Private Counsel Debt Collection - District of Puerto Rico
ID: 15JPSS24R00000015Type: 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)

Set Aside

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

    The Department of Justice is seeking proposals from qualified small businesses to provide private counsel debt collection services for the District of Puerto Rico under Solicitation No. 15JPSS24R00000015. The objective of this procurement is to engage legal firms or solo practitioners to assist in the collection of delinquent debts owed to the federal government, including representation in bankruptcy and foreclosure proceedings. This initiative is crucial for enhancing the government's ability to recover federal debts efficiently while ensuring compliance with legal standards and ethical practices. Interested parties must submit their proposals by September 11, 2024, and can direct inquiries to Christina Y. Murray at christina.murray@usdoj.gov.

    Point(s) of Contact
    Christina Y. Murray
    christina.murray@usdoj.gov
    Files
    Title
    Posted
    The "Private Counsel Debt Collection – District of Puerto Rico" document outlines the contract scope and guidelines for private counsel assisting the U.S. Attorneys in collecting delinquent debts owed to the federal government, as authorized by the Federal Debt Recovery Act (FDRA). The contractor will provide comprehensive legal services including negotiation, compromise, settlement, and litigation for both secured and unsecured debts. The document details the necessary compliance with federal, state, and local regulations, ethical standards, and mandates the use of the Consolidated Debt Collection System (CDCS) for processing cases. Key elements include the procedures for initial debtor contact, handling compromises, installment agreements, and litigating cases within the appropriate judicial districts. Additionally, terms governing payments, contingency fees, and responsibilities upon case referrals and recalls are outlined, emphasizing the importance of communication with designated U.S. Attorneys. The document underscores the government's emphasis on ethical conduct and effective debt recovery, specifying conditions for cases deemed uncollectible and the required contract compliance reviews. This framework demonstrates the government's strategy to leverage private resources for debt collection while ensuring compliance with legal standards and protecting debtor rights.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for evaluating the performance of debt collection services contracted for the District of Puerto Rico. Its primary goal is to ensure that the contractor meets the established performance standards through systematic monitoring and assessment of technical and management services. The plan delineates the government's role in quality assurance, emphasizing that the contractor is responsible for management and quality control. Key methods of surveillance include inspections, statistical analysis, customer feedback, and a mix of sampling techniques aimed at evaluating contractor performance. Standards for acceptable quality levels are specified across various service domains, including litigation, collection services, regulatory compliance, and cost control. The Contracting Officer’s Representative (COR) plays a pivotal role in documenting performance, addressing deficiencies, and maintaining communication with the agency. Performance ratings will be outlined for regular assessments to ensure adherence to contract terms and detect any non-compliance. This QASP helps establish necessary benchmarks to gauge the effectiveness and efficiency of the debt collection services provided under the contract, aligning with broader government goals in managing public resources efficiently.
    The document is a list of acronyms relevant to the federal government's procurement processes, especially pertaining to Requests for Proposals (RFPs), federal grants, and state/local RFPs. It includes key terms related to roles, legislation, organizational units, and regulations that play vital roles in the management of contracting and debt collection within the federal system. Notable acronyms include CO for Contracting Officer, FAR for Federal Acquisition Regulation, and DOJ for Department of Justice, among others. This compilation serves as a reference tool for stakeholders involved in federal contracting and grant processes, ensuring clarity and common understanding of crucial terminology. The structure presents acronyms alphabetically, highlighting their significance in fostering effective communication and compliance across various government departments and agencies. This facilitates a streamlined approach to grants and RFPs, enhancing operational efficiency in federal and state/local engagements.
