Mock Jury Services
ID: 50310225R0008Type: Solicitation
Overview

Buyer

SECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONWASHINGTON, DC, 20549, USA

NAICS

All Other Legal Services (541199)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Securities and Exchange Commission (SEC) is seeking qualified contractors to provide mock jury services as part of its procurement process. The objective is to engage professionals who can assist with jury consulting, including conducting mock jury exercises, community attitude surveys, and aiding in jury selection. These services are critical for enhancing the SEC's legal strategies and ensuring effective representation in judicial proceedings. Interested parties should contact Selina Banfield at banfields@sec.gov or D'Jaris Gladden at gladdend@sec.gov for further details, with proposals expected to adhere to the guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file consists of a compilation of federal, state, and local Requests for Proposals (RFPs) and grant applications aimed at soliciting bids for various projects and initiatives. It provides guidelines on submission requirements, implementation strategies for key programs, and evaluation criteria to ensure compliance with federal standards. The main focus of the document is to facilitate the acquisition process for federal grants and contracts by establishing clear expectations for potential bidders. It outlines critical deadlines, necessary documentation, and criteria for assessing proposals, such as cost efficiency, innovation, and the capacity to meet project goals. Additionally, the file highlights the importance of community engagement, policy alignment, and reporting obligations to foster transparency and accountability. By encouraging competition and ensuring thorough evaluation processes, the document reflects the government's commitment to effective resource allocation and project success. Overall, the content emphasizes comprehensive planning and execution in the procurement of services through RFPs, outlining the necessary steps for interested parties to effectively participate in the bidding process and secure funding opportunities.
    The Non-Disclosure Agreement (NDA) establishes obligations for contractors accessing confidential information from the SEC. It defines "confidential or non-public information," secure handling requirements, and restrictions on unauthorized disclosures, highlighting that access is strictly for fulfilling contract duties. Key stipulations include adherence to SEC regulations regarding confidential data, the prohibition of personal profit from insider information, and mandatory safeguarding of Personally Identifiable Information (PII). The Contractor agrees not to disclose classified information without proper authorization and acknowledges the potential legal implications of information breaches, which could include civil or criminal consequences and contract termination. Additionally, the NDA incorporates requirements for conflict of interest disclosures and explicitly states that provisions do not conflict with existing governmental laws regarding classified information and whistleblower protections. Overall, this agreement is crucial for protecting sensitive SEC information while ensuring compliance with federal laws during the execution of government contracts.
    The Non-Disclosure Agreement (NDA) for Contractor Personnel outlines the obligations and responsibilities of individuals accessing confidential or non-public information from the SEC. The agreement emphasizes that such information is restricted to use solely for duties aligned with the relevant SEC Contract, prohibiting unauthorized disclosures and personal profit from confidential information gained during contract performance. It also incorporates provisions from federal laws that safeguard sensitive information and restrict its improper use, emphasizing the importance of confidentiality in protecting commercially valuable data. Key stipulations include adherence to SEC regulations on conduct, the definition of "unauthorized persons," and acknowledging the potential legal consequences of disclosing confidential information. The NDA requires individuals to avoid conflicts of interest, clarifies the handling of Personally Identifiable Information (PII), and asserts that all obligations remain in effect during and post-contract. Additionally, it recognizes the rights granted by law for disclosures to Congress or relevant authorities in the case of legal violations. This document underscores the SEC's commitment to maintaining stringent confidentiality standards while executing contracts with external parties.
    The document outlines a pricing schedule for Mock Jury and Jury Consulting Services, intended for completion by the contracting officer upon the award of the contract. It details various services, including focus group sessions, community attitude surveys, jury selection assistance, and juror research. The document is structured as a pricing schedule for different performance periods, showcasing a breakdown of pricing for various options ranging from a single day to multiple panels of jurors. Additionally, it includes a cancellation fee schedule applicable throughout the contract's duration, specifying fees based on notification periods before cancellation. The main purpose of this file is to establish a framework for offerors to submit price proposals, ensuring transparency and clarity in the procurement of jury consulting services associated with government projects. Overall, the document serves as an essential guide for prospective contractors in understanding the cost structure and cancellation policies involved in the bidding process.
