Daily Courier
ID: 004RG2026Type: Solicitation
Overview

Buyer

ADMINISTRATIVE OFFICE OF THE US COURTSADMINISTRATIVE OFFICE OF THE US COURTSUS DISTRICT CT CAC LOS ANGELESLos Angeles, CA, 90012, USA

NAICS

Couriers and Messengers (492)

PSC

SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER (R602)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Administrative Office of the U.S. Courts is seeking proposals for a daily courier service to transport items between its divisional offices located in Los Angeles, Santa Ana, and Riverside, California. The contract will require fixed-price bids for a base year starting October 1, 2025, with the possibility of four one-year extensions, focusing on the secure and timely delivery of court documents and confidential items. This service is critical for maintaining efficient operations within the court system, ensuring that essential materials are delivered promptly and securely. Proposals are due by September 25, 2025, at 2:00 p.m. local time, and interested parties should contact Rosa Gallardo at Rosa_A_Gallardo@cacd.uscourts.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions and responses for RFP Daily Courier 004 RG 2026, outlining requirements for daily courier services across Western, Southern, and Eastern Divisions. Key clarifications include the permissibility of 100% subcontracting, vehicle capacity for 7-10 parcels, and the provision of dedicated loading zones for couriers. Couriers will undergo background checks and security clearance, with all packages subject to security screening. The fixed pickup time is 12:00 PM, with deliveries due by 4:00 PM the same day. Contingency routes may be activated at short notice. Pricing for option years is not required for the base contract award and will be awarded as funding permits. The contract is fixed-price, meaning the monthly service rate remains unchanged even without reciprocal outbound parcels. Box sizes vary, with a common size of 15-3/4 x 12-3/8 x 10, and shipment values can vary. There is no specific bond requirement. The First Street Courthouse may serve as an alternative to the Roybal Courthouse for contingency services. Backup drivers require prior registration for background checks and security clearance to avoid service interruptions.
    The United States District Court, Central District of California, is seeking proposals for daily courier services between its Los Angeles, Santa Ana, and Riverside divisional locations. The RFP, 004 RG 2026 Daily Courier, requests fixed-price bids for a base year (October 1, 2025 – September 30, 2026) with four optional one-year extensions. Services include daily, Monday-Friday pickups and deliveries of court documents and confidential items, requiring bonded couriers with security clearance. Proposals are due by September 25, 2025, 2:00 p.m. local time, via email to Rosa_A_Gallardo@cacd.uscourts.gov. Award will be based on the lowest-priced, technically acceptable offer, with technical acceptability determined by the offeror's understanding and approach to the Statement of Work and recent, relevant past performance.
    This document is a Standard Form 33, "Solicitation, Offer and Award," for a federal government procurement. It details a solicitation issued by the United States District Court, Central District of California, for an unspecified service or supply, identified by Solicitation Number 004RG2026_DAILYCOURIER. The document outlines the process for submitting offers, including the deadline of 2:00 p.m. local time on September 25, 2025. It specifies the contracting officer as Rosa Gallardo, providing her contact information. The form also includes a comprehensive table of contents, breaking down the solicitation into sections covering the schedule, contract clauses, list of attachments, and instructions for offerors. Key sections include pricing, specifications, delivery, inspection, and evaluation factors. The document also provides fields for offeror information, discount terms, and acknowledges amendments, culminating in sections for government award details, including acceptance, amount, and authorization. This form serves as a complete framework for both the solicitation and the eventual contract award.
    The document is a wage determination (No. 2015-5613, Revision No. 30, dated 07/08/2025) issued by the U.S. Department of Labor, Wage and Hour Division, for service contracts in Los Angeles County, California. It outlines minimum wage rates and fringe benefits for various occupations under the Service Contract Act. Key points include adherence to Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) depending on contract award dates, with annual adjustments. It details fringe benefits such as health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. The document also addresses specific conditions for computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. It concludes with procedures for conforming unlisted occupations using SF-1444.
    This document is a wage determination for service contracts in Riverside and San Bernardino Counties, California, effective July 8, 2025. It outlines minimum wage requirements for federal contractors under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award or renewal dates. The document also specifies fringe benefits, including health & welfare, vacation, and eleven paid holidays. It provides detailed hourly wage rates for various occupations across administrative, automotive, food service, healthcare, IT, and maintenance fields. Special provisions cover computer employees, air traffic controllers, weather observers (including night/Sunday differentials), hazardous pay, and uniform allowances. The document also details the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
    This document, Wage Determination No. 2015-5645, outlines the minimum wage rates and fringe benefits for service contract workers in Orange County, California, under the Service Contract Act. It specifies applicable minimum wages based on contract award dates, either Executive Order 14026 ($17.75/hour) for contracts on or after January 30, 2022, or Executive Order 13658 ($13.30/hour) for earlier contracts not renewed after January 30, 2022, for 2025. The document details hourly wage rates for various administrative, automotive, food service, health, technical, and other occupations. It also mandates benefits including health and welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees' exemptions, night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. The conformance process (SF-1444) for unlisted job classifications is thoroughly explained, emphasizing that job duties, not titles, determine classification.
