Deposition Court Reporting Services for the United States Attorney's Offices, Western District of Washington
ID: 15JA0525Q00000015Type: 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 Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide deposition court reporting services for the United States Attorney's Office in the Western District of Washington. The procurement is a total small business set-aside, requiring contractors to comply with the Federal Acquisition Regulation (FAR) guidelines and the relevant NAICS code 561492, which pertains to court reporting and stenotype services. This contract is crucial for ensuring accurate and reliable court reporting services, which are essential for legal proceedings and documentation. Quotes are due by January 30, 2025, at 2:00 PM Eastern Time, and interested parties should submit their proposals via email to the designated contacts, Elge A. Stevens and Charmella C. Ware, whose contact details are provided in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to encompass various aspects of federal and state/local requests for proposals (RFPs) and grants related to public projects. It emphasizes the importance of adhering to regulatory requirements and safety measures during project execution to ensure compliance with established guidelines. Key areas of focus include identifying, assessing, and handling hazardous materials when applicable, particularly in construction or renovation projects. The text discusses the involvement of engineers and architects in evaluating existing conditions, executing necessary demolitions, and installing equipment alongside essential infrastructure updates. Furthermore, it highlights the significance of implementing proper safety protocols, including infection control and fire monitoring, to mitigate risks throughout the project lifecycle. Additionally, the document outlines the need for thorough planning and coordination among various stakeholders to ensure seamless integration of mechanical, plumbing, and other systems. The overarching aim is to enhance the quality of public infrastructure while prioritizing the health and safety of workers and the public, reflecting the government's commitment to maintaining and modernizing facilities in accordance with regulatory standards.
    The Solicitation document (15JA0525Q00000015) for the Western District of Washington outlines the requirements for a contract related to court reporting services. It includes three key attachments. Attachment 1 lists authorized personnel who can place work orders, specifying name, dollar limitation, and contact information. Attachment 2 provides a sample work order form that details the services required, scheduling, and any special shipping needs. Attachment 3 features a checklist for offerors preparing proposals, guiding them through required documents such as resumes, past performance references, a summary of experience, pricing tables, and compliance with registration in SAM (System for Award Management). The proposal must also confirm compliance with FAR representations and certifications and ascertain small business status under NAICS code 561492. This document serves as a comprehensive guideline for potential contractors to ensure that all necessary documentation and criteria are met for consideration in the federal contract award process.
    The Executive Office for United States Attorneys (EOUSA) issued a Request for Quote (RFQ) on January 16, 2025, for Deposition Court Reporting Services for the United States Attorney’s Office in the Western District of Washington. This procurement is designated as a 100% Small Business Set-Aside, aligning with the Federal Acquisition Regulation (FAR) guidelines for acquiring commercial items. The relevant NAICS code is 561492, indicating that businesses eligible to apply must have annual receipts not exceeding $16 million. Quotes are due by January 30, 2025, at 2:00 PM Eastern Time and must be submitted via email to the designated contact. Inquiries can be directed to the same contact until January 24, 2025. An automatic notification regarding award outcomes will be sent to unsuccessful offerors under $250,000 via an electronic method, such as SAM.gov. The document emphasizes the structured, competitive nature of government funding and procurement processes while encouraging small business participation to foster economic growth.
    Similar Opportunities
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    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.
    Dairy Requirement - FY26 2nd Quarter - FDC SeaTac
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons at the Federal Detention Center (FDC) SeaTac, is seeking quotes for various dairy products, specifically pasteurized nonfat milk and low-fat cottage cheese, for the period from January 1, 2026, to March 31, 2026. This procurement is set aside for small businesses under NAICS code 311511, emphasizing the importance of compliance with federal regulations and delivery specifications. The selected contractor will be responsible for weekly deliveries, adhering to strict temperature controls and quality standards, with a firm-fixed price contract anticipated to be awarded on or about December 29, 2025. Interested vendors must submit their quotes in PDF format to Elizabeth Kramer at ekramer@bop.gov by 12:00 p.m. PST on December 23, 2025, ensuring all required documentation is included.
    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.
