143d AW Court Reporter Services
ID: W50S9425SY0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NY USPFO ACTIVITY RI ARNGEAST GREENWICH, RI, 02818-1728, USA

NAICS

Court Reporting and Stenotype Services (561492)

PSC

SUPPORT- ADMINISTRATIVE: COURT REPORTING (R606)
Timeline
    Description

    The Department of Defense, specifically the Rhode Island Air National Guard, is conducting market research for a potential procurement titled "143d AW Court Reporter Services." The objective is to identify qualified vendors capable of providing skilled court reporting, stenographic record capture, and transcription services, ideally located near Quonset Air National Guard Base for on-demand support within 48 hours. This initiative is crucial for ensuring timely and accurate documentation of military proceedings, with a required turnaround time for transcriptions of 10 business days. Interested parties must submit their capabilities and socioeconomic status by 1700 EST on October 17, 2024, via email to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil, as this notice serves solely for market research and not as a solicitation.

    Point(s) of Contact
    MSgt Sandra Yazidjian
    sandra.e.yazidjian.mil@army.mil
    Files
    Title
    Posted
    The Rhode Island Air National Guard is issuing a Sources Sought Notice to conduct market research for a potential service requirement titled “143d AW Court Reporter Services.” This initiative aims to assess interest and capabilities from businesses to inform procurement strategies, potentially as a Small Business Set-Aside. Interested vendors are invited to demonstrate their expertise in skilled court reporting, stenographic record capture, and transcription services, ideally with a location near Quonset Air National Guard Base for on-demand support. Key requirements include the capacity for timely transcription within 10 business days and familiarity with military terms being advantageous. Interested parties must respond by October 17, 2024, providing company information, capability statements, and socioeconomic status under identified classifications. The document emphasizes that this is not a solicitation and responses should be submitted via email to a designated contact. The North American Industry Classification System (NAICS) code for this project is 561492, relating to court reporting services. Overall, this effort illustrates the government’s aim to gather insights for effective resource planning and vendor selection in this specific service domain.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    RFI - NLO Court Reporting
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified sources to provide Court Reporting Services for the Office of the General Counsel (OGC) at the Naval Litigation Office (NLO). The objective of this Request for Information (RFI) is to gather industry feedback and identify experienced contractors capable of delivering comprehensive court reporting services, including the use of stenography and a web-based exhibit software tool, as outlined in the draft Statement of Work (SOW). These services are critical for managing legal proceedings, with an average of 53 requests per year, emphasizing the need for timely and accurate reporting, especially in virtual formats. Interested parties must submit their responses, including a cover sheet and capability statements, by 1500 ET on October 16, 2024, to Robert Brennan at robert.l.brennan29.civ@us.navy.mil, noting that this RFI does not constitute a solicitation for a contract.
    R606--Court Reporting Services for the Equal Employment Opportunity Office
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, is seeking proposals for court reporting services for the Central Arkansas Veterans Healthcare System located in North Little Rock, Arkansas. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Court reporting services are essential for ensuring accurate documentation and support for legal and administrative proceedings within the healthcare system. The solicitation number for this opportunity is 36C25625Q0054, with proposals expected to be accepted following the formal solicitation release anticipated by October 29, 2024. Interested vendors must be registered and verified in the System for Award Management (SAM) and meet additional veteran certification requirements. For inquiries, potential bidders can contact the Contracting Officer, Arlene A. Blade, via email at arlene.blade@va.gov or by phone at (318) 466-4281.
    National Guard Bureau J1 Combined Support Services
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE National Guard Bureau J1 Combined Support Services The National Guard Bureau, under the Department of Defense, is seeking information and industry feedback for potential sources capable of providing J1 Combined Support Services. These services are intended to support multiple locations within the United States in accordance with Department of Defense standards and applicable laws. The services will be awarded through a competitive 8(a) acquisition. The Draft Performance Work Statement provides all the technical requirements for this effort, which may be subject to change. The services will fall under the North American Industry Classification System (NAICS) code 541611, with a Small Business Administration (SBA) Size Standard of $24,500,000. The Government anticipates awarding a base and four option years plus a 6-month option. Interested companies must be registered in the System for Award Management (SAM) database and with their local SBA office. Small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This is a sources sought inquiry for all potential 8(a) vendors. Companies are invited to provide their capability statements in support of this acquisition. The Government's assessment of the capability statements received will determine whether the forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses. For more information and to participate in the market research, interested parties can contact MSgt Brittany Hopkins at brittany.l.hopkins11.mil@army.mil.
