Asset Forfeiture Administrative Support Services
ID: 15JPSS25N00000040Type: Sources Sought
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSJMD-PROCUREMENT SERVICES STAFFWASHINGTON, DC, 20530, USA

NAICS

All Other Legal Services (541199)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Department of Justice (DOJ) is seeking qualified contractors to provide Asset Forfeiture Administrative Support Services, aimed at enhancing the nationwide asset forfeiture program critical to law enforcement efforts. The procurement requires a range of clerical, administrative, and professional services, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which allows for task orders based on various pricing models, including time-and-material or labor-hour frameworks. This initiative underscores the importance of effective asset seizure processes, legal support, and financial operations, necessitating personnel with appropriate training and security clearances to ensure compliance and operational efficiency. Interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further details regarding the solicitation.

    Point(s) of Contact
    Christina Y. Murray
    christina.murray@usdoj.gov
    Files
    Title
    Posted
    The document outlines the U.S. Department of Justice's (DOJ) solicitation for Asset Forfeiture Administrative Support Services. It specifies the need for clerical, administrative, and professional services to bolster the nationwide asset forfeiture program, integral for law enforcement efforts. The contract is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, allowing for task orders issued on various pricing bases such as time-and-material or labor-hour frameworks. The scope includes comprehensive support for asset seizure processes, data analysis, legal support, and financial operations, while emphasizing the necessity for personnel with appropriate training and security clearances. Key components include a thorough staffing plan, health benefits framework, and training mandates to ensure personnel remain qualified. The contract also addresses quality control, recruitment and retention strategies to minimize turnover, and outlines contingency plans for emergencies. The performance of services will take place across various DOJ components and offices, with a tailored approach for compliance and operational efficiency. This solicitation reflects the DOJ's commitment to enhancing its asset forfeiture capabilities while adhering to rigorous standards of quality and accountability.
    The document outlines labor category descriptions for Asset Forfeiture Administrative Support Services, delineating the qualifications and specific responsibilities for various positions outlined in a Request for Proposal (RFP). The labor categories range from Clerical positions (I and II), Records Examiner/Analyst, Supervisory roles, to various levels of Paralegal/Legal Assistant roles, culminating in the positions of Project Director and Program Manager. Each category includes minimum educational requirements, experience levels, and specific skill sets necessary for effective service delivery. Key to these roles is the need for strong communication skills, familiarity with legal research, and the ability to manage case files and financial operations relevant to asset forfeiture cases. The RFP encourages contractors to propose personnel who meet or exceed these standards to ensure high-quality performance within government contracts, reflecting the operational demands and legal complexities of asset forfeiture matters. This structured approach highlights the government's objective of maintaining accountability and efficiency in the procurement of professional services for asset forfeiture operations across federal, state, and local levels.
    Lifecycle
    Title
    Type
    Similar Opportunities
    National Seized/Forfeited Real Property Management Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is seeking qualified contractors to provide management services for national seized and forfeited real property. The objective of this procurement is to ensure effective oversight and administration of properties that have been seized or forfeited, which is critical for the proper management of assets under the jurisdiction of the U.S. Marshals. This opportunity falls under the NAICS code 531390, which pertains to other activities related to real estate, highlighting the specialized nature of the services required. Interested parties can reach out to Eliana York at eliana.york@usdoj.gov for further information regarding this special notice.
    Remote (Virtual) and In-person Deposition and Examination Reporting Services
    Buyer not available
    The Department of Justice is seeking qualified vendors to provide Remote (Virtual) and In-person Deposition and Examination Reporting Services. This procurement aims to secure comprehensive court reporting services that will support various legal proceedings, ensuring accurate and timely documentation of depositions and examinations. These services are critical for maintaining the integrity of legal processes and facilitating effective communication within the judicial system. Interested parties should reach out to Toya Bethea at Toya.D.Bethea@usdoj.gov for further details, as this opportunity is currently in the presolicitation phase and specific deadlines will be outlined in subsequent announcements.
    JJDP Act Core Requirements Audit Support