    The provided document outlines various Contract Line Item Numbers (CLINs) for debt collection, foreclosure handling, bankruptcy proceedings, and associated costs. It specifies payment structures for contractors, including contingency fees based on collection success and firm-fixed hourly rates for legal and ancillary work. Key CLINs include those for unsecured debt collection, secured debt collection, and bankruptcy services, highlighting that costs incurred must receive prior written approval from the Contracting Officer Representative (COR) or Assistant United States Attorney (AUSA) before they are billed. Additionally, the document details procedures for reimbursing other direct costs (ODCs) related to these legal services, such as filing fees and direct expenses from handling foreclosures. It emphasizes the necessity for authorization to ensure that the government is not liable for unauthorized charges. The overall purpose is to establish a clear framework for compensation and accountability in managing debt and legal processes in compliance with federal guidelines, which is crucial for government contracting and funding applications.
    The Confidentiality Agreement for Contractor Employees under Contract/Order No. 15JPSS by the U.S. Department of Justice outlines the obligations and responsibilities of contractors regarding sensitive government data. Employees agree to safeguard any information obtained during the contract, refraining from disclosing or removing this data without explicit permission from the Contracting Officer or their representative. The agreement emphasizes that all data provided by the government is its property and must be surrendered upon request. Furthermore, these confidentiality obligations persist even after the contract's completion. Specific provisions include compliance with whistleblower protections and acknowledgment of potential legal modifications in alignment with court demands. This document ensures the protection of government information and establishes a framework for accountability for contractor employees, reflecting the government's commitment to safeguarding sensitive data as part of its procurement processes.
    The Department of Justice (DOJ) Cybersecurity and Privacy Rules of Behavior (ROB) for General Users outlines essential guidelines for all personnel accessing DOJ information systems. The document emphasizes that users act as the first line of defense in safeguarding sensitive data, including Personally Identifiable Information (PII). Compliance with various federal policies and internal DOJ orders is mandatory. Key responsibilities include ensuring authorized access, securing devices, avoiding unauthorized software, and adhering to strict protocols for handling sensitive information. Users must also consent to monitoring and acknowledge their lack of privacy when using DOJ systems. The ROB details procedures regarding passwords, email usage, mobile computing, and data protection, with stringent reporting requirements for any security incidents. Violations can lead to severe consequences, including loss of access, employment termination, or legal prosecution. Users are required to acknowledge their understanding and compliance formally. This document serves to reinforce the DOJ's commitment to cybersecurity, protecting information integrity, and ensuring legal compliance, aligning with broader federal standards relevant to government operations and grant requirements.
    The Consolidated Debt Collection System (CDCS) Rules of Behavior (ROB) serve as essential guidelines for users of the Department of Justice (DOJ) IT resources, emphasizing the importance of IT security and personal accountability. These rules apply to all individuals accessing the CDCS, which operates as a financial System of Record in compliance with federal regulations and laws. Non-compliance consequences range from warnings to criminal prosecution, particularly concerning breaches related to sensitive financial data. The document outlines responsibilities for handling personally identifiable information (PII), reporting security incidents, and maintaining data integrity. It sets stringent guidelines for using IT hardware and software, as well as for mobile and remote access, to protect DOJ information. Users are required to safeguard sensitive data, adhere to password security practices, and follow specific protocols when working remotely or while traveling. The rules also stipulate proper handling of classified information and emphasize the duty of managers to maintain oversight for security incidents. Overall, the ROB establishes a framework for the responsible management and protection of DOJ IT resources, underscoring a culture of security compliance amongst all users.
    The document outlines the U.S. Department of Justice Policy Statement 1400.03, which invites inquiries regarding its provisions. Individuals or offices within the Department can reach out to designated program Points of Contact (POCs) for further clarification or to provide comments. The contact details provided are incomplete, listing placeholders instead of specific names and email addresses, which may suggest it is a draft or template document. The intended purpose of this communication is to foster engagement and address any questions about the policy, thereby ensuring clarity and proper implementation across relevant offices. This initiative reflects the department's commitment to transparency and communication, aligning with the broader context of government RFPs, grants, and procedural frameworks.