    The document presents information on various federal and state/local Requests for Proposals (RFPs) and grants relevant to government initiatives. Key topics include the requirements for proposal submissions, eligibility criteria for grants, and guidelines for compliance with legal and regulatory standards. The document structure emphasizes procedural steps for applicants, which encompass pre-qualification, submission deadlines, and review processes. It underscores the significance of providing accurate documentation and timely responses to ensure consideration for funding opportunities. The content reinforces the government's commitment to transparency and accountability in grant allocation while fostering competition and innovation in responding to community needs. Overall, this file serves as a comprehensive resource for entities seeking financial support through government channels, guiding them in navigating the complexities of the RFP process.
    The document outlines a Mock Jury Request Form intended for use by SEC attorneys when engaging contractors to conduct mock jury exercises and related jury consulting services. It includes sections for essential information, such as contact details for SEC attorneys, case particulars, and jury exercise specifics. The form mandates details like the start dates, final report submission dates, the number of jurors (defaulted to 12), and potential jury panel configurations. Additionally, the form includes tasks related to jury consulting, such as assisting with voir dire and jury selection, as well as conducting community attitude surveys. Specific guidelines regarding consultation hours, contractor responsibilities, and compliance with SEC regulations are emphasized, stressing that contractor staff are not government employees and clarifying the boundaries of their duties. The main purpose of this document is to facilitate the structured request for mock jury services, ensuring compliance with federal regulations and outlining the responsibilities of contractors. Overall, it serves as an operational tool for SEC attorneys engaged in the mock jury consultant program, enabling organized and effective support for legal cases.
    The document is a travel expense request for three travelers—Daisy Williams, Will Davis, and Tony Sampson—related to a trip scheduled in Miami, FL, from November 1 to November 4, 2024. It outlines per diem rates for meals and incidental expenses (M&IE) and lodging expenses, adhering to federal guidelines. The M&IE rates are listed as $69 for the first and last days of travel and $92 for each of the additional travel days, with lodging costs reflecting the maximum daily rate. Each traveler’s expenses are itemized, showcasing total amounts for M&IE and lodging, with the overall travel-related expenses totaling $874. The document emphasizes the need to consult the General Services Administration (GSA) website for applicable per diem rates, indicating procedural compliance in government travel reimbursement requests. This request is crucial for budgeting and adhering to federal travel policies efficiently.
    The document outlines the financial records associated with juror fees and incidental expenses for a specified trial request number across three panels. It includes detailed logs for each juror, noting the days served, daily rates, and total expenses, with specific placeholders indicating potential reimbursement amounts. Each panel has a similar structure, consisting of entries that list the juror's identification number along with associated fees for each day served. The records collectively summarize the total request for juror fee reimbursement, emphasizing incidental expenses related to gift cards. This file serves as a formal request for reimbursement linked to jury service costs, presenting an organized account necessary for government financial processing related to court operations. The meticulous recording of juror fees and incidental expenses highlights the importance of financial transparency and accountability within judicial proceedings. Overall, it underscores the fiscal responsibility involved in compensating jurors while delineating the systematic approach taken to document associated costs.
    The document outlines a cumulative record of trials associated with a series of contracts related to government projects. It details multiple contractor options, each linked to specific performance periods, trial numbers, case names, and government points of contact (POC). For each option presented, there is information on the total price for services, costs of Other Direct Costs (ODCs), completion dates, notes or status updates, and any applicable cancellation fees. The structured format emphasizes clarity and organization, facilitating tracking and management of different contractors and their respective trials. Each option is systematically laid out, ensuring that stakeholders can easily interpret the information regarding financial commitments and timelines associated with various projects. This document serves as an internal reference for government agencies to manage contracts effectively within RFPs and grant programs, demonstrating a thorough system for evaluating contractor performance and financial implications for the government. The emphasis on cumulative records indicates the importance placed on accountability and transparency in the procurement process.
