Grand Jury and Deposition Court Reporting Services for the United States Attorney's Office (USAO) Northern District of Iowa
ID: 15JA0525Q00000030Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSEOUSA-ACQUISITIONS STAFFWASHINGTON, DC, 20530, USA

NAICS

Court Reporting and Stenotype Services (561492)

PSC

SUPPORT- ADMINISTRATIVE: COURT REPORTING (R606)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the United States Attorney's Office (USAO) for the Northern District of Iowa, is seeking qualified contractors to provide Grand Jury and Deposition Court Reporting Services. The procurement aims to secure reliable court reporting services that comply with federal regulations, particularly concerning the handling of sensitive grand jury materials. These services are crucial for maintaining the integrity and confidentiality of legal proceedings, ensuring accurate documentation of testimonies and depositions. Interested small businesses must submit their quotes by 2:00 PM EST on April 8, 2025, with inquiries directed to the contracting officer, Elge A. Stevens, at elge.stevens@usdoj.gov. The contract is set aside for small businesses under the NAICS code 561492, with compliance to wage determinations outlined in the Service Contract Act being mandatory.

    Files
    Title
    Posted
    The document serves as a wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits required for federal contracts in specific counties of Iowa. It details applicable wage rates for various occupations, specifying higher minimum wage rates based on the contract's effective date, linked to Executive Orders 14026 and 13658. The document emphasizes the necessity for contractors to provide specific fringe benefits such as health and welfare, paid vacation, and sick leave for covered employees under these contracts. Additionally, it includes procedures for classifying new job classifications not listed and emphasizes compliance with wage regulations to avoid violations of the Act. The primary purpose is to ensure fair compensation for workers under government contracts while clarifying employer responsibilities regarding payment and benefits. Overall, it establishes a structured framework for wage compliance in the federal contracting environment, reflecting the government’s commitment to worker protection and fair labor practices.
    The document pertains to various types of government funding opportunities, including Requests for Proposals (RFPs) and grants at federal, state, and local levels. It outlines the procedural steps for applying for financial assistance, including eligibility criteria, application requirements, and deadlines. Key components include the importance of compliance with grant guidelines, the need for comprehensive project proposals, and the emphasis on measurable outcomes and accountability in funding utilization. Additionally, it highlights the collaboration between government agencies and community organizations in implementing programs aimed at addressing public needs. The document serves as a vital resource for potential grant writers, project managers, and organizations seeking financial support for various initiatives, aiming to enhance public services and infrastructure.
    The Executive Office for United States Attorneys (EOUSA) has issued a Request for Quote (RFQ) for Grand Jury and Deposition Court Reporting Services for the Northern District of Iowa, under solicitation number 15JA0525Q00000030. This procurement is established under the Federal Acquisition Regulation (FAR) guidelines, promoting opportunities for small businesses, as indicated by the 100% Small Business Set Aside status. The relevant NAICS code is 561492, applicable to firms with average annual receipts not exceeding $16.0 million. Interested contractors must submit their quotes by 2:00 PM EST on April 8, 2025, via email to the designated contracting officer. Any inquiries related to the RFQ should be directed to the same official before April 3, 2025. Notably, if the contract value is below the Simplified Acquisition Threshold of $250,000, only electronic notifications through SAM.gov will be sent to unsuccessful offerors. This solicitation signifies a systematic approach to securing required court reporting services in compliance with federal procurement policies.
    The document outlines a solicitation (15JA0525Q00000030) for contracting court reporting services in the Northern District of Iowa, emphasizing compliance with security measures due to the evidentiary nature of grand jury materials. It details the necessary credentials for authorized personnel permitted to place work orders, including their contact information and dollar limitations. Attachments include a sample work order form, a checklist for proposal submission detailing required documents such as federal forms, personnel resumes, past performance references, and compliance with the System for Award Management (SAM) registration. Particular attention is given to security provisions for handling grand jury materials, encompassing personnel vetting, facility security, and protocols for material protection and disposal. A Federal Grand Jury Court Reporter Contract Security Review Checklist is included to assess compliance with security requirements, ensuring that contractors and subcontractors meet necessary standards for safeguarding sensitive information. The document concludes with a government review section to certify compliance and address any security concerns. This solicitation emphasizes the government’s commitment to maintaining the integrity and confidentiality of grand jury proceedings through stringent vendor selection and oversight.
    Similar Opportunities
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is soliciting bids for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services for the U.S. Attorney's Office in the Northern District of Illinois, covering both Chicago and Rockford. The contract, which is a total small business set-aside under NAICS code 561492, aims to provide essential court reporting services that support the mission of the U.S. Attorneys as principal litigators, with a performance period from March 1, 2026, to February 28, 2031, including one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, while questions regarding the solicitation should be directed to Perla McKay by December 5, 2025. The anticipated contract value is approximately $540,619.45 over five years, with a minimum guarantee of $1,000.00 throughout the contract duration.
