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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 15JA0526Q00000003 for Grand Jury Court Reporting Services for the U.S. Attorney's Office, Northern District of Illinois, covering locations in Chicago and Rockford. The amendment, effective May 31, 2024, specifically updates the description for CLIN 4008 to "Exhibit Copies." The period of performance for these services is from March 1, 2026, to February 28, 2031, with several unexercised options for subsequent years. The solicitation details various services, including different transcript delivery times (10 Business Day, 5 Business Day, Daily, Expedited), condensed transcripts, keyword indexing, additional copies, exhibit copies, CD-Rs, videographer attendance fees, general attendance fees, and cancellation fees. All quantities for these services remain unchanged from the previous version of the solicitation across the base period and all unexercised options.
    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.
    This document addresses industry questions regarding a government contract for court reporting and videography services, likely for federal court operations in Chicago and Rockford. The current vendor is Veritext, with a contract valued at nearly $2 million. The new contract anticipates two IDIQ awards, one for each location, with work distributed by Contract Line Items (CLINs) rather than location-specific task orders. Key points include the expectation of four grand jury days per week in Chicago, though not guaranteed, and videographers only being required when requested. Secure on-site storage for reporter equipment will be provided in Chicago but not Rockford. Each witness averages about 39 pages of transcription. Staffing availability and turnaround speed are identified as areas for improvement over the current contract. Grand Jury transcripts must be delivered via USAfx. The document also clarifies updates to pricing lines for exhibit copies and travel expenses.
    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
    Justice, Department Of
    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.
    Grand Jury and Deposition Court Reporting Services for the United States Attorney's Office, Middle District of Florida
    Justice, Department Of
    The Department of Justice, specifically the United States Attorney's Office for the Middle District of Florida, is seeking qualified vendors to provide Grand Jury and Deposition Court Reporting Services. The procurement emphasizes strict security protocols for handling sensitive Grand Jury materials and requires vendors to submit proposals that include key personnel resumes, past performance references, and a detailed price proposal. This opportunity is a Total Small Business Set-Aside under NAICS code 561492, with proposals due by 2:00 pm EST on January 20, 2026, and must be submitted via email to Elge A. Stevens at elge.stevens@usdoj.gov. Interested parties should also note the importance of SAM registration and compliance with specific FAR clauses as part of the submission process.
    Quorum Analytics
    Justice, Department Of
    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.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Justice, Department Of
    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.
    Court Security Officers Circuit 1, 2, 3, 4, 5 & 8
    Justice, Department Of
    The Department of Justice, through the U.S. Marshals Service (USMS), is seeking sources for the provision of Court Security Officers (CSOs) across the 1st, 2nd, 3rd, 4th, 5th, and 8th Federal Judicial Circuits. The procurement aims to secure qualified personnel to maintain the CSO Program, ensuring the safety and security of federal court facilities through comprehensive entrance control, patrols, and escort duties. Interested contractors must demonstrate their capability to meet rigorous standards, including financial stability to support operations and compliance with specific training and qualification requirements. Responses to this Sources Sought announcement are due by 10:00 AM EST on January 5, 2026, and should be submitted to the designated contacts, Angie Comstock and Pamela Sullivan, via email.
    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.
    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.
    Conference Center Microphone System Repairs and Programming
    General Services Administration
    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.
    FY26 TD 26029 HEADSETS - BDUSMI 2603-2604
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for the procurement of specialized communication equipment, including N-EAR 360 Original Single Ear Pieces and Choice PTT/Mics, under the solicitation RFQ 15M10226QA4700022. This opportunity is exclusively set aside for small businesses, adhering to the NAICS code 334310, which pertains to Audio and Video Equipment Manufacturing, and has a size standard of 750 employees. The equipment is critical for ensuring effective communication within law enforcement operations, emphasizing the importance of reliable audio equipment in safety and rescue scenarios. Interested vendors must submit their quotes by January 6, 2026, and are encouraged to contact Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further details.
    Justification for Other Than Full and Open Competition- MedTel Services, LLC
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Prisons at MCC Chicago, is seeking to procure maintenance and parts for its PBX System from MedTel Services, LLC, the sole provider for this requirement. The proprietary telephone software provided by MedTel is tailored to meet the specific needs of the Federal Bureau of Prisons and is designed to work seamlessly with MedTel's switching products. This procurement is critical for ensuring the continued functionality and reliability of communication systems within the facility. Interested parties can reach out to Michael Steiner at msteiner@bop.gov or by phone at 312-322-0567 for further information regarding this opportunity.