DLA Court Reporting Service
ID: SP4702-25-Q-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS-DIVISION-1COLUMBUS, OH, 43218-3990, 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 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 span a base year from June 1, 2025, to May 31, 2026, with four optional renewal years, and aims to ensure accurate and court-admissible records of legal proceedings. Interested bidders must submit their quotes by June 8, 2025, at 11:59 PM, and are encouraged to review all amendments and attached documents for compliance. For inquiries, contact Brett Cox at brett.a.cox@dla.mil or Becky Hard at Becky.Hard@dla.mil.

    Files
    Title
    Posted
    The document pertains to solicitation SP4702-25-Q-0009 issued by the federal government, which has been canceled through Amendment 001. This cancellation indicates that the government will not be proceeding with the request for proposals (RFP) related to this specific solicitation. It is essential for recipients to acknowledge and return the signed document regarding this cancellation. The context surrounding this cancellation falls within standard procedures for managing federal contracts, indicating a need for clear communication and procedural adherence in procurement processes. Cancellation of solicitations like this can occur for various reasons, including administrative changes, lack of funding, or shifts in governmental priorities. Understanding these procedures is crucial for those engaged in government contracting and grants to ensure compliance and maintain readiness for future opportunities.
    This document serves as an amendment to a federal solicitation, specifically extending the deadline for submissions from May 6, 2025, to May 16, 2025, to accommodate the review and posting of questions and answers related to the solicitation. The amendment outlines the required acknowledgment methods, emphasizing the importance of timely submissions. It provides specific details regarding the identification of contracts, including contract IDs, amendment numbers, and requisition numbers. The document also includes instructions on the acknowledgment process, necessary contact information, and reminders concerning changes to offers. It clarifies that the contracting officer's signature is not required for solicitation amendments. In essence, the amendment facilitates an extension to enhance clarity and responsiveness in the bidding process, ensuring that all participants have