Private Counsel Debt Collection - IDIQ
ID: 15JPSS24R00000049Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Department of Justice is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Private Counsel Debt Collection services, aimed at assisting U.S. Attorneys' Offices in recovering civil debts owed to the United States. The selected contractors will provide legal representation across various federal judicial districts, handling both secured and unsecured debts, and must comply with federal regulations and ethical standards throughout the debt collection process. This procurement is critical for enhancing the government's ability to manage taxpayer resources effectively and ensure compliance with legal obligations in debt recovery. Proposals are due by October 28, 2024, and interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further information.

    Point(s) of Contact
    Christina Y. Murray
    christina.murray@usdoj.gov
    Files
    Title
    Posted
    The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for private counsel debt collection services for the Department of Justice (DOJ). This contract aims to assist U.S. Attorneys' Offices in collecting civil debts owed to the United States, particularly in districts lacking existing private counsel contracts. The process is governed by various laws including the Federal Debt Recovery Act and related legal statutes, maintaining adherence to ethical and procedural standards in debt collection. Key responsibilities of the contractor include providing legal representation across different federal judicial districts, handling both secured and unsecured debts, engaging in litigation, negotiations, and settlements on behalf of the government. The contractor must ensure compliance with numerous regulations, including electronic case filing requirements and proper management of debts referred from federal agencies. The document also addresses payment structures, specifically the prohibition against deducting contingency fees from collected sums, and outlines the procedures for handling debtor communications, payment processes, and case referrals. Overall, this contract reinforces the federal government's commitment to recovering debts and managing taxpayer resources efficiently, while emphasizing adherence to legal and ethical standards in collection practices.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for assessing the performance of private counsel debt collection services provided under the IDIQ contract. The primary objective is to monitor the Contractor's service quality related to the Debt Collection Management Staff's Statement of Work (SOW). The QASP emphasizes that the Contractor is responsible for management and quality control, while the Government ensures compliance with contractual standards through established surveillance methods. The Government's monitoring will be led by the Contracting Officer’s Representative (COR), who will document performance, inspect compliance, and communicate deficiencies. Various surveillance techniques, including demonstrations, inspections (random, stratified, planned sampling), and customer feedback, are specified to evaluate Contractor performance. Performance Requirements Summary (PRS) establishes key expectations, including maintaining updated case files, timely communications, compliance with regulations, and effective cost control, with a 100% acceptable quality level. The QASP serves as a calculated approach to ensure rigorous oversight and maintain high standards in government debt collection services, ultimately striving for effective management and service delivery.
    The document presents a list of acronyms relevant to federal government operations, particularly in the context of contracting, grants, and debt management. It includes terms used by various federal institutions, like the Department of Justice (DOJ), the Internal Revenue Service (IRS), and the Office of Management and Budget (OMB), among others. Key acronyms such as CO (Contracting Officer), COR (Contracting Officer’s Representative), and CLIN (Contract Line Item Number) are essential for understanding federal procurement processes. The mention of the Federal Acquisition Regulation (FAR) and Federal Debt Recovery Act (FDRA) indicates regulatory frameworks guiding these operations. The list demonstrates the complexity of federal contracting and the importance of precise terminology for effective communication among government agencies. Therefore, it serves as a critical reference for professionals engaged in federal RFPs, grants, and contract management.
    The document outlines the Contract Line Item Numbers (CLINs) related to debt collection and legal services for unsecured and secured debts, including bankruptcy proceedings. Key CLINs include various compensation structures: fixed percentages for unsecured debt collections, flat fees for uncontested foreclosure processes, and attorney rates for litigation of ancillary issues, provided prior approval is obtained from designated officials. Additionally, it specifies reimbursable Out-Of-Pocket Costs (ODCs) for processing foreclosures, evictions, and bankruptcy proceedings, requiring proof of costs incurred. Travel expenses for government-approved activities are also addressed, highlighting the necessary approvals for reimbursements. The overarching purpose of this document is to establish clear guidelines and payment structures for contractors involved in handling debts and related legal actions within government frameworks, ensuring compliance and accountability while managing public funds effectively.