    Court Security Officers Circuit 1, 2, 3, 4, 5 & 8
    Justice, Department Of
    The Department of Justice, through the U.S. Marshals Service (USMS), is seeking sources for the provision of Court Security Officers (CSOs) across the 1st, 2nd, 3rd, 4th, 5th, and 8th Federal Judicial Circuits. The procurement aims to secure qualified personnel to maintain the CSO Program, ensuring the safety and security of federal court facilities through comprehensive entrance control, patrols, and escort duties. Interested contractors must demonstrate their capability to meet rigorous standards, including financial stability to support operations and compliance with specific training and qualification requirements. Responses to this Sources Sought announcement are due by 10:00 AM EST on January 5, 2026, and should be submitted to the designated contacts, Angie Comstock and Pamela Sullivan, via email.
    R2 Auditor
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals from qualified small businesses for third-party professional auditing and certifying services for six management systems and one campus site within its Electronics Recycling Business Group Factories. The contract, which is a firm-fixed-price requirements type, spans a base year in 2026 with two optional years in 2027 and 2028, focusing on RIOS and Responsible Recycling (R2V3) certifications. This procurement is crucial for ensuring compliance and operational efficiency in the recycling of electronic equipment across multiple facilities located in California, Florida, Pennsylvania, Texas, and Kansas. Interested vendors must submit their offers electronically by January 2, 2026, at 2 PM EST, and can direct inquiries to Wesley Newell at wesley.newell2@usdoj.gov.
    NOTICE OF INTENT TO ISSUE SOLE SOURCE AWARD
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), intends to award a sole source purchase order to James Carroll & Associates – Forensic Consultants, LLC for crime laboratory forensic testing verification services. This procurement aims to ensure the integrity of forensic testing conducted by the D.C. Department of Forensic Science, which is critical for felony prosecutions in the D.C. Superior Court. The services will involve evaluating and confirming forensic testing methodologies and reports related to Forensic Biology, Forensic Chemistry, and Latent Fingerprints, reflecting the sophisticated nature of the cases handled by the USAO-DC. The period of performance for this contract is from January 5, 2026, to January 4, 2027, and interested parties can contact Jonathan Mayfield at jonathan.mayfield@usdoj.gov for further information.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.
    Quorum Analytics
    Justice, Department Of
    The Department of Justice, specifically the Procurement Services Staff, is seeking to procure network as a service through Quorum Analytics. This opportunity arises under the requirements of FAR Part 8.405-6, necessitating a limited source justification for acquisitions exceeding the simplified acquisition threshold, which must be publicly posted in accordance with FAR Part 5.301. The procurement is crucial for ensuring the Department's IT and telecom needs are met effectively, although this posting does not constitute a request for quotes and no further awards will be made. Interested parties can reach out to Frank Giguere at frank.c.giguere2@usdoj.gov or by phone at 202-451-7637 for more information.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for the role of R2 Consultant to provide third-party professional auditing, consultation, training, and Environmental, Health, and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract is structured as a fixed-price requirements type, covering a base year in 2026 with two additional option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards and conducting various EH&S testing. Interested vendors must submit their offers by January 2, 2026, at 2 PM EST via email, and the evaluation will prioritize qualifications of the proposing firm and Certified Industrial Hygienists, laboratory capabilities, and cost considerations. For further inquiries, potential bidders can contact Wesley Newell at wesley.newell2@usdoj.gov.
    Court Security Officers Circuit 12 Justification and Approval
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.
    JOFOC for Mason City, IA
    General Services Administration
    The General Services Administration (GSA) is issuing a Justification for Other Than Full and Open Competition (JOFOC) for a leasing opportunity in Mason City, Iowa. This procurement involves the lease or rental of office buildings, which is essential for accommodating federal operations in the area. The selected vendor will play a critical role in providing necessary office space to support government functions. Interested parties can reach out to Frank Whiting at frank.whiting@gsa.gov or call 816-446-4909 for further details regarding this opportunity.
    Notice of Intent to Sole Source-Bloomberg Terminal
    Justice, Department Of
    The Department of Justice, specifically the Executive Office for United States Attorneys (EOUSA), intends to issue a sole source award to Bloomberg Finance L.P. for the renewal of a Bloomberg Terminal subscription for the United States Attorney’s Office – District of New Jersey (USAO-NJ). This twelve-month subscription, covering the period from February 19, 2026, to February 18, 2027, is essential for providing real-time financial data and analytical tools necessary for investigations into economic crimes such as securities fraud and insider trading. The decision to proceed with a sole source award is justified under FAR 13.106-1(b)(1), as market research indicated that Bloomberg offers superior analytical capabilities and cost-effectiveness, with no competitive quotes being requested. For further inquiries, interested parties may contact Perla McKay at perla.mckay@usdoj.gov or by phone at 202-252-5417.