    This government file details labor standards for federal contractors under the Walsh-Healey Public Contracts Act (PCA) and the Service Contract Act (SCA). It outlines requirements for minimum wage (no less than federal minimum wage, potentially higher for SCA with wage determinations), overtime pay (1.5 times the basic rate for over 40 hours weekly), and child labor prohibitions (generally no one under 16). The document also emphasizes safety and health standards, ensuring sanitary and non-hazardous work conditions. It specifies enforcement by the Department of Labor's Wage and Hour Division (WHD) and the Occupational Safety and Health Administration (OSHA), providing contact information for complaints or information. Both acts hold prime contractors liable for violations by secondary contractors. The PCA applies to contracts exceeding $10,000 for materials, while the SCA applies to service contracts. Both require posting of employee rights notices. The overall purpose is to advise contractors of their obligations to ensure fair labor practices and safe working environments on government projects.
    Lifecycle
    Title
    Type
    Daily Courier
    Currently viewing
    Solicitation
    Similar Opportunities
    R602--Courier Service VISN 22 East Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide courier services for its VISN 22 East Sites, which include multiple locations across Arizona. The procurement aims to secure timely and secure transportation of medical supplies, biological specimens, pharmaceuticals, and dental instruments, with services required to be available 24/7/365 for urgent needs. This opportunity is critical for maintaining the operational efficiency of VA medical centers and outpatient clinics, ensuring compliance with health regulations and the safe handling of sensitive materials. Interested parties must submit their responses, including company information and capability statements, by December 10, 2025, at 10:00 a.m. PST, via email to Clift Domen at Clift.Domen@va.gov.
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Buyer not available
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified contractors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. This procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period of one year and four optional years, aimed at supporting the mission of the United States Attorneys. The selected contractors will be responsible for delivering various court reporting services while adhering to strict security protocols for handling sensitive Grand Jury materials. Interested parties must submit their quotes by January 6, 2026, and direct any questions to Perla McKay at Perla.McKay@usdoj.gov by December 5, 2025. The contract is a total small business set-aside under NAICS code 561492, with a size standard of $19.5 million in average annual receipts.
    R--Food Delivery and Courier Services, HES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The contract entails providing weekly, temperature-controlled food deliveries and secure package courier services, which are critical for addressing logistical challenges in this remote area. The selected contractor will manage end-to-end logistics, ensuring food safety and compliance with federal regulations, with a contract period starting December 15, 2025, and extending through December 14, 2026, with options for four additional years. Interested small businesses must acknowledge the amendment to the solicitation and submit their proposals by December 10, 2025, at 10:00 AM (MS), and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity contract to provide Residential Reentry Center (RRC) and Home Confinement services for federal offenders in the Middle Judicial District of Louisiana. The contract will encompass a maximum of 22 RRC beds (18 designated for males and 4 for females) and 20 home confinement placements for both males and females, covering a one-year base period and four additional one-year option periods. These services are crucial for the rehabilitation and reintegration of offenders, ensuring effective programming and case management. Solicitation number 15BRRC26R00000003 will be available on or about January 3, 2026, on www.sam.gov, with an estimated closing date of March 4, 2026. Interested parties should monitor the website for updates, as hard copies and requests via telephone or writing will not be accepted. For further inquiries, contact Pamela Barcelona at pbarcelona@bop.gov or call 606-599-4138.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Buyer not available
    The U.S. 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 United States Attorney’s Office in the Northern District of Illinois. The contract, which is a 100% small business set-aside under NAICS code 561492, aims to support the mission of the USAO by providing essential court reporting services, including various transcript delivery speeds and remote deposition capabilities. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, with questions due by December 5, 2025. For further inquiries, contact Perla McKay at Perla.Exinia@usdoj.gov or by phone at 202-252-5417.
    Treatment Services 2025-2026
    Buyer not available
    The Administrative Office of the U.S. Courts is preparing to procure treatment services for federal defendants and individuals under supervision through Blanket Purchase Agreements. The procurement will encompass a range of services, including outpatient mental health and substance abuse treatment, counseling, detoxification, and transportation, among others, with specific requirements to be detailed in future solicitations. These services are critical for supporting the rehabilitation and supervision of individuals within the federal judicial system, and solicitations may be issued at any time throughout the year based on district needs. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with inquiries directed to TreatmentServicesQuestions@ao.uscourts.gov.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Courier Services for General and Pharmacy Supplies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide courier services for general and pharmacy supplies for the Hershel Woody Williams VA Medical Center located in Huntington, West Virginia. The procurement involves 24/7 on-call transportation of supplies within the Tri-State area and to specific VA clinics, with a fixed-price contract type and a base performance period from February 1, 2026, to January 31, 2027, along with two optional one-year extensions. This service is crucial for ensuring timely delivery of medical supplies, which supports the healthcare needs of veterans. Interested parties should contact Naana Owusu-Ansah at naana.owusu-ansah@va.gov for further details and to access the solicitation document.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Residential Reentry Center (RRC) services and Home Confinement services in the Middle Judicial District of Louisiana. The procurement includes a maximum of 22 in-house RRC beds (18 for males and 4 for females) and up to 20 home confinement placements for both genders, all to be provided for a one-year base period with four additional one-year option periods. These services are critical for the rehabilitation and management of federal offenders, ensuring they receive adequate programming and case management. The solicitation, numbered 15BRRC25R00000034, will be available on or about January 2, 2026, with an estimated closing date of March 3, 2026. Interested parties can contact Pamela Barcelona at pbarcelona@bop.gov or by phone at 606-599-4138 for further information.