    The U.S. Department of Justice's Confidentiality Agreement for Contractor Employees outlines the responsibilities of contractors regarding the handling of sensitive government data in connection with Contract/Order No. 15JPSS. The agreement emphasizes strict confidentiality, prohibiting the unauthorized disclosure or removal of any data, whether received or generated during contract execution. Contractors are reminded that all government-provided data remains the property of the government and must be surrendered upon request. The agreement extends beyond employment termination, ensuring ongoing adherence to confidentiality levels. It recognizes existing laws and executive orders concerning whistleblower protections and classified information, ensuring these provisions remain intact. Modifications may be required in accordance with legal demands. This document is critical for maintaining the integrity and security of sensitive government information in line with federal standards for confidentiality in response to RFPs and grants.
    The Department of Justice (DOJ) establishes comprehensive Rules of Behavior (ROB) for General Users to ensure the security and management of its information systems and data, particularly regarding Personally Identifiable Information (PII). The ROB outlines user responsibilities, compliance with federal regulations, and provides guidance on cybersecurity measures. All DOJ personnel must acknowledge their understanding of these rules, which encompass secure usage of information systems, protection against unauthorized access, appropriate handling of sensitive data, and adherence to privacy policies. Specific instructions address the use of passwords, hardware, software, email, mobile devices, and virtual conferencing, emphasizing the necessity of safeguarding DOJ information. Users face consequences for non-compliance, including disciplinary actions. The guidelines emphasize that users have no expectation of privacy when using DOJ systems, highlighting ongoing government monitoring for lawful purposes. This document serves as a critical framework for maintaining security and privacy within federal operations, illustrating DOJ's commitment to protecting sensitive information in all its actions.
    The Consolidated Debt Collection System (CDCS) Rules of Behavior (ROB) serve to guide users of the Department of Justice (DOJ) information systems regarding their responsibilities for security and compliance. All users, including DOJ employees and contractors, must adhere to federal laws and DOJ policies to protect sensitive information, particularly personally identifiable information (PII). Noncompliance may lead to disciplinary actions or criminal prosecution, depending on the severity of the infraction. Key guidelines encompass accountability for information use, protection against unauthorized access, and the secure handling of classified information. Users are required to report security incidents promptly, utilize secure networks, and avoid sharing sensitive information or personal credentials. Mobile computing rules stress the need for secure practices while traveling or working remotely. Additionally, specific procedures are outlined for traveling users and private counsel handling PII, emphasizing the importance of data protection and secure storage. The document underscores the DOJ's commitment to safeguarding information assets while delineating consequences for violations, thus fostering a culture of security awareness among users of the CDCS. Overall, adherence to these ROB is critical in maintaining the integrity, confidentiality, and availability of DOJ information systems.
    The U.S. Department of Justice's Policy Statement 1400.03 aims to provide guidance by addressing inquiries and comments related to the policy. It specifies that points of contact (POCs) are available for assistance, offering contact information such as email addresses and phone numbers for queries. The POCs' details, including their titles and other contact methods, are yet to be determined and are marked as TBD (to be determined), indicating ongoing updates to the communication structure. The document is structured for clarity, directing inquiries to appropriate department representatives, which suggests a commitment to transparency and accessibility within the department's communication protocols. This summary reflects the government’s focus on facilitating engagement related to policies and programs, aligning with the broader context of federal RFPs and grants that require clear communication channels for stakeholders.
    The document outlines procedures for managing debtor payments within the U.S. Department of Justice's financial framework. It provides a step-by-step guide for processing financial transactions, specifically focusing on how to review financial histories and monitor refunds associated with civil TOP debts. The instructions emphasize the importance of contacting the Help Desk for refund-related issues and provide details on retrieving disbursement history information through the CDCS (Centralized Debt Collection System). Additionally, the document highlights communication channels for questions or comments from the Program Counsel offices, including specific points of contact with email and phone information. The guidance aims to ensure efficient management of debtor payments and associated transaction histories while maintaining compliance with federal regulations. This instruction is particularly relevant within the contexts of federal grants and state and local RFPs, emphasizing fiscal responsibility and transparency in governmental financial dealings.
    The document outlines a federal Government Request for Proposals (RFP) for Private Counsel Debt Collection, designated as "IDIQ" (Indefinite Delivery, Indefinite Quantity). It invites law firms and solo practitioners to submit proposals for debt collection legal services across multiple districts. The solicitation number is 15JPSS24R00000049, and it follows the format stipulated in Federal Acquisition Regulation (FAR). The offering includes various Contract Line Item Numbers (CLINs) covering services such as unsecured and secured debt collection, bankruptcy proceedings, and associated costs like travel and miscellaneous expenses. The evaluation process consists of two phases: initial compliance with mandatory eligibility (pass/fail criteria) and a detailed assessment based on technical expertise, past performance, and price. The Government seeks a single contract effective over five years with possible extensions, stressing the importance of registration in the System for Award Management (SAM) and requiring attorneys to provide valid bar admission and good standing certificates. Proposals must be submitted by October 28, 2024, with evaluation emphasizing experience, administrative processes, and pricing. The document embodies standard practices in federal contracting, focusing on acquiring competent legal services through competitive bidding while adhering to government regulations and transparency.