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs, is seeking proposals from small businesses for audit support services related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective is to assist in compliance determination and auditing processes, which include data collection and analysis regarding states' adherence to core requirements such as deinstitutionalization and reducing racial disparities among juvenile offenders. This procurement is crucial for enhancing the effectiveness of juvenile justice systems across the U.S. Interested parties must submit their quotations by April 3, 2025, with the contract expected to commence on June 1, 2025, and potentially extend for four additional years. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.
    Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
    Buyer not available
    The Department of Justice, through the Executive Office for United States Attorneys, is soliciting proposals for Grand Jury and deposition court reporting services for the U.S. Attorney's Office in Washington, D.C. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, will span from July 1, 2025, to June 30, 2030, with options for renewal, and is exclusively set aside for small businesses, including those owned by disabled veterans and women. These services are critical for maintaining accurate judicial records and ensuring compliance with stringent security protocols related to sensitive Grand Jury information. Interested contractors must submit their quotes electronically by April 4, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.
    FY25 D78 Vehicle Outfitting
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for the procurement of 2025 Ford Police Explorers under the contract number 15M10225QA4700078. This opportunity is set aside for small businesses and emphasizes compliance with federal regulations, including the Federal Acquisition Regulation (FAR), with a focus on maintaining data privacy and security, particularly concerning Personally Identifiable Information (PII). The procurement aims to enhance the fleet of law enforcement vehicles, ensuring that contractors adhere to strict confidentiality and reporting protocols. Interested parties should contact Renee Leaman at renee.leaman@usdoj.gov for further details, as the total award amount is yet to be determined.
    PRELIMINARY NOTICE OF INTENT TO EXERCISE OPTION
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, has issued a preliminary notice of intent to exercise an option related to a federal contract in the category of Other Computer Related Services (NAICS Code 541519). This procurement aims to continue the provision of essential services that support the operational needs of the U.S. Marshals Service, which plays a critical role in law enforcement and public safety. Interested vendors should note that the primary contact for this opportunity is Renee Leaman, who can be reached at renee.leaman@usdoj.gov for further inquiries. Additional details regarding funding amounts and specific deadlines have not been provided in the current notice.
    Info-Tech Research Group
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to engage with Info-Tech Research Group for a federal contract opportunity. This procurement falls under the category of Other Computer Related Services, with a focus on IT and telecom products related to data center facilities, including hardware and perpetual license software. The services are crucial for enhancing the DEA's operational capabilities in managing and analyzing data effectively. Interested vendors can reach out to Randy Bell Sr. at randy.bellsr@dea.gov for further details regarding this opportunity, which is based in Arlington, Virginia.
    DOJ PARDON CMS Modernization MR
    Buyer not available
    The Department of Justice (DOJ) is seeking sources for the modernization of the Pardon Case Management System (CMS) through a federal contract opportunity. This initiative aims to enhance the existing CMS by leveraging advanced computer systems design services, which are critical for improving the efficiency and effectiveness of the pardon process. The project is significant as it supports the DOJ's mission to ensure justice and facilitate the management of pardon applications in a more streamlined manner. Interested vendors can reach out to Sakura Higa at sakura.higa@usdoj.gov or Arita Edwards at Arita.Edwards@usdoj.gov for further details, with the procurement process currently in the sources sought phase.
    FY25 D32 Lexington Misc Office Items
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for the procurement of miscellaneous office items under the title "FY25 D32 Lexington Misc Office Items." This opportunity is set aside for small businesses, including those that are HUBZone, veteran-owned, and women-owned, and aims to enhance operational efficiency within federal offices by acquiring essential supplies such as technology, furniture, and various office equipment. Proposals must be submitted by March 11, 2025, with deliveries scheduled to be completed by April 30, 2025, and the performance period extending from March 28, 2025, to September 30, 2025. Interested vendors can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    RFI - 15F067LD - Intelligence Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified vendors to provide operational intelligence services in support of the Laboratory Intelligence Unit (LIU). The procurement involves a Labor Hour Contract for roles including Intelligence Analysts II and III, as well as a Program Manager, primarily based in Huntsville, Alabama, with potential assignments at other FBI facilities. This initiative aims to enhance the FBI's analytical capabilities to address national security threats through data analysis and intelligence product development. Interested firms are invited to submit capability statements by April 3, 2025, to designated FBI officials, with no obligation for contract award based on responses. For further inquiries, contact Magen McKeithen at mlmckeithen@fbi.gov or Stevon Walker at swalker4@fbi.gov.