ICE San Antonio Court Reporter Services
ID: 70CDCR25Q00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTDETENTION COMPLIANCE AND REMOVALSWASHINGTON, DC, 20024, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Immigration and Customs Enforcement (ICE) in San Antonio, Texas, aims to secure court reporting services for virtual court proceedings occurring from November 12 to 15, 2024. The contractor must provide a certified court reporter equipped to remotely record witness testimonies, using secure platforms like Government Zoom or Microsoft Teams. Required performance metrics include identifying the court reporter by November 5, maintaining the integrity of proceedings records, handling exhibits, and delivering transcripts to involved parties within ten days post-hearing. Security protocols necessitate rigorous background checks for contractors and their employees, ensuring access to sensitive information is restricted and monitored. Invoicing procedures are detailed, and all deliverables remain under the government's ownership. The contract underscores compliance with enhanced security and privacy standards, including training in IT security and privacy regulations. The outlined scope and performance criteria illustrate ICE's commitment to maintaining efficient judicial processes while safeguarding sensitive information throughout virtual court activities.
    The Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor, establishes the minimum wage requirements for service contracts, particularly in Texas districts. As of 2024, contracts awarded after January 30, 2022, are subject to Executive Order 14026, which mandates a minimum wage of $17.20 per hour. For contracts active between January 1, 2015, and January 29, 2022, the wage under Executive Order 13658 is $12.90 per hour. The document lists various occupations and their corresponding wage rates, detailing labor standards that contractors must adhere to, including fringe benefits like healthcare and paid leave. It also lays out the conformance process for any unlisted job classifications, ensuring fair compensation across all roles within covered contracts. The purpose of this document is to guide compliance with labor regulations, providing a framework for fair wages and benefits for employees on federal contracts while addressing contractor obligations to adhere to these standards.
    The Department of Homeland Security is soliciting quotes for Court Reporter Services in San Antonio, Texas, scheduled for November 12-15, 2024. The procurement is a 100% small business set-aside and requires submissions from active small businesses certified in the System for Award Management (SAM) under NAICS code 561110. The government intends to issue a Firm-Fixed-Price purchase order based on the evaluation of technical capability and price, adhering to the Lowest Priced Technically Acceptable (LPTA) method. Quoters must submit their technical proposals and pricing in two separate volumes, demonstrating their capability as outlined in the Statement of Work (SOW). Key deadlines include questions by October 22, 2024, and quotes due by October 25, 2024. Technical capability submissions are limited to five pages, emphasizing thorough understanding and detail in addressing the SOW. The evaluation will focus on the technical acceptability of proposals, followed by price reasonableness. All queries must be directed to specified contacts within ICE. This solicitation is part of the government's efforts to ensure compliance with federal contracting standards while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    ICE Healthcare Uniforms
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking information from vendors regarding the supply of healthcare professional uniforms and shoes for personnel operating in detention environments. The procurement includes a requirement for scrub tops, jackets, pants, lab coats, and footwear, with specifications emphasizing solid colors, specific materials, and unisex designs. This initiative is crucial for ensuring that ICE personnel are equipped with appropriate uniforms that meet operational needs across various detention facilities. Interested suppliers must submit their responses by October 21, 2024, detailing their capabilities, product offerings, and cost estimates, and can direct inquiries to primary contact Gena Braden at genna.braden@ice.dhs.gov or secondary contact Brittany Tobias at brittany.tobias@ice.dhs.gov.
    143d AW Court Reporter Services
    Active
    Dept Of Defense
    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.
    ICE COVID-19 Testing Supplies
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), is seeking suppliers for COVID-19 testing supplies, including rapid molecular and antigen tests, to support its Health Service Corps and Enforcement and Removal Operations. The procurement aims to fulfill the testing needs across 18 ICE facilities, with a monthly requirement of 1,056 rapid molecular tests and 2,700 antigen tests, as detailed in the draft Statement of Work (SOW). This initiative is critical for maintaining health standards within detention facilities, ensuring timely and accurate testing capabilities as part of the government's public health response. Interested vendors should contact Gena Braden at genna.braden@ice.dhs.gov or call 682-218-7283, with responses to the Request for Information due by October 25, 2024.