    This document outlines procedures for monitoring and managing debtor payments by the U.S. Department of Justice. It provides step-by-step instructions for accessing financial transaction management and refund monitoring, emphasizing the importance of contacting the Help Desk if a refund for a civil debt should not be issued. The document includes directives for financial history reviews and disbursement tracking, highlighting specific navigation processes within the CDCS system, such as managing debt payments and reviewing disbursements. Additionally, it offers contact information for Program Office Contacts (POCs) for further inquiries, underscoring the support available to personnel who may have questions or require clarification on the outlined processes. Overall, the objective of this guidance is to assist responsible parties in effectively overseeing debtor payments and ensuring compliance with financial transactions within the federal system.
    The solicitation 15JPSS24R00000015 from the United States Attorney’s Office (USAO) for the District of Puerto Rico outlines a request for proposals (RFP) for private counsel debt collection services. The contract is set aside for small businesses, specifically within the legal services sector. The primary goal is to engage law firms or solo practitioners to collect delinquent debts owed to the U.S. via representation in various legal proceedings, including bankruptcy and foreclosure. The procurement is projected to last five years starting January 1, 2025, with specific performance metrics outlined across different contract line item numbers (CLINs). Proposals will be evaluated based on technical capabilities, relevant past performance, and pricing, with the technical component weighted most heavily. Key eligibility criteria include bar admission and good standing for all attorneys involved, and proposal submissions must include detailed documentation and writing samples. The RFP explicitly stipulates that offerors need to be registered in the System for Award Management (SAM) at the time of submission. The funding and compliance details indicate the U.S. government's intent to ensure efficient management and collection of federal debts through this solicitation.
    This document outlines a proposal submission for the Private Counsel Debt Collection Program as solicited by the U.S. Department of Justice for the District of Puerto Rico (Solicitation No. 15JPSS24R00000015). It requires the vendor to provide details of three client references, specifically those for whom similar debt collection work was performed within the last three years. Essential information includes client names, addresses, primary contacts, and a brief description of services rendered alongside the performance periods. The U.S. government will evaluate the recency, relevance, and quality of these past performance references, assigning a confidence assessment rating. Vendors who lack relevant past performance may not be favorably evaluated, and the government reserves the right to contact references for further verification. The proposal remains valid for 180 days post-submission. This document is part of the federal government’s Request for Proposals (RFP) framework, aimed at ensuring qualified contractors can meet specific program needs effectively.
    The document outlines a Request for Proposals (RFP) for private counsel debt collection services under the U.S. Department of Justice for the District of Puerto Rico. It provides a structured format for evaluating firms’ past and present performance in debt collection over the last three years. Offerors must complete specified sections before sending the questionnaire to clients for reference, who will then assess various performance elements like quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance. The selection aims to find firms capable of providing comprehensive legal services for secured and unsecured federal debts, including litigation and participation in bankruptcy and foreclosure proceedings. Evaluations will inform contingency fee payments for unsecured collections and fixed pricing for secured debts. Responses are to be submitted by September 19, 2024, emphasizing the importance of follow-up for timely feedback. The overall purpose is to ensure the selection of competent firms that can effectively manage federal debt recovery within legal frameworks and district-specific requirements.
    RFP 15JPSS24R00000004 solicits proposals for private counsel debt collection services for the District of Puerto Rico, with responses due by September 11, 2024. The Department emphasizes that bidders must comply with established requirements and use the provided Price Proposal Template for fee quotation. The previous related solicitation was RFP 15JPSS19R00000001, which closed in 2019. The incumbent contractor, Fortuno & Fortuno Fas, CSP, has been operational since January 1, 2020. The majority of accounts involve private consumers owing debts from federal loan programs. Only primary placements will be considered, with internal collections initiated before engaging external counsel. The document stipulates adherence to the Fair Debt Collection Practices Act (FDCPA) for communications with consumers. The Department is satisfied with the current contractor's performance but does not disclose specific financial data regarding payments to incumbents. Contractors are expected to follow strict guidelines for proposed fees and contact methods. Historical liquidation rates are not tracked, and prospective bidders are directed to refer to the combined synopsis/solicitation notice for additional information regarding caseload and account details. This RFP emphasizes compliance, clarity in fee structuring, and maintaining standards in debt collection practices.
