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
  1. 1
    Posted Mar 5, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
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.
Mar 28, 2025, 5:05 PM UTC
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.
Mar 28, 2025, 5:05 PM UTC
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.
Mar 28, 2025, 5:05 PM UTC
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.
Mar 28, 2025, 5:05 PM UTC
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.
Mar 28, 2025, 5:05 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
Remote (Virtual) and In-person Deposition and Examination Reporting Services
Buyer not available
The Department of Justice is seeking proposals for remote and in-person deposition and examination reporting services under solicitation number 15JPSS25R00000033. The procurement aims to secure comprehensive court reporting services, including transcription, video, and audio services, to support legal proceedings nationwide from June 15, 2025, to June 14, 2030, with options for renewal. These services are critical for maintaining the integrity and efficiency of the judicial process, ensuring accurate and timely documentation of legal proceedings. Interested contractors must submit their offers by April 21, 2025, and direct any inquiries to Christina Y. Murray at christina.murray@usdoj.gov.
DLA Court Reporting Service
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide court reporting services for various legal proceedings, including Merit Systems Protection Board (MSPB) hearings, Equal Employment Opportunity Commission (EEOC) hearings, arbitrations, and depositions. The contract will cover a base year from June 1, 2025, to May 31, 2026, with four additional one-year options, requiring an estimated 100 hours of service and 4,000 pages of transcripts annually, delivered both in-person and virtually. These services are crucial for ensuring accurate and court-admissible records of legal proceedings, adhering to strict security and privacy regulations. Interested parties must submit their quotes by May 6, 2025, and direct any questions to Brett Cox at brett.a.cox@dla.mil or Becky Hard at Becky.Hard@dla.mil by April 22, 2025.
BPA, LRD COURT REPORTING SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is seeking to establish a Blanket Purchase Agreement (BPA) for court reporting and transcription services. The objective is to secure qualified vendors who can produce verbatim transcripts of various legal proceedings, including meetings, conferences, depositions, and administrative hearings, ensuring accurate and confidential legal records. This BPA is crucial for maintaining a complete and secure documentation of proceedings, with a total maximum capacity of $5 million over its lifetime, which extends to May 2030. Interested vendors must have at least two years of experience, comply with security protocols, and submit their questions and offers by May 1, 2025, to the primary contact, Jamie Lynn Barnes, at jamie.l.barnes@usace.army.mil.
Executive Office for Immigration Review Interpretation Services
Buyer not available
The Department of Justice, through the Executive Office for Immigration Review (EOIR), is seeking contractors to provide comprehensive interpretation services, including on-site, telephonic, Video Remote Interpretation (VRI), and written transcription/translation for immigration court proceedings across the United States and its territories. These services are critical for facilitating effective communication during immigration hearings, ensuring that non-English speakers receive fair access to justice. The contract is expected to span a base period from September 1, 2025, to August 31, 2026, with a total funding amount of up to $700 million over the full term, including six additional option periods. Interested parties can contact Allison Polizzi at allison.j.polizzi@usdoj.gov or Pamela F Pilz at pamela.f.pilz@usdoj.gov for further details.
JJDP Act Core Requirements Audit Support
Buyer not available
The Department of Justice, specifically the Office of Justice Programs (OJP), is seeking qualified contractors to provide audit support services under the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective of this procurement is to assist the Office of Juvenile Justice and Delinquency Prevention (OJJDP) in compliance determination and auditing of core requirements, which includes data collection and analysis, as well as conducting audits of compliance monitoring systems across U.S. states, territories, and the District of Columbia. This initiative is crucial for ensuring adherence to juvenile justice standards and improving the effectiveness of juvenile justice systems nationwide. Interested small businesses must submit their proposals by April 30, 2025, with questions due by April 10, 2025. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.
FY25 D76 Prisoner Van Outfitting
Buyer not available
The U.S. Department of Justice, specifically the U.S. Marshals Service, is seeking proposals for the outfitting of a prisoner van under the contract number 15M10225QA4700107, designated as the FY25 D76 Prisoner Van Outfitting. This procurement aims to acquire commercial products and services that meet specified technical requirements, with a focus on ensuring compliance with federal regulations, particularly regarding the protection of personally identifiable information (PII). The contract performance period is set from May 1, 2025, to April 30, 2026, and interested vendors must submit their completed quotes by April 21, 2025, at 11:00 CST, ensuring they are compliant with the Integrated Award Environment (IPP) before contract award. For further inquiries, vendors can contact Renee Leaman at renee.leaman@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
SV0175-25 Lighting Project
Buyer not available
The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for a lighting replacement project on the 7th floor of the federal building located at 400 1st St NW, Washington, DC. The project involves providing and installing lighting components, with a mandatory site visit scheduled for April 18, 2025, and proposals due by April 24, 2025, at 10:00 AM EST. This initiative underscores the government's commitment to engaging small businesses in federal contracts while ensuring compliance with safety regulations and operational standards. Interested vendors should direct inquiries to Joshua Hassler at joshua.hassler2@usdoj.gov and ensure they are registered in the System for Award Management (SAM) database.
143d AW Court Reporter Services
Buyer not available
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.
FY2025 USPS OIG Broad Agency Announcement
Buyer not available
The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as 6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.
USCA25Q0202 - AOUSC Automating Administration with PowerShell Training
Buyer not available
The Administrative Office of the U.S. Courts (AOUSC) is seeking proposals for the procurement of Automating Administration with PowerShell Training aimed at IT personnel within the Federal Defender Organization. This training will be conducted through public virtual, live online instructor-led classes, with a total of 12 sessions planned to accommodate up to 100 students over the contract period from June 1, 2025, to May 31, 2026. The initiative underscores the judiciary's commitment to enhancing the technical skills of its IT staff, ensuring effective technology adoption and cybersecurity measures. Interested vendors must submit their proposals electronically by April 25, 2025, to the primary contact, Candace Browne, at candacebrowne@ao.uscourts.gov, with a cc to David Kelley at davidkelley@ao.uscourts.gov, following the detailed requirements outlined in the attached Request for Quotation (RFQ).