Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
ID: 15JA0526Q00000003Type: 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 U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified contractors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. This procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period of one year and four optional years, aimed at supporting the mission of the United States Attorneys. The selected contractors will be responsible for delivering various court reporting services while adhering to strict security protocols for handling sensitive Grand Jury materials. 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. The contract is a total small business set-aside under NAICS code 561492, with a size standard of $19.5 million in average annual receipts.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Attorney's Office (USAO), Northern District of Illinois, is seeking Grand Jury Court Reporting Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year and four option years, running from March 1, 2026, to February 28, 2031, with a possible six-month extension. Services are required in Chicago and Rockford, with offerors able to quote for one or both locations. The contract is Time-and-Materials, with a minimum guarantee of $3,000 and order limits between $100 and $300,000. Contractors must provide a minimum of two court reporters and one videographer per location, all requiring Tier 4 High Risk Public Trust background clearance. Wage rates are determined by the Department of Labor. Transcripts have varying turnaround times (same day to 10 business days) and must adhere to strict formatting and security requirements. Travel reimbursement is limited to services outside a 50-mile radius. Invoices are submitted monthly and must include specific details.
    The provided document is a sample court reporting work order, likely used within federal government procurement processes such as RFPs. It outlines a standardized format for requesting court reporting services, detailing essential fields like date, contract number, order number, and a description of services required. Key elements include specifying the time, place, and duration of services, as well as any special packaging or shipping requirements. The document also includes signature lines for the USAO Designated Authorized Individual and the Contractor, signifying acceptance of the requested services. This template ensures clear communication and formalizes agreements for court reporting services, aligning with the structured nature of government contracts.
    This document outlines the checklist for preparing a complete quote in response to Solicitation #15JA0526Q00000003, focusing on federal government RFPs. Key requirements include providing the Offeror’s SAM Unique Identifier and Tax ID, adhering to strict Grand Jury (GJ) material handling and security protocols as per EOUSA AI-10-1E, and submitting personnel resumes with references for key staff. Offerors must propose a minimum number of court reporters and provide a full list of all personnel who will access GJ material. The quote must detail proposed recording methods and equipment, along with knowledge and implementation of GJ security measures. Organizational past performance references from the last three years are required. Crucially, Offerors must be actively registered in SAM (System for Award Management) at the time of submission and complete various FAR provisions, including 52.212-3, 52.209-7, 52.209-5, and 52.204-24, either online through SAM.gov or submitted with the quote.
    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 approval, background investigations, and government approval for all sub-contractors. Physical security measures for processing and storage rooms are critical, requiring government-approved spaces, locks, and restricted access. Alarm systems must be monitored by approved services, with quarterly activity reports and annual testing. GJ material storage containers must be USAO-approved, with safe combinations changed annually or if compromised. Device and media security mandates government-approved, clearly marked equipment for GJ use, with shared IT and storage media cleared before sharing. The contract also details government-approved methods for destroying GJ material, proper packaging and transportation, and mandatory reporting of any security incidents. This checklist ensures the protection of sensitive GJ information throughout all phases of handling and storage.
    Attachment 5, titled "Government Review," is a certification document used by a government reviewer to assess a contractor's facility and security procedures as outlined in a contract. The form requires the reviewer to select one of three outcomes: 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. It also includes sections for additional comments, the reviewer's name, signature, date, and telephone number. This document serves as a formal record of the government's oversight and verification of a contractor's adherence to security requirements within the context of federal government RFPs, federal grants, or state and local RFPs.
    The document outlines various government filings and reports, likely related to federal, state, and local RFPs and grants. It details numerous categories of information, including financial statements, audit reports, project proposals, and regulatory compliance documents. The structure indicates a comprehensive breakdown of different types of submissions, with specific codes or identifiers for each. The content suggests a focus on transparency, accountability, and adherence to established guidelines for government-funded initiatives. Key areas include reporting on expenditures, project progress, and environmental or social impacts. The file serves as a detailed index or compendium of required documentation for entities involved in government contracting or grant-funded projects, ensuring all necessary information is systematically categorized and accessible.
    The document outlines a federal government procurement initiative for various services, likely part of an RFP or grant. It details requirements for different operational areas, including facilities management, IT services, and administrative support. Key components include specifications for equipment, personnel qualifications, and performance metrics. The document emphasizes adherence to federal regulations and standards, highlighting the need for comprehensive proposals. It also lists several distinct tasks or deliverables, such as
    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), issued Solicitation Number 15JA0526Q00000003 for Grand Jury court reporting services. This Request for Quote (RFQ) seeks multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for services in Chicago and/or Rockford, Illinois, with an anticipated award date of March 1, 2026. The contract includes one base year and four option years, is a 100% small business set-aside under NAICS code 561492 ($19.5M size standard), and all task orders will be Time & Material (T&M). Offerors must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and Tax Identification Number (TIN). Contractor personnel requiring access to Grand Jury material must pass security clearance requirements, including a Tier 4 High Risk Public Trust background clearance for at least two but not more than three court reporters and transcriptionists. Questions are due by December 5, 2025, at 12:00 p.m. EST, and quotes by January 6, 2026, at 12:00 p.m. EST, both via email to Perla McKay at Perla.McKay@usdoj.gov.