    The document pertains to RFP 15JPSS24R00000015 for Private Counsel Debt Collection in the District of Puerto Rico, detailing responses to vendor questions. Proposals are due on September 11, 2024, at 4:30 PM ET. The incumbent contractor, Fortuno & Fortuno Fas, CSP, has been providing services since January 1, 2020. Offerors must adhere strictly to the solicitation requirements, including pricing proposals. Most accounts to be collected are from private consumers associated with federal loan programs, and no prior service by other collection agencies is expected. The document also states that federal agencies follow their collection protocols before referring accounts for collection. Communication methods for debt collection will comply with the Fair Debt Collection Practices Act (FDCPA). The historical return rates and financial data regarding past payments are not disclosed, underscoring the uncertainty of future account placements and performance outcomes. Overall, the RFP aims to secure a contractor for debt collection services while maintaining compliance with federal regulations and standards.
    The document outlines a price proposal for private counsel debt collection services in the District of Puerto Rico, associated with solicitation number 15JPSS24R00000015. It details various cost elements related to unsecured debt collection, bankruptcy proceedings, and miscellaneous expenses. Key components include contingency fee percentages for unsecured debt collection, hourly rates for attorneys and paralegals, as well as reimbursement for out-of-pocket costs (ODCs) and travel. The bid specifies categories for different services, including firm-fixed rates for additional activities and materials needed for bankruptcy cases. The purpose of this document is to submit a structured pricing proposal in response to a government Request for Proposal (RFP), highlighting the potential costs associated with the legal services required for debt collection and bankruptcy management.
    The document outlines a price proposal for debt collection services in the District of Puerto Rico, specifically targeting unsecured and secured debts, as well as bankruptcy proceedings. The proposal is structured into various categories, including contingency fees, flat fees for foreclosure actions, and attorney and paralegal hourly rates. Each section details specific services, such as the collection of unsecured debts and related legal activities, including foreclosures and eviction actions. Additionally, costs for materials, travel, and miscellaneous activities are to be reimbursed at cost. The purpose of the proposal aligns with governmental contracting processes, aiming to secure private counsel for effective debt recovery while ensuring transparency and adherence to budgetary constraints. This structure reflects the detailed approach typical of government RFPs to solicit competitive and cost-effective legal services for debt collection.
    The document outlines a template for an Employment Commitment Letter related to Solicitation No. 15JPSS24R00000015 for Private Counsel Debt Collection services in the District of Puerto Rico. It serves as a formal declaration from an employee affirming their readiness to join the firm upon successful contract acquisition. The letter includes essential components such as the date, firm name, address, and signature of the individual. The primary purpose of this letter is to demonstrate a commitment from potential employees to support the Private Counsel Program, reinforcing the firm's capacity to deliver services outlined in the solicitation. This type of commitment is often a requirement within government RFP processes, showcasing the seriousness of prospective staff in fulfilling contractual agreements. The letter is concise, focusing solely on the employment readiness following contract execution without extraneous details.
    The document outlines a Request for Proposal (RFP) for Private Counsel Debt Collection services in the District of Puerto Rico, effective from January 1, 2025, to December 31, 2029, with a potential six-month extension. The contract specifies the provision of various legal services related to unsecured and secured debt recovery, including contingency fee arrangements, hourly rates for attorneys and paralegals, and reimbursement for certain direct costs under predefined conditions. It emphasizes strict compliance with contract terms, requiring background checks for personnel and detailed invoicing procedures to ensure government oversight and payment processing. Significant performance evaluation will occur periodically, with the government reserving the right to adjust case assignments based on efficacy. The contract prohibits unauthorized reimbursement for various expenditures such as skip tracing fees and travel costs unless explicitly stated. It mandates confidentiality regarding sensitive government data and imposes stringent safeguarding requirements for contractor facilities and communications. In sum, this RFP is structured to facilitate effective debt collection while ensuring legal and financial accountability, confidentiality, and compliance with governmental policies.