    NOTICE OF INTENT TO ISSUE SOLE SOURCE AWARD
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), intends to award a sole source purchase order to James Carroll & Associates – Forensic Consultants, LLC for crime laboratory forensic testing verification services. This procurement aims to ensure the integrity of forensic testing conducted by the D.C. Department of Forensic Science, which is critical for felony prosecutions in the D.C. Superior Court. The services will involve evaluating and confirming forensic testing methodologies and reports related to Forensic Biology, Forensic Chemistry, and Latent Fingerprints, reflecting the sophisticated nature of the cases handled by the USAO-DC. The period of performance for this contract is from January 5, 2026, to January 4, 2027, and interested parties can contact Jonathan Mayfield at jonathan.mayfield@usdoj.gov for further information.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for the role of 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 is structured as a fixed-price requirements type, covering a base year in 2026 with two additional option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards and conducting various EH&S testing. Interested vendors must submit their offers by January 2, 2026, at 2 PM EST via email, and the evaluation will prioritize qualifications of the proposing firm and Certified Industrial Hygienists, laboratory capabilities, and cost considerations. For further inquiries, potential bidders can contact Wesley Newell at wesley.newell2@usdoj.gov.
    Meat/Subsistence Requirement - FY26 2nd Quarter - FDC SeaTac
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons at the Federal Detention Center (FDC) SeaTac, is seeking quotes for a variety of meat and subsistence items for the second quarter of Fiscal Year 2026. The procurement includes specific requirements for various food products such as ground beef, chicken, fish, and frozen vegetables, with delivery scheduled between January 1 and January 15, 2026. These goods are essential for meeting the dietary needs of the facility's population, adhering to USDA and FDA standards for quality and safety. Interested small businesses must submit their quotes by 12:00 p.m. PST on December 23, 2025, to Elizabeth Kramer at ekramer@bop.gov, with the anticipated award date around December 29, 2025.
    Web Hosting and Development Professional Services
    Executive Office Of The President
    The Executive Office of the President (EOP) is seeking qualified vendors to provide Web Hosting and Development Professional Services through a Request for Quotation (RFQ). This procurement aims to secure comprehensive web hosting and development services for the EOP's Office of Administration, emphasizing the importance of these services in supporting the digital infrastructure of the federal government. Interested offerors must submit a signed Non-Disclosure Agreement (NDA) to access the Performance Work Statement (PWS) and are required to submit their quotations by December 30, 2025, at 11:00 AM EDT. For further inquiries, vendors can contact Alysha Purvis-Rogers at Alysha.K.Purvis-Rogers@oa.eop.gov or Franky Awuvey at franky.m.awuvey@oa.eop.gov.
    R2 Auditor
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals from qualified small businesses for third-party professional auditing and certifying services for six management systems and one campus site within its Electronics Recycling Business Group Factories. The contract, which is a firm-fixed-price requirements type, spans a base year in 2026 with two optional years in 2027 and 2028, focusing on RIOS and Responsible Recycling (R2V3) certifications. This procurement is crucial for ensuring compliance and operational efficiency in the recycling of electronic equipment across multiple facilities located in California, Florida, Pennsylvania, Texas, and Kansas. Interested vendors must submit their offers electronically by January 2, 2026, at 2 PM EST, and can direct inquiries to Wesley Newell at wesley.newell2@usdoj.gov.
    BID/ BUILD REFURBISHMENT OF COURTROOMS FOR THE NATIONAT COURT OF JUSTICE U.S EMBASSY QUITO, ECUADOR
    State, Department Of
    The Department of State is seeking qualified contractors for the refurbishment of courtrooms at the National Court of Justice (NCJ) located at the U.S. Embassy in Quito, Ecuador. This project, under Solicitation No. 19GE5026R0018, involves the design and construction of two criminal hearing rooms, two witness rooms, a press room, two deliberation rooms, and eight restroom facilities, along with an audio-video control room, with an estimated contract value between $500,000 and $800,000. The refurbishment is crucial for enhancing the functionality and efficiency of judicial proceedings at the NCJ. Interested firms must express their interest in writing to Abdelhakim Dyane at dyanea@state.gov by January 16, 2026, and must meet specific requirements, including English proficiency, Ecuadorian operating permits, and registration in the U.S. System for Award Management (SAM).
    Legal and Advisory Support Services (Final RFP)
    Energy, Department Of
    The U.S. Department of Energy (DOE) is seeking proposals for professional legal and advisory services through Solicitation Number 89303025RGC000002, aimed at supporting its Office of the General Counsel (OGC). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling value of $50 million over a five-year ordering period, covering various legal areas such as energy law, litigation support, and intellectual property. This opportunity is critical for ensuring the DOE receives expert legal guidance necessary for its operations and compliance with federal regulations. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties can contact Lars Hankin at lars.hankin@hq.doe.gov or Sang Han at sang.han@hq.doe.gov for further information.