    The document consists of a template for questions intended for mock jury services and jury consulting, structured to assist in gathering industry-specific inquiries and the government's corresponding responses. The main purpose is to facilitate the understanding and evaluation of jury consulting practices as part of federal and state RFPs. The template includes numbered sections that likely categorize questions based on thematic areas pertinent to jury selection and trial consulting. Although the specific details of the questions and responses are not provided in the file, the organizational framework indicates an intention to standardize the discourse surrounding jury consulting in legal contexts. This structure is critical for agencies seeking qualified vendors who can offer valuable insights into jury behavior and trial strategies, which are fundamental to effective legal representation and due process within the judicial framework. Overall, the document serves as a preliminary guide to ensuring comprehensive evaluation criteria in the procurement process related to jury consulting services.
    The document outlines a pricing schedule for services related to jury consulting and mock jury services, designed for government RFPs. It details various performance periods and options for pricing, with sections dedicated to specific services such as mock jury selection, juror research, and community attitude surveys. Sample pricing figures are indicated but remain auto-generated and hypothetical for evaluation purposes without binding contract implications. Additionally, the document includes a cancellation fee schedule, specifying percentage fees based on notification time frames for cancellations. This structure emphasizes the financial arrangements and service options available within the context of government procurements, assisting agencies in budgeting and procuring necessary services effectively while adhering to established protocols. The overall intention is to ensure transparency and clarity in service pricing for potential bidders responding to government RFPs by providing a comprehensive outline of available services and associated costs.
    Lifecycle
    Title
    Type
    Mock Jury Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Notification of the SEC's Intent to Award a Single Source Purchase Order to Morningstar, Inc.
    Buyer not available
    The Securities and Exchange Commission (SEC) intends to award a single source purchase order to Morningstar, Inc. for specialized services. This procurement aims to secure financial data and analytics that are critical for the SEC's regulatory and oversight functions. The services provided by Morningstar, Inc. are essential for maintaining the integrity of financial markets and ensuring compliance with federal regulations. For further inquiries, interested parties can contact Jeremy Garrett at garrettj@sec.gov.
    Remote (Virtual) and In-person Deposition and Examination Reporting Services
    Buyer not available
    The Department of Justice is seeking qualified vendors to provide Remote (Virtual) and In-person Deposition and Examination Reporting Services. This procurement aims to secure comprehensive court reporting services that will support various legal proceedings, ensuring accurate and timely documentation of depositions and examinations. These services are critical for maintaining the integrity of legal processes and facilitating effective communication within the judicial system. Interested parties should reach out to Toya Bethea at Toya.D.Bethea@usdoj.gov for further details, as this opportunity is currently in the presolicitation phase and specific deadlines will be outlined in subsequent announcements.
    Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
    Buyer not available
    The Department of Justice, through the Executive Office for United States Attorneys, is soliciting proposals for Grand Jury and deposition court reporting services for the U.S. Attorney's Office in Washington, D.C. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, will span from July 1, 2025, to June 30, 2030, with options for renewal, and is exclusively set aside for small businesses, including those owned by disabled veterans and women. These services are critical for maintaining accurate judicial records and ensuring compliance with stringent security protocols related to sensitive Grand Jury information. Interested contractors must submit their quotes electronically by April 4, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.
    JJDP Act Core Requirements Audit Support
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs, is seeking proposals from small businesses for audit support services related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective is to assist in compliance determination and auditing processes, which include data collection and analysis regarding states' adherence to core requirements such as deinstitutionalization and reducing racial disparities among juvenile offenders. This procurement is crucial for enhancing the effectiveness of juvenile justice systems across the U.S. Interested parties must submit their quotations by April 3, 2025, with the contract expected to commence on June 1, 2025, and potentially extend for four additional years. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.