    The document outlines a Request for Quote (RFQ) from the Executive Office for United States Attorney, Northern District of Illinois, for Grand Jury Court Reporting Services in Chicago and Rockford. The solicitation, number 15JA0526Q00000003, was issued on November 24, 2025, with offers due by January 5, 2026, at 12:00 PM ET. This is a 100% small business set-aside under NAICS code 561492 with a size standard of 16.5 million. The contract has a base period from March 1, 2026, to February 28, 2027, with four unexercised option years extending through February 28, 2031. Services include various transcript delivery times (10-day, 5-day, daily, expedited), condensed transcripts, keyword indexing, additional copies, exhibit copies, CD-Rs, and attendance fees for videographers and court reporters, as well as cancellation fees. A critical component of the RFP is the detailed security requirements for court reporters, emphasizing the protection of sensitive Grand Jury information, background investigations, and residency requirements for contractor employees.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Buyer not available
    The U.S. 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 United States Attorney’s Office in the Northern District of Illinois. The contract, which is a 100% small business set-aside under NAICS code 561492, aims to support the mission of the USAO by providing essential court reporting services, including various transcript delivery speeds and remote deposition capabilities. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, with questions due by December 5, 2025. For further inquiries, contact Perla McKay at Perla.Exinia@usdoj.gov or by phone at 202-252-5417.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    FCI Thomson - Refinish Epoxy in Showers
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for the supply of epoxy materials for refinishing showers at the Federal Correctional Institution (FCI) Thomson in Illinois. This procurement is a supply-only order, focusing on furnishing specified epoxy systems and related additives/sealants, with no installation services required. The contract will be awarded based on the Lowest Price – Technically Acceptable (LPTA) evaluation method, and all interested vendors must be registered in the System for Award Management (SAM) database, including the relevant NAICS code 325520. Quotes must be submitted electronically by December 5, 2025, to Luke Bonner at lbonner@bop.gov, and should adhere to the guidelines outlined in the solicitation package.
    Financial Systems Support and Reporting Services.
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs (OJP), is seeking qualified vendors to provide Financial Systems Support and Reporting Services. The primary objective of this procurement is to deliver comprehensive financial management operations support, including financial reporting, data analysis, audit support, and internal controls for OJP's grant-making components, which manage a substantial $17 billion financial operation. This opportunity is critical for ensuring compliance and efficiency in financial operations, with key tasks involving grant and non-grant financial support, development of reporting solutions, and implementation of controls to mitigate errors. Interested parties should submit their responses to the Request for Information by December 10, 2025, via email to Treva Paris at Treva.Paris@usdoj.gov, with a maximum of 10 pages in PDF or Word format.
    MCC Chicago FY 26 2ND QUARTER MEAT
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at the Metropolitan Correctional Center (MCC) in Chicago, is seeking proposals for the procurement of meat products for the second quarter of fiscal year 2026. This solicitation is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 311999, which pertains to all other miscellaneous food manufacturing. The goods will be utilized to meet the dietary needs of inmates, highlighting the importance of reliable food supply in correctional facilities. Interested vendors can reach out to John Burns at j1burns@bop.gov or call 312-322-0567 for further details regarding the solicitation process.
    MCC Chicago FY 26 2ND QUARTER SUSTENANCE
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at the Metropolitan Correctional Center (MCC) in Chicago, is seeking proposals for the procurement of sustenance services for the second quarter of fiscal year 2026. This solicitation is set aside for small businesses and aims to fulfill the food supply needs for the facility, categorized under the NAICS code 311999, which encompasses all other miscellaneous food manufacturing. The goods and services procured will play a critical role in ensuring the nutritional needs of the incarcerated population are met, thereby supporting the overall health and well-being of the inmates. Interested vendors can reach out to John Burns at j1burns@bop.gov or by phone at 312-322-0567 for further details regarding the solicitation process.
    Quorum Analytics
    Buyer not available
    The Department of Justice, specifically the Procurement Services Staff, is seeking to procure network as a service through Quorum Analytics. This opportunity arises under the requirements of FAR Part 8.405-6, necessitating a limited source justification for acquisitions exceeding the simplified acquisition threshold, which must be publicly posted in accordance with FAR Part 5.301. The procurement is crucial for ensuring the Department's IT and telecom needs are met effectively, although this posting does not constitute a request for quotes and no further awards will be made. Interested parties can reach out to Frank Giguere at frank.c.giguere2@usdoj.gov or by phone at 202-451-7637 for more information.
    GSA RFQ1603397 IBM Rational
    Buyer not available
    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.
    Conference Center Microphone System Repairs and Programming
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the repair and programming of the Conference Center Microphone System at the Ralph H. Metcalfe Federal Building located in Chicago, Illinois. This procurement is categorized under Other than Full and Open Competition (OFOC) and aims to ensure the functionality and reliability of the microphone system, which is crucial for effective communication during conferences and events held at the facility. Interested parties can reach out to Felicia A. Tuck at felicia.tuck@gsa.gov or by phone at 312-353-1993 for further details regarding this opportunity.