    This document outlines various government contracts related to unsecured and secured debt collection services, including specifications for attorney fees and paralegal assistance. It categorizes requests under different Contract Line Item Numbers (CLINs) such as unsecured debt collection (CLIN 0001), secured debt collection (CLIN 0002), bankruptcy proceedings (CLIN 0003), and miscellaneous costs (CLIN 0006). Each section provides detailed pricing structures based on a contingency fee or flat fees for specific actions like foreclosures and evictions. The jurisdictions covered include all states, indicating a comprehensive national scope for these services. Pricing is predominantly listed as "at cost" for various activities, highlighting a flexible billing approach based on actual incurred expenses. The purpose of this document is to set specifications and procedures for service providers to respond to federal and state RFPs effectively, ensuring compliance with legal requirements regarding debt collection and foreclosure processes. This is crucial for establishing transparent and standardized methods for securing legal representation and financial recovery efforts across multiple jurisdictions.
    The document provides a comprehensive list of federal judicial districts, organized by circuit and state. Each entry details the specific districts within the states, outlining the cities and regions served by federal courts. For instance, Alabama includes the Northern District with seats in Birmingham and Huntsville, while California's Eastern District encompasses Fresno and Redding. The table also includes information for territories such as the Virgin Islands, Guam, and the Northern Mariana Islands, which operate district courts for federal cases. This mapping of judicial districts is significant for government proposals, grants, and RFPs, as it delineates jurisdictional boundaries critical for legal proceedings and federal services. The structure efficiently categorizes and presents the data, making it accessible for officials and stakeholders involved in governmental operations.
    The document outlines a past performance proposal for the U.S. Department of Justice under solicitation number 15JPSS24R00000049, related to a Private Counsel Debt Collection Program. It is structured to solicit past performance references from vendors bidding for the contract. Each vendor must provide three client references, detailing their responsibilities, contact information, performance periods, and a description of services rendered. The government will evaluate past performance based on relevance, quality, and recency, assigning a confidence assessment rating. The document emphasizes that an absence of relevant past performance information could adversely affect evaluation outcomes. This structure reflects the common processes found in federal RFPs, ensuring that the government can assess the capabilities and reliability of bidders through documented evidence of prior work. Ultimately, the aim is to ensure that selected vendors possess the necessary experience to deliver the required services effectively.
    The document outlines the request for past performance evaluations for firms applying to provide legal services under the U.S. Department of Justice's Private Counsel Debt Collection program. The selected firms will be responsible for collecting both secured and unsecured debts owed to the United States, including legal proceedings such as bankruptcy and foreclosure. Offerors must send reference questionnaires to clients related to relevant debt collection work performed in the past three years. Evaluators are required to assess the firm's performance across various criteria, such as quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance, rating them from "Exceptional" to "Unsatisfactory." The completed references must be emailed directly from the reference providers by a specified deadline. The purpose of this information is to gather a comprehensive performance history to aid in evaluating prospective contractors, ensuring accountability and effectiveness in debt collection efforts for federal debts.
    The government file outlines a comprehensive list of federal and state RFPs related to debt collection services. It categorizes jurisdictions by states, detailing the number of districts available for unsecured and secured debt collection processes. The document specifies various Contract Line Item Numbers (CLINs) for different services, such as contingency fees for collecting unsecured debt, flat fees for handling foreclosure actions, and attorney and paralegal hourly rates. Special attention is given to secured debt and bankruptcy proceedings, highlighting corresponding costs and materials involved. The pricing structure for services is predominantly set at "at cost" basis, indicating flexibility in billing. This file serves as a reference for entities seeking government contracts in debt recovery, ensuring they understand the required services and financial arrangements tied to these RFPs. Overall, it emphasizes the federal government's approach to streamline debt collection efforts across jurisdictions while providing necessary financial frameworks for service providers.