    The document is an amendment to a solicitation issued by the U.S. Department of Justice, extending the deadline for receipt of offers and addressing inquiries submitted in response to the solicitation. Offers must acknowledge the amendment before the revised deadline through specified methods such as returning copies of the amendment or electronic communication. It reinforces that failure to acknowledge the amendment by the deadline may lead to offer rejection. Additionally, the amendment describes the process for changing an already submitted offer and states that all other terms remain unchanged. The purpose is primarily to provide answers to questions pertaining to the solicitation, as indicated in an attached file titled "PR Solicitation Qs and As." The contracting officer for this amendment is Christina Murray. This document reflects standard practices in federal procurement, ensuring transparency and clarity between the government and potential contractors regarding solicitation amendments.
    The document is an official amendment to a solicitation issued by the U.S. Department of Justice, specifically amending solicitation number 15JPSS24R00000015. The primary purpose of the amendment is to correct an error in the header of the document titled "PR Solicitation Qs and As," changing it from 15JPSS24R00000004 to the correct 15JPSS24R00000015. The acknowledgment of this amendment by potential offerors is mandatory before the specified deadline, and multiple methods for acknowledgment are provided. The amendment also outlines procedures for changing previously submitted offers, reiterating the importance of referencing the solicitation and amendment numbers in communications. Apart from the changes detailed in this amendment, all other terms and conditions of the original solicitation remain in effect. The document is managed by the Procurement Services Staff at the U.S. Department of Justice and outlines the significance of maintaining compliance with solicitation procedures. This amendment reflects ongoing efforts to ensure accuracy and clarity in the solicitation process, reaffirming the integrity of the procurement process.
    This document amends solicitation number 15JPSS24R00000015 from the U.S. Department of Justice, extending the deadline for offers and requiring acknowledgment of this amendment by specific methods. The amendment introduces a revised Price Proposal Template that all offerors must use in their submissions. It emphasizes that failure to acknowledge receipt of the amendment may lead to rejection of offers. Additionally, it details the processes available for changing previously submitted offers. The document maintains that other terms and conditions remain unchanged. This amendment is part of a federal solicitation process, reflecting typical government practices for transparency and adherence to protocol in contracting situations. The structure includes sections for amendment details, submission instructions, and contracting officer information, thereby ensuring clarity for potential bidders.
    The U.S. Department of Justice has issued a Request for Proposal (RFP) for a Private Counsel Debt Collection Program in the District of Puerto Rico, under Solicitation No. 15JPSS24R00000015. This document outlines the requirements for vendors interested in providing debt collection legal services. Key sections include a proposal checklist ensuring essential documents like business data, attorney qualifications, and signed letters of commitment are included. The submission must demonstrate the vendor’s experience in debt collection, particularly representing the U.S. Government in litigation and handling unsecured debts. The proposal should highlight administrative capabilities for case management and compliance with operational standards. Furthermore, the document specifies conditions regarding certifications on various legal, ethical, and procedural qualifications, including representations about business status, tax liabilities, and compliance with laws concerning child labor and telecommunications equipment. The application process emphasizes the need for clarity in writing samples and thorough completion of all required forms. Overall, this RFP seeks to engage proficient legal counsel to enhance the federal government's debt recovery efforts in Puerto Rico efficiently and lawfully.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solid Waste Disposal Services - MDC Guaynabo
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified contractors to provide Solid Waste Disposal Services for the Metropolitan Detention Center (MDC) located in Guaynabo, Puerto Rico. The procurement will involve an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base period of 12 months and four optional one-year renewal periods at the government's discretion. These services are crucial for maintaining the cleanliness and operational efficiency of the facility, ensuring compliance with health and safety standards. The solicitation is expected to be released on or about September 25, 2024, and interested parties should monitor www.sam.gov for updates and further details. For inquiries, contact Sarah Burke at sburke@bop.gov.