    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.
    Request for Information - DHS/ICE Dental Digital Radiography Support Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information regarding support services for its dental digital radiography systems through a Request for Information (RFI). The primary objective is to maintain and enhance the MiPACS Dental Enterprise Solution across 14 dental clinics, ensuring compliance with relevant regulations and providing robust IT support, including software updates and system security. This initiative is crucial for improving healthcare delivery for detained immigrants while maintaining high cybersecurity standards. Interested vendors are encouraged to submit their capability statements by October 24, 2024, and can direct inquiries to Kelli Brooks at Kelli.Brooks@associates.ice.dhs.gov or Heather Cauthinn at heather.cauthinn@ice.dhs.gov.
    Tactical Emergency Medical Service (TEMS) Training for ICE/OFTP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking qualified vendors to provide Tactical Emergency Medical Service (TEMS) training for its personnel at Fort Moore, Georgia. The procurement aims to secure comprehensive training courses, including Wilderness Emergency Medical Technician certifications, Initial Credentialing Courses, and re-certification programs, all adhering to the National Registry of EMTs standards. This initiative underscores ICE's commitment to enhancing the emergency response capabilities of its Tactical Emergency Medical and Special Response Teams through rigorous training and quality assurance. Interested vendors must respond to the Request for Information (RFI) by October 30, 2024, at 10:00 AM EST, and can direct inquiries to Tony Ross at Tony.Ross@ice.dhs.gov.
    Used/Junk Car Training Requirement for ICE/OFTP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking a contractor to provide used/junk automobiles for law enforcement training at Fort Moore, Georgia, under RFQ 70CMSW25Q00000001. The contractor will supply up to 200 vehicles annually over a five-year period, with specific requirements for 4-door sedans that must have intact doors and windows, inflated tires, and clean interiors, although they do not need to be operational. This initiative is crucial for enhancing ICE's training capabilities, ensuring personnel safety, and facilitating effective law enforcement operations. Interested small businesses must submit questions by October 15, 2024, and proposals by October 18, 2024, with evaluations based on technical understanding, past performance, and pricing. For further inquiries, contact Tony Ross at Tony.Ross@ice.dhs.gov.
    Adjudication and Compliance Support/Data Analytics Support Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Immigration and Customs Enforcement (ICE), is planning to award a sole-source interim task order for Adjudication and Compliance Support (ACS) and Data Analytics Support Services to Booz Allen Hamilton, Inc. This procurement aims to provide critical support services in compliance with federal regulations, with an estimated contract value of $1.7 million for a six-month period under the One Acquisition Solution for Integrated Services (OASIS) framework. The interim task order will remain effective until a new competitive award is finalized, emphasizing the government's strategy to engage specific providers for essential services. For inquiries, interested parties can contact Contract Specialist Jennifer Doran at jennifer.doran@ice.dhs.gov or by phone at 682-308-7117.
    INTERNATIONAL PROCESS SERVING
    Active
    Justice, Department Of
    The Department of Justice (DOJ) is seeking proposals for a contract titled "International Process Serving," aimed at providing judicial and extrajudicial document services in accordance with international legal conventions, specifically the Hague Service Convention and the Inter-American Convention. The contractor will be responsible for managing service requests from foreign authorities, ensuring compliance with legal standards, and maintaining an automated tracking system for approximately 9,000 estimated annual requests, all at no cost to the U.S. Government. This initiative is crucial for facilitating efficient international legal procedures and ensuring smooth judicial cooperation. Interested parties must submit their proposals by November 1, 2024, and direct any questions to Kimberly T. Tran at kimberly.tran@usdoj.gov by October 10, 2024.