Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
ID: 15JA0525Q00000024Type: 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 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 procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide essential court reporting services, including transcription and attendance at grand jury sessions, with a focus on maintaining confidentiality and security due to the sensitive nature of the materials involved. This contract is particularly significant as it supports the U.S. Attorney's mission to uphold judicial integrity and facilitate legal proceedings, with a performance period from July 1, 2025, to June 30, 2030, and an anticipated award date of July 1, 2025. Interested small businesses must submit their proposals by April 11, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a Solicitation issued by the Executive Office for the United States Attorney, numbered 15JA0525Q00000024. It serves to provide answers to industry questions and extends the solicitation deadline to April 11, 2025, at 12:00 PM EST. The focus of the solicitation is on acquiring Grand Jury and Deposition Court Reporting Services for the U.S. Attorney's Office in Washington D.C., with a performance period from July 1, 2025, to June 30, 2030. The document details the transcription services required, including both English and non-English media, addressing various turnaround times (3, 5, and 10 business days) and specifying the quantities needed for the contract. The solicitation invites submissions from contractors and emphasizes the need for acknowledgment of this amendment prior to the modified deadline. The text is structured into sections detailing the solicitation/contract form, commodity or services schedule, contract clauses, a list of attachments, and solicitation provisions. The primary purpose is to clarify requirements for potential bidders and ensure compliance with procedural formalities in the procurement process.
    The document outlines a Request for Quotation (RFQ) for Grand Jury and Deposition Court Reporting Services for the United States Attorney’s Office for the District of Columbia (USAO-DC). The government anticipates awarding one or more contracts to provide necessary labor, supervision, and transportation for this service, primarily at specified courthouses in Washington, D.C. The contract is structured as an indefinite delivery, indefinite quantity (IDIQ) arrangement over a potential five-year period starting July 1, 2025. Key requirements include regular attendance at Grand Jury and deposition sessions, which could involve recording sessions lasting approximately eight hours. The contractor must supply bilingual court reporters fluent in Spanish and English, with various transcription delivery timelines ranging from same-day to ten business days. Compliance with specific security and certification requirements is mandated for all personnel involved. Additional provisions address the protocol for remote depositions and necessary technical support, emphasizing the contractor’s obligation to ensure high-quality reporting standards and confidentiality throughout proceedings. The overarching goal is to maintain accurate judicial records, ensuring satisfactory service delivery aligned with federal guidelines.
    The document provides instructions for the completion of the Advice of Obligation/Receiving Report form for the United States Attorney's Office in the District of Columbia. This form is primarily used for billing and procurement purposes related to legal services, such as court transcripts and stenography. Key sections of the form include information on billing details, vendor information, type of services requested, estimated costs, delivery dates, and the approval process. The form outlines various types of transcripts (grand jury, court, deposition), as well as stand-alone legal services like research. It emphasizes adherence to regulations requiring procurement procedures for expenses exceeding $3,500. Moreover, it mandates itemized invoicing to ensure proper payments and includes sections for management approval, certification of receipt, and signatures to authorize transactions. The purpose of this form aligns with federal guidelines for processing financial obligations related to legal proceedings and services, and it ensures compliance with government accountability measures. Overall, this document serves as a critical tool for maintaining financial integrity within the US Attorney's Office operations.
    The document is a checklist provided to offerors in relation to Solicitation #15JA0525Q00000024, aimed at ensuring a complete quote submission. It outlines key requirements such as including the Offeror’s SAM Unique Identifier and Tax ID, adhering to Grand Jury material guidelines, and evidence of personnel qualifications. Offerors are required to submit resumes and references for key personnel, specify the recording methods and security measures, and provide organizational past performance references from the last three years. Additionally, registration in the System for Award Management (SAM) is essential for eligibility, with details on required certifications including FAR clauses. Overall, the checklist serves to streamline the quote submission process, ensuring compliance with necessary regulations and enhancing the selection process for government contracts.
    The EOUSA AI-10-1E Federal Grand Jury Court Reporter Security Review Checklist outlines critical security requirements for contractors handling grand jury (GJ) materials. Key elements include maintaining an approved list of personnel with access to sensitive information, ensuring all subcontractors comply with security standards, and that individuals have undergone favorable background investigations. The checklist mandates secure storage and processing locations, complete with government-approved locks and alarm systems monitored by professional services. All GJ materials must be properly labeled, stored in approved containers, and destroyed according to government guidelines. Additionally, contractors must provide incident reports and ensure that packaging and transportation of materials adhere to prescribed methods. This document serves to ensure the integrity and security of GJ data, emphasizing compliance with federal regulations and thorough reporting mechanisms for any security incidents.
    The government file presents a certification form for reviewing facility security as part of a contract assessment. The reviewer must indicate one of three possible outcomes regarding security concerns: either there are no concerns, concerns identified have been resolved, or concerns that require further action have been referred to a Contracting Officer. Additionally, there is an option to attach further comments or observations. Confidentiality and compliance with security protocols are emphasized, aligning with federal requirements. This process ensures that contractors and subcontractors uphold security measures dictated by the contract, which is crucial for safeguarding sensitive government operations.