    UNICOR Sales Representative
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for the position of Sales Representative under solicitation number PRC0002-24. The primary objective of this contract is to enhance UNICOR's business development activities by identifying and developing new domestic and international business opportunities for its products, which include textiles, electronics, and industrial goods. This initiative is crucial for expanding UNICOR's customer base and promoting its mission of job training and economic self-sustainability within federal prisons. Interested contractors must submit their proposals via email by October 18, 2024, at 2:00 PM EST, and are encouraged to direct any questions to Aaron Mitchell at aaron.mitchell2@usdoj.gov by October 10, 2024. The contract will be executed as a one-year fixed-price indefinite delivery-indefinite quantity contract, with an option for a second year.
    PRHTA - Landslide Repairs PR ER DOT PRMNT RPR (22)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a potential design-build construction contract focused on landslide repairs in Jayuya, Puerto Rico. The project involves the design and construction of repairs at multiple sites affected by hurricanes Irma and Maria, including tasks such as embankment reconstruction, drainage improvements, and compliance with the National Environmental Policy Act (NEPA). This initiative is crucial for restoring infrastructure and ensuring safety in the region, with an estimated project cost between $20 million and $30 million. Interested prime contractors must submit their qualifications electronically by September 23, 2024, to Rubrena Johnson at eflhd.contracts@dot.gov, as this announcement serves as a Sources Sought notice and is not a formal request for proposals.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide OCONUS logistics service support in Puerto Rico and the Virgin Islands. The contractor will be responsible for sourcing, warehousing, and delivering a range of commercial items, including office supplies and cleaning products, with delivery timelines of five business days for Puerto Rico and seven for the Virgin Islands. This procurement is critical for ensuring timely and efficient supply chain operations for federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Protective Services Officer
    Active
    Justice, Department Of
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    Courtroom(s) Audio Visual Upgrade, San Juan, PR
    Active
    Buyer not available
    The US Bankruptcy Court for the District of Puerto Rico is seeking an integration firm to upgrade the audio-visual equipment in the courtroom(s) located at the Jose V. Toledo Federal Building and U.S. Courthouse in San Juan, PR. The project involves the procurement, installation, configuration, and testing of advanced audio-visual systems, including the removal of outdated cabling and the provision of technical training. This upgrade is part of the court's initiative to modernize its facilities, enhancing operational efficiency and accessibility for court proceedings. Interested contractors should contact Pablo Vega at pablovega@prb.uscourts.gov or call 787-977-6108 for further details and to ensure compliance with the specified requirements and deadlines outlined in the Request for Proposal document.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    EOIR Language Services
    Active
    Justice, Department Of
    The Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), is seeking sources for comprehensive language services, including on-site and telephonic interpretation, Video Remote Interpretation (VRI), written translation, and transcription services for immigration court proceedings across the United States and its territories. The requirement anticipates a daily need for approximately 800 interpreters, with a significant portion required to be on-site, reflecting the critical role these services play in facilitating communication in judicial processes. This Request for Information (RFI) is not a solicitation for proposals but aims to assess the interest and technical capabilities of potential contractors, particularly small businesses, in preparation for a future Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to span five years. Interested parties must submit their capabilities statements electronically by September 23, 2024, to Michael D. Jackson at michael.d.jackson@usdoj.gov.
    Request for Proposal (RFP) - 15BRRC24R00000013 Day Reporting Center (DRC) Services Located within Erie County, PA
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Day Reporting Center (DRC) services for federal offenders in Erie County, Pennsylvania, under solicitation number 15BRRC24R00000013. The contractor will be responsible for providing comprehensive community-based services aimed at assisting offenders in their transition from incarceration to community life, including staffing, facility management, and adherence to federal regulations. These services are critical for promoting rehabilitation and public safety, ensuring effective offender management and community reintegration. Interested parties must submit their proposals electronically by October 4, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.