    The document is a sample Employment Commitment Letter associated with Solicitation No. 15JPSS24R00000049, pertaining to a Private Counsel Debt Collection IDIQ contract under the Private Counsel Program. The letter demonstrates a commitment from an individual to a firm, indicating their availability to start employment contingent upon the successful execution of the contract. It includes spaces for the date, recipient's name, firm name, address, and the signatory's printed name and signature. This letter exemplifies the preliminary stage of forming a contractual relationship in response to federal government RFPs, illustrating the procedural requirements for firms interested in providing debt collection services and showcasing the formal commitment required from personnel involved.
    The document outlines a federal contract solicitation for an indefinite-delivery, indefinite-quantity (IDIQ) agreement focused on acquiring private legal counsel for debt collection services nationwide. The contract, effective from November 4, 2024, to November 3, 2029, may be extended for six months and includes varying payment structures such as contingency fees, fixed-rate reimbursements, and hourly rates for specific services. A minimum task order value is set at $1,000, with a maximum aggregate order value of $2 million over the contract's lifespan. The contractor must deliver comprehensive debt collection legal services across jurisdictional lines while adhering to defined regulations and maintaining confidentiality. Key responsibilities include providing qualified legal personnel, conducting background checks, and following strict performance evaluation protocols set by the government. The contractor bears costs for certain unauthorized expenses, and the document includes administrative and payment procedures for services rendered. This solicitation is vital for enhancing the statute recovery process while ensuring compliance with federal regulations, aiming for efficient management and accountability of public funds.
    This technical proposal outlines the submission for the U.S. Department of Justice's Private Counsel Debt Collection Program under solicitation number 15JPSS24R00000049. The vendor must provide detailed business data, including representations and certifications regarding their qualifications, experience, and compliance with various regulatory requirements. Key components include the vendor’s debt collection experience, qualifications of proposed attorneys, and administrative office capabilities. Specific inquiries focus on the contractor's prior debt collection types, including secured and unsecured debts, litigation experience, and the proposed attorneys' backgrounds. The proposal emphasizes the firm's operational structure, detailing administrative management, responsiveness to inquiries, case management processes, and strategies for handling an increased volume of assignments. It includes a checklist for required documents, such as resumes, certifications of good standing, signed letters of commitment, and acknowledgment of the proposal's terms. This document serves to ensure that selected firms comply with federal regulations while demonstrating their capability to manage debt collection effectively for the DOJ, ultimately benefiting the Government's collection efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Private Counsel Debt Collection - Western District of Pennsylvania
    Active
    Justice, Department Of
    The U.S. Department of Justice is seeking proposals for private legal counsel to assist in debt collection activities within the Western District of Pennsylvania. The primary objective of this procurement is to secure professional legal services for the collection of both secured and unsecured federal debts, including representation in bankruptcy proceedings. This initiative is crucial for ensuring effective recovery of delinquent federal debts while adhering to legal and ethical standards. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to Christina Y. Murray at christina.murray@usdoj.gov. The contract is expected to span five years, with potential extensions, and will involve a mix of fixed-price and cost-reimbursement agreements.
    INTERNATIONAL PROCESS SERVING
    Active
    Justice, Department Of
    The Department of Justice (DOJ) is seeking proposals for international process serving services under Request for Proposal (RFP) No. 15JPSS24R00000023, aimed at facilitating the service of judicial and extrajudicial documents in compliance with international legal conventions. The contractor will be responsible for managing the entire process of serving documents, including maintaining an automated tracking system, handling service requests, and ensuring accurate reporting, all while providing services at no cost to the U.S. Government. This contract is crucial for upholding the United States' obligations under the Hague Service Convention and the Inter-American Convention, ensuring efficient legal document handling across borders. Interested parties must submit their proposals via email to Kimberly T. Tran by November 1, 2024, at 2:00 PM ET, and may direct any questions to her by October 10, 2024, at 12:00 PM ET.
    Real Property
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the U.S. Marshals Service, is seeking a national vendor to provide comprehensive management services for seized and forfeited real property as part of its Asset Forfeiture Program. The contractor will be responsible for pre-seizure assessments, custody, management, and disposition of various property types, including residential, commercial, and non-traditional assets like oil and gas rights, across all U.S. states and territories. This initiative is crucial for effectively managing forfeited assets, maximizing revenue, and ensuring compliance with legal protocols. Interested vendors must submit their capability statements by October 21, 2024, and can contact Sean G. Williams at sean.williams2@usdoj.gov or 202-954-7964 for further information.