    Court Reporting Services DSCC
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for court reporting services to support various administrative hearings, including those conducted by the Merit Systems Protection Board (MSPB) and the Equal Employment Opportunity Commission (EEOC). The contract, which is set to commence in May 2025, will cover a 12-month base period with the possibility of four additional extensions, requiring court reporters to provide accurate verbatim recordings and transcripts for an estimated 100 hours and 4,000 pages annually, both in-person and virtually across multiple DLA locations. This procurement is critical for ensuring the integrity and documentation of sensitive proceedings, emphasizing the need for timely service and adherence to security protocols. Interested parties must submit their proposals by March 21, 2025, and can contact Brett Cox at brett.a.cox@dla.mil or (614) 692-6922 for further information.
    Asset Forfeiture Administrative Support Services
    Buyer not available
    The Department of Justice (DOJ) is seeking qualified contractors to provide Asset Forfeiture Administrative Support Services, aimed at enhancing the nationwide asset forfeiture program critical to law enforcement efforts. The procurement requires a range of clerical, administrative, and professional services, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which allows for task orders based on various pricing models, including time-and-material or labor-hour frameworks. This initiative underscores the importance of effective asset seizure processes, legal support, and financial operations, necessitating personnel with appropriate training and security clearances to ensure compliance and operational efficiency. Interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further details regarding the solicitation.
    Security Services Drill Site
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for unarmed security services at two drill sites in California, specifically AEM1 and AEM2. The primary objective of this procurement is to secure equipment against theft and vandalism during operational hours, with services required to include regular patrols every 30 minutes, incident response procedures, and effective communication tools for security personnel. This contract is crucial for ensuring the safety and integrity of essential scientific equipment, with services expected to be delivered between April 15, 2025, and September 30, 2025, covering approximately 13 nights. Interested small businesses must submit their firm, fixed-price quotes and qualifications, including background checks for security personnel, to Joel Berberena at jberberena@usgs.gov, while also monitoring for any amendments to the RFQ.
    Office of Patent Legal Administration (OPLA) Services
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking professional patent legal advisory support for its Office of Patent Legal Administration (OPLA). The primary objective of this procurement is to enhance patent examination and documentation policies by providing specialized expertise in patent law, which includes drafting regulations and implementing new policies. This support is crucial for improving the efficiency and effectiveness of the USPTO's patent processes, given the complexities involved in patent law. The solicitation for this 8(a) set-aside contract is expected to be posted on or before March 28, 2025, and interested parties can contact Mike Spatuzzi at Michael.Spatuzzi@uspto.gov or Kelly Gustafson at Kelly.Gustafson@uspto.gov for further information.
    National Seized/Forfeited Real Property Management Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is seeking qualified contractors to provide management services for national seized and forfeited real property. The objective of this procurement is to ensure effective oversight and administration of properties that have been seized or forfeited, which is critical for the proper management of assets under the jurisdiction of the U.S. Marshals. This opportunity falls under the NAICS code 531390, which pertains to other activities related to real estate, highlighting the specialized nature of the services required. Interested parties can reach out to Eliana York at eliana.york@usdoj.gov for further information regarding this special notice.
    Sources Sought - Fiduciary Liability Insurance
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking sources for fiduciary liability insurance and Errors & Omissions coverage for its 401(k) Plans, which include both the OCC 401(k) Plan and the Office of Thrift Supervision (OTS) 401(k) Plan. The objective is to protect OCC employees from legal claims related to plan administration, with the insurance broker expected to provide comprehensive assessments, solicit competitive quotes, and respond promptly to inquiries during the coverage period from June 10, 2025, to June 9, 2026. This insurance is crucial for ensuring compliance with fiduciary responsibilities and safeguarding sensitive government data, as the OCC manages diverse investment options for its employees. Interested parties should contact Karen A. Green at karen.green@occ.treas.gov for further details regarding this opportunity.