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 contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, will span from July 1, 2025, to June 30, 2030, with options for renewal, and is exclusively set aside for small businesses, including those owned by disabled veterans and women. These services are critical for maintaining accurate judicial records and ensuring compliance with stringent security protocols related to sensitive Grand Jury information. Interested contractors must submit their quotes electronically by April 4, 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
    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 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
    Remote (Virtual) and In-person Deposition and Examination Reporting Services
    Buyer not available
    The Department of Justice is seeking qualified vendors to provide Remote (Virtual) and In-person Deposition and Examination Reporting Services. This procurement aims to secure comprehensive court reporting services that will support various legal proceedings, ensuring accurate and timely documentation of depositions and examinations. These services are critical for maintaining the integrity of legal processes and facilitating effective communication within the judicial system. Interested parties should reach out to Toya Bethea at Toya.D.Bethea@usdoj.gov for further details, as this opportunity is currently in the presolicitation phase and specific deadlines will be outlined in subsequent announcements.
    Court Reporting Services DSCC
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for court reporting services to support various administrative hearings, including those conducted by the Merit Systems Protection Board (MSPB) and the Equal Employment Opportunity Commission (EEOC). The contract, which is set to commence in May 2025, will cover a 12-month base period with the possibility of four additional extensions, requiring court reporters to provide accurate verbatim recordings and transcripts for an estimated 100 hours and 4,000 pages annually, both in-person and virtually across multiple DLA locations. This procurement is critical for ensuring the integrity and documentation of sensitive proceedings, emphasizing the need for timely service and adherence to security protocols. Interested parties must submit their proposals by March 21, 2025, and can contact Brett Cox at brett.a.cox@dla.mil or (614) 692-6922 for further information.
    JJDP Act Core Requirements Audit Support
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs, is seeking proposals from small businesses for audit support services related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective is to assist in compliance determination and auditing processes, which include data collection and analysis regarding states' adherence to core requirements such as deinstitutionalization and reducing racial disparities among juvenile offenders. This procurement is crucial for enhancing the effectiveness of juvenile justice systems across the U.S. Interested parties must submit their quotations by April 3, 2025, with the contract expected to commence on June 1, 2025, and potentially extend for four additional years. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.
    Multiple Award AEP IDIQ Services Contracts
    Buyer not available
    The District of Columbia Courts is seeking qualified firms to provide Architectural, Engineering, and Planning (AEP) services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to support the Capital Projects and Facilities Management Division with services including pre-design, space planning, and construction document preparation, addressing the urgent needs for courtroom facility renovations and expansions. This initiative is crucial for enhancing the operational efficiency and safety of the judiciary system, with contracts expected to span a two-year base period and three optional one-year extensions, potentially totaling up to $3 million annually per firm. Interested bidders must submit their proposals by March 21, 2025, at 1:00 PM EST, and can direct inquiries to Flor de Maria de Rivera at maria.rivera@dccsystem.gov or by phone at 703-901-1547.
    FY25 D32 Lexington Misc Office Items
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for the procurement of miscellaneous office items under the title "FY25 D32 Lexington Misc Office Items." This opportunity is set aside for small businesses, including those that are HUBZone, veteran-owned, and women-owned, and aims to enhance operational efficiency within federal offices by acquiring essential supplies such as technology, furniture, and various office equipment. Proposals must be submitted by March 11, 2025, with deliveries scheduled to be completed by April 30, 2025, and the performance period extending from March 28, 2025, to September 30, 2025. Interested vendors can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    Asset Forfeiture Administrative Support Services
    Buyer not available
    The Department of Justice (DOJ) is seeking qualified contractors to provide Asset Forfeiture Administrative Support Services, aimed at enhancing the nationwide asset forfeiture program critical to law enforcement efforts. The procurement requires a range of clerical, administrative, and professional services, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which allows for task orders based on various pricing models, including time-and-material or labor-hour frameworks. This initiative underscores the importance of effective asset seizure processes, legal support, and financial operations, necessitating personnel with appropriate training and security clearances to ensure compliance and operational efficiency. Interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further details regarding the solicitation.
    DCSC-25-RFP-046 DC Courts Janitorial Services
    Buyer not available
    The District of Columbia Courts is seeking qualified contractors to provide comprehensive janitorial services for various court facilities under Solicitation Number DCSC-25-RFP-046. The contract aims to ensure clean and well-maintained environments across six primary buildings and several off-site locations, requiring contractors to supply labor, supervision, materials, and equipment while adhering to strict performance and safety standards. This opportunity is critical for maintaining public health and safety within the court system, emphasizing the use of environmentally friendly cleaning methods and prompt emergency response capabilities. Interested parties must submit their proposals by April 7, 2025, and can contact Kenneth Evans at Kenneth.Evans@dccsystem.gov or by phone at 202-879-8776 for further information.
    USMS FY25 D29 Long-Range Acoustic Device (LRAD)
    Buyer not available
    The U.S. Marshals Service (USMS) is soliciting proposals for the procurement of Long-Range Acoustic Devices (LRAD) under solicitation number 15M10225QA4700072, with a total small business set-aside. The contract aims to supply specific LRAD equipment, which is crucial for communication and security operations, ensuring effective crowd control and public safety measures. Proposals are due by March 12, 2025, with a delivery requirement by April 22, 2025, and the contract will be awarded on a Fixed Price basis. Interested vendors can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    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.
    Amendment 3 Computer Assisted Legal Research
    Buyer not available
    The Department of Energy (DOE) is seeking proposals for Computer Assisted Legal Research (CALR) services through a Request for Quotation (RFQ) aimed at establishing Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The objective is to enhance the legal research capabilities of the DOE's Office of the General Counsel by securing access to comprehensive legal, legislative, and public records databases, with a focus on advanced search tools and user support. This procurement is critical for facilitating efficient legal operations, allowing access for up to 175 users across various locations. Interested offerors must submit their quotations, including a technical proposal and pricing, by March 13, 2025, with questions due by February 18, 2025. For further inquiries, contact Kelley R. Vandecoevering at kelley.vandecoevering@hq.doe.gov.