    Shop Towel Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking proposals for a Shop Towel Service at Barnes Air National Guard Base in Westfield, Massachusetts. The contractor will be responsible for providing clean shop towels and soaker pads, including all necessary labor, materials, and transportation, as outlined in the Performance Work Statement (PWS). This service is crucial for maintaining operational efficiency and cleanliness within the facility, ensuring compliance with industry standards. Interested small businesses must submit their quotes by October 25, 2024, with the anticipated contract period running from November 1, 2024, to October 31, 2025. For inquiries, contact MSgt Nathan Staples at 104.fw.msc@us.af.mil or call 413-564-2796.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    NVANG UTA LODGING DECEMBER 2024 - NOVEMBER 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for personnel of the Nevada Air National Guard's 152d Airlift Wing from December 2024 to November 2025. The procurement requires single and double occupancy rooms within a two-mile radius of the 152d Airlift Wing in Reno, Nevada, with an estimated total of 1,495 room nights needed across various training events. This contract is crucial for ensuring that Air National Guard personnel have safe and comfortable accommodations during their duty status for training. Interested small businesses must submit their quotes by November 1, 2024, at 10:00 AM PDT, to the primary contacts Keith Trimble and Alex Norris via email, adhering to all specified requirements in the solicitation documents.
    152 AW Secondary Crash Net Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard, intends to award a sole source contract for the repair and replacement of a secondary crash net operations system. This procurement is essential for maintaining operational readiness during airfield-related emergencies, such as in-flight crises and severe weather alerts, as mandated by Air Force regulations. The existing system is critical for ensuring safety and effective response during emergencies, and the selected contractor will be responsible for delivering and installing the necessary repairs as soon as possible. Interested firms are encouraged to submit their technical capabilities and relevant information to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil by the specified deadline, as this is a total small business set-aside under NAICS Code 334210.
    109AW Kangerlussuaq Greenland Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's 109th Airlift Wing, is seeking qualified sources to provide support services at Kangerlussuaq International Airport in Greenland. The required services include billeting, housekeeping, office and garage space leasing, communications, aircraft services, vehicle rentals, ground fuel, and secured storage leasing, all aimed at supporting the mission requirements of the Air National Guard. This opportunity is particularly significant as it aims to source services from Danish or Greenlandic companies in accordance with a Memorandum of Understanding between the U.S. and Denmark, although U.S. sources may be considered if local options are insufficient. Interested firms must respond with their qualifications and experience by emailing 109.AW.FAL.MSC.Contracting@us.af.mil, as this notice is for planning purposes only and does not guarantee a future solicitation.
    ICE San Antonio Court Reporter Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking quotes for court reporter services for virtual court proceedings scheduled from November 12 to 15, 2024, in San Antonio, Texas. The procurement is a total small business set-aside, requiring submissions from active small businesses certified in the System for Award Management (SAM) under NAICS code 561110. The selected contractor will provide certified court reporters capable of securely recording witness testimonies and delivering transcripts within specified timelines, while adhering to strict security protocols. Interested parties must submit their technical proposals and pricing by October 25, 2024, with questions due by October 22, 2024. For further inquiries, contact Brittany Tobias at brittany.tobias@ice.dhs.gov or Briana Jones at briana.jones@ice.dhs.gov.
    ServiceNow Licensing Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center in Keyport, Washington, is conducting market research through a sources sought notice for the renewal of ServiceNow licensing. This initiative aims to identify interested parties with the necessary resources and capabilities to fulfill the licensing requirements, although it does not constitute a formal Request for Proposal (RFP). The ServiceNow platform is critical for managing IT services and operations within the Navy, ensuring efficient workflow and service delivery. Interested vendors are encouraged to complete the attached "Questions for Industry" document and submit their responses to Patti Rees at patricia.j.rees.civ@us.navy.mil by the specified deadline, while adhering to operations security requirements and avoiding the inclusion of classified information.