Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
ID: 15JA0526Q00000004Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation amendment, 15JA0526Q00000004/0001, issued by the Executive Office for United States Attorney, modifies a request for proposals for Deposition Court Reporting Services for the U.S. Attorney's Office, Northern District of Illinois, covering Chicago and Rockford. The effective date of this amendment is May 31, 2024. The purpose of the modification is to update specific Contract Line Item Numbers (CLINs): CLIN 3001 is updated to "10 Business Day Transcript - Deposition (Chicago)", the dates for CLIN 2024 are changed to March 1, 2028 - February 28, 2029, and CLIN 4008's description now reads "Exhibit Copies". The overall period of performance for these services is from March 1, 2026, to February 28, 2031, with several unexercised options for subsequent years. The document details various services, quantities, and performance periods for different types of transcripts, attendance fees, and other related services for both Chicago and Rockford locations.
    This government Request for Proposal (RFP) outlines requirements for Deposition Court Reporting Services for the United States Attorney’s Office (USAO), Northern District of Illinois. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) Time-and-Materials (T&M) contract, with a base year and four one-year options from March 1, 2026, to February 28, 2031, with a possible six-month extension. Services are required in Rockford and Chicago, with offerors able to quote for one or both locations. The USAO guarantees a minimum of $1,000.00 over the contract life, with individual order limits ranging from $100.00 to $100,000.00. The Contractor must provide a minimum of two court reporters and one videographer per location, adhering to Department of Labor wage rates. Key aspects include various transcript turnaround times, remote deposition capabilities using FEDRAMP certified platforms, specific recording requisites, and strict transcript formatting. Travel reimbursement is limited to areas outside a 50-mile radius and requires prior approval. The document also specifies invoicing procedures, key personnel requirements, and contract administration details.
    The provided document, "Attachment 6 SAMPLE COURT REPORTING WORK ORDER," outlines a standardized work order form for court reporting services. This form is essential for federal, state, and local government procurements, particularly within the context of RFPs and grants. It details critical fields such as the Date, Contract Number, Order Number, Services Required, Time, Place, and Duration of Services, and any Special Packaging or Shipping Requirements. The document also includes sections for authorization by a USAO Designated Authorized Individual and acceptance by the Contractor. This work order ensures clear communication and formal acceptance of services, streamlining the process of requesting and confirming court reporting services under government contracts.
    This document outlines the checklist for preparing a complete quote in response to Solicitation #15JA0525Q00000024, focusing on federal government RFPs, specifically for grand jury court reporting services. Key requirements include providing the Offeror’s SAM Unique Identifier and Tax ID, adhering to strict grand jury material handling and recording protocols as per EOUSA AI-10-1E, and submitting detailed resumes with references for key personnel, including a full list of all personnel with grand jury material access. Offerors must also detail their proposed recording methods, equipment, and knowledge of grand jury security measures. Organizational past performance references from the last three years are required. Crucially, Offerors must be actively registered in the System for Award Management (SAM) at the time of submission and complete various FAR provisions online or with their quote, including 52.212-3, 52.209-7, 52.209-5, and 52.204-24, regarding representations, certifications, and telecommunications equipment.
    The EOUSA AI-10-1E Federal Grand Jury Court Reporter Security Review Checklist outlines essential security requirements for contractors handling Grand Jury (GJ) material. Key areas include stringent personnel approvals, requiring background investigations for all employees and government approval for sub-contractors. Physical security mandates government-approved rooms with secure locks, restricted access, and alarm systems that are externally monitored, regularly tested, and have activity reports provided quarterly. Storage of GJ material, including notes and electronic media, must be in USAO-approved containers with regularly changed combinations. All devices and media used for GJ material must be government-approved, clearly marked, and securely managed, with shared devices or media wiped before reuse. The checklist also details requirements for the destruction of GJ materials, proper packaging and transport, and the immediate reporting of any security incidents that could compromise GJ information.
    Attachment 5, titled "Government Review," is a certification form used by a Government Reviewer to document the findings of a security procedures review for a contractor and any subcontractors involved in a contract. The reviewer selects one of three options: either no security concerns were identified, security concerns were identified but resolved by the contractor, or security concerns were identified and referred to the Contracting Officer for remedy/resolution. The form also includes sections for optional additional comments, the reviewer's name, signature, date, and telephone number. This document is crucial for ensuring compliance with security requirements in government contracts and identifying any necessary actions to maintain security standards.
    The provided government file appears to be a highly technical document, likely an index or detailed breakdown of various sections within a larger proposal or report. Its content is heavily encoded with alphanumeric sequences and symbols, making direct textual interpretation difficult without a key or context. However, based on the structure and repeated patterns, it categorizes and lists numerous items under headings such as "general information," "technical specifications," "pricing details," and "terms and conditions." The document likely serves as a comprehensive reference for specific components, requirements, or deliverables within a federal, state, or local government RFP or grant, indicating a structured approach to outlining project elements or administrative procedures.