    The document is the "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor. It outlines minimum wage rates for various occupations under contracts subject to the Service Contract Act, specifically addressing changes linked to Executive Orders 14026 and 13658, which adjust minimum wages for federal contract workers. For contracts effective after January 30, 2022, the minimum wage must be at least $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour unless otherwise specified. The document details applicable wage rates for numerous occupations like clerical, automotive, food service, and healthcare roles in specified regions, including the District of Columbia and parts of Maryland and Virginia. It mandates that contractors provide specified fringe benefits, including health and welfare allowances, paid vacation, and designated holidays, with provisions for additional requirements under Executive Order 13706 regarding paid sick leave. Furthermore, it outlines the process for adding unlisted job classifications and wage rates, ensuring wage compliance and fair treatment for all employees under the contract. The wage determination serves as a critical guide for federal contracting obligations, aligning compensation with labor standards and protecting workers' rights.
    The document outlines a series of responses to questions regarding an RFP for transcription services related to court reporting for the district. Key topics include the anticipated volume of recorded material (100,000 hours), historical transcription data, and language requirements. The district clarified that no bilingual Spanish-speaking court reporters are needed for live proceedings since transcription from Spanish to English is acceptable. Additionally, technical support is limited to the court reporter's responsibilities, and there is no requirement for specialized presentation applications during depositions. There is a significant emphasis on the operational needs for grand jury work, with all proceedings being transcribed in District Court, and approximately 50% of depositions conducted virtually. Furthermore, while two court reporters for grand jury work need to meet top-secret clearances, there's no such requirement for deposition work. Vendors are informed that they cannot bid solely on non-classified work and can sell deposition copies only to the involved parties. Overall, the document serves to clarify operational expectations and requirements for interested vendors while ensuring compliance with governmental standards for court reporting services.
    The U.S. Department of Justice's Executive Office for United States Attorneys has issued a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for grand jury and deposition court reporting services on behalf of the United States Attorney's Office for the District of Columbia. This contract, anticipated to begin on July 1, 2025, features a base year and four option years and is exclusively open to small businesses. The relevant North American Industry Classification System (NAICS) code is 561492, with a small business size standard set at $19.5 million in average annual receipts. The awarded contractor will be responsible for providing necessary labor and transportation for court reporting services. The solicitation also emphasizes security clearance requirements, stating that certain personnel must have Top Secret clearance due to the sensitivity of National Security cases. Interested parties must be registered in the System for Award Management (SAM) and submit quotes electronically by April 4, 2025. The government disclaims liability for information from other sources and will not provide paper copies of the solicitation. This release highlights the government's commitment to maintaining confidentiality and security in legal proceedings while facilitating participation from small businesses.
    The document outlines a Request for Proposal (RFP) from the Executive Office for the U.S. Attorney, focusing on the procurement of Grand Jury and deposition court reporting services for the U.S. Attorney's Office in Washington, D.C. The services span from July 1, 2025, to June 30, 2030, with opportunities for renewals through options for subsequent years. Key service components include transcript production, attendance fees, exhibit copies, and transcription services, categorized by different turnaround times. The RFP is set aside for small businesses, including those owned by disabled veterans and women. A significant aspect emphasized is the stringent security requirements concerning Grand Jury (GJ) information, necessitating contractors to provide secure processing, storage, and handling of sensitive materials. The document specifies compliance expectations, personnel security protocols, and the necessity for contractors to undergo background investigations for employees accessing GJ materials. The comprehensive contract aims to ensure confidentiality and integrity of judicial processes while supporting the U.S. Attorney’s operational needs through professional court reporting services within regulated security guidelines.
    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.
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing both digital and physical audio/video files, including providing Spanish-to-English translation, with delivery options of 10 days and 3 days. The services are critical for ensuring accurate documentation and compliance with DOJ security and privacy regulations, particularly concerning sensitive information and Personally Identifiable Information (PII). Interested small businesses must submit their completed quotes via email to Renee Leaman by December 10, 2025, with the procurement due date extended to December 17, 2025. For further inquiries, contact Renee Leaman or Kate Oravitz-Weeks at their respective email addresses.
    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.
    Tax Notes Subscription
    Justice, Department Of
    The Department of Justice (DOJ) is seeking to procure an enterprise license for a Tax Notes Subscription on behalf of its Civil and Criminal Divisions. This subscription will provide access for up to 225 users to a comprehensive suite of tax-related resources, including Tax Directory, Tax Notes Today, and Worldwide Tax Daily, among others, enabling users to stay informed on federal, state, and international tax matters through customizable alerts and advanced search features. The contract is intended to enhance the DOJ's research capabilities in tax law and policy, with a performance period of twelve consecutive months. Interested parties must express their interest and capabilities in writing via email to Marla Chesler at marla.chesler@usdoj.gov within seven calendar days of the notice, as no solicitation will be issued.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    Braille Music Transcription and Proofreading
    Library Of Congress
    The Library of Congress is seeking proposals for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Braille Music Transcription and Proofreading services. The contract aims to procure services for transcribing printed and electronic sheet music into braille and proofreading existing digital braille music files against hardcopy originals, ensuring compliance with established braille standards. This initiative is crucial for providing accessible music materials to individuals who are blind or visually impaired, thereby enhancing their access to educational and cultural resources. Proposals are due by January 7, 2026, with a maximum contract value of $250,000 and a minimum guarantee of $1,000 for each awardee. Interested vendors can contact James Robinson at jarobinson@loc.gov or Brenda Kinlay at bkinlay@loc.gov for further information.