    Q--OWF Behavioral Health IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is soliciting proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "OWF Behavioral Health IDIQ," aimed at establishing a national behavioral health program for wildland fire personnel. The contract seeks to provide comprehensive mental health services, including access to licensed clinicians, therapy options, crisis intervention, and training modules, specifically addressing the unique mental health challenges faced by approximately 18,000 federal wildland firefighters and nearly 2,000 dispatchers. With a maximum ceiling value of $30 million, the contract spans a one-year base period with four optional renewal periods, emphasizing the importance of delivering evidence-based services in both urban and rural settings. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to Sarah Ignacio at sarahignacio@ibc.doi.gov.
    Premium Operations Support Services
    Active
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is seeking proposals for Premium Operations Support Services to assist its Financial Operations Department and Collection and Compliance Division. The contract aims to provide professional services that support PBGC's premium operations programs, including technical, financial, accounting, and auditing support, ensuring compliance with financial reporting standards and maintaining critical accounting functions. This procurement is vital for sustaining PBGC's premium enforcement and debt collection activities, ultimately contributing to the integrity of the Corporation’s financial statements. Interested offerors must submit their proposals, including a Written Price Proposal and a Written Technical Proposal, by November 4, 2024, with questions due by October 28, 2024. For further inquiries, contact Dennis Johnson at johnson.dennis@pbgc.gov or Don Sittman at sittman.donald@pbgc.gov.
    Dental Insurance
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for a comprehensive Dental Insurance Program to serve its employees, retirees, and their eligible family members. The procurement involves managing and administering two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO), with the OCC covering full premium costs for active employees and certain retirees. This initiative is crucial for ensuring quality dental care and benefits for government personnel, with a contract performance period set from April 1, 2025, to March 31, 2026. Interested contractors must submit their proposals by the extended deadline of October 21, 2024, and can direct inquiries to Matthew Quinn at Matthew.Quinn@occ.treas.gov or Joey Barden at Joey.Barden@occ.treas.gov.
    Adhesives and Tape
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals for a contract to supply adhesives and tape for use in various manufacturing locations, including Coleman, FL, Ashland, KY, Forrest City, AR, and Allenwood, PA. The procurement involves a firm fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one base year and four option years, emphasizing compliance with ISO 9001 standards and the submission of product samples. These materials are crucial for the production of office furniture within federal correctional facilities, reflecting the government's commitment to quality sourcing while promoting participation from small businesses. Interested vendors must submit their proposals by October 29, 2024, and direct any inquiries to Peyton Perry at peyton.perry@usdoj.gov.
    COMPREHENSIVE MEDICAL SERVICES - MDC LOS ANGELES
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Metropolitan Detention Center (MDC) in Los Angeles, California, under solicitation number 15BFAO24R00000025. The procurement aims to engage qualified healthcare providers to ensure adequate medical care for federal detainees, adhering to regulatory standards and operational needs. This contract will encompass a base year with options for extensions, potentially lasting up to five years, emphasizing compliance with performance evaluation and insurance requirements. Proposals are due by December 10, 2024, and all inquiries should be directed in writing to the Contracting Officer, LaShundra D. Thomas, at ldthomas@bop.gov or by phone at 202/598-6077.
    UNICOR Sales Representative
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for a one-year fixed-price indefinite delivery-indefinite quantity contract to serve as a Sales Representative. The primary objective is to enhance UNICOR's business development activities by identifying and developing new domestic and international business opportunities, particularly in marketing consulting services, with a focus on lead generation and industry engagement. This initiative is crucial for expanding UNICOR's customer base and promoting its products while providing job training and economic self-sustainability for inmates. Interested vendors must submit their proposals via email by October 18, 2024, at 2:00 PM EST, and all inquiries should be directed to Aaron Mitchell at aaron.mitchell2@usdoj.gov by October 10, 2024.
    COMPREHENSIVE MEDICAL SERVICES - FDC SEATAC
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Detention Center (FDC) in SeaTac, Washington. The procurement aims to provide essential healthcare services within the correctional facility, adhering to federal regulations and ensuring quality care for inmates. This contract encompasses a base year with the option for four additional years, emphasizing compliance with medical liability insurance, privacy requirements, and performance evaluations. Proposals are due by December 6, 2024, and interested parties should direct inquiries to LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077 for further information.