    The document outlines various government filings related to solicitations, grants, and RFPs, detailing key aspects such as contract numbers, dates, and involved parties. It appears to be a compilation of administrative and legal requirements for government procurement and funding. The document specifies different types of solicitations and their associated conditions, including deadlines and compliance standards. It references multiple annexes and attachments, indicating a comprehensive framework for managing proposals. The various sections address different components of the contracting process, from initial proposals to final agreements, ensuring regulatory adherence and operational clarity. The emphasis on specific dates and document types highlights the structured and time-sensitive nature of government contracting processes. The document also includes details on various service and supply contracts, as well as several amendments and modifications to existing agreements.
    The U.S. Department of Justice, Executive Office for United States Attorneys (EOUSA) on behalf of the United States Attorney’s Office, Northern District of Illinois (USAO-ILN), is soliciting bids for multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services. This is a 100% small business set-aside under NAICS code 561492, Court Reporting and Stenotype Services, with a $19.5M size standard. The contract will have a one-year base period and four option years, with an anticipated award date of March 1, 2026. Interested parties must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and Tax Identification Number (TIN). Questions are due by December 5, 2025, and quotes by January 5, 2025, both via email to Perla McKay at Perla.Exinia@usdoj.gov.
    This document addresses industry questions regarding an RFP for deposition services, likely for the EOUSA in Chicago and Rockford. The current vendor is Veritext, with a contract value of approximately $540,619.45 over five years. The contract will have separate CLINS per location, with an 80% workload in Chicago and 20% in Rockford. Depositions typically have 10-30 days' notice, average 50-100 pages and 4 hours, and occur about 15 times per month, mostly in-person. While a Tier 4 security clearance for reporters is not mandatory, it is preferred. The document also clarifies several line-item corrections and confirms that resumes are only needed for the minimum required reporters at depositions.
    This government Request for Quote (RFQ) 15JA0526Q00000004, issued by the Executive Office for United States Attorney, seeks deposition court reporting services for the U.S. Attorney's Office, Northern District of Illinois, covering Chicago and Rockford. The contract, set aside for small businesses, spans from March 1, 2026, to February 28, 2031, with a base period and four one-year options. Services include various transcript delivery speeds (10-business day, 5-business day, daily, expedited), condensed transcripts, keyword indexing, copies, CD-Rs, videographer and attendance fees, and cancellation fees. Offerors must complete blocks 12, 17, 23, 24, and 30 of the solicitation. Key security requirements for court reporters involve strict adherence to Federal Grand Jury Security (6(e) of the Federal Rules of Criminal Procedure), background investigations (Moderate Background Investigation or higher), and a residency requirement for employees working in the United States. Questions are due by December 5, 2025, 12:00 PM ET.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. The procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period from March 1, 2026, to February 28, 2027, and four option years extending through February 28, 2031. These services are critical for the functioning of the U.S. Attorney's Office, ensuring accurate and timely transcription of Grand Jury proceedings, with specific requirements for security clearances and adherence to strict formatting and delivery standards. 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.
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing both digital and physical audio/video files, including providing Spanish-to-English translation, with delivery options of 10 days and 3 days. The services are critical for ensuring accurate documentation and compliance with DOJ security and privacy regulations, particularly concerning sensitive information and Personally Identifiable Information (PII). Interested small businesses must submit their completed quotes via email to Renee Leaman by December 10, 2025, with the procurement due date extended to December 17, 2025. For further inquiries, contact Renee Leaman or Kate Oravitz-Weeks at their respective email addresses.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    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.
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    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.
    GSA RFQ1603397 IBM Rational
    Justice, Department Of
    The Department of Justice, specifically the Offices, Boards, and Divisions, has awarded a contract for the IBM Rational Suite under GSA RFQ1603397. This procurement falls under the category of IT and Telecom management tools/products, emphasizing the importance of effective IT management solutions for the department's operations. The award notice serves as a compliance measure with FAR Part 5.301, indicating that no further quotes will be accepted for this opportunity. For additional inquiries, interested parties may contact Frank Giguere at frank.c.giguere2@usdoj.gov or by phone at 202-451-7637.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    DOS Domestic Light Construction Multiple Award IDIQ Requirement
    State, Department Of
    The Department of State (DOS) is preparing to issue a presolicitation notice for a Domestic Light Construction Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at executing a variety of construction, repair, and renovation projects across DOS facilities in the United States. This contract will encompass a wide range of activities, including site work, structural elements, architectural finishes, and specialized tasks such as asbestos abatement and lead paint removal, with the potential for time-sensitive disaster assistance. The acquisition is set aside for total small businesses, and while the solicitation number is 19AQMM26R0012, the closing response date has yet to be determined. Interested parties can reach out to Ryan C. Edwards at Edwardsrc@state.gov or Meghan Klipfel (Knapp) at KlipfelME@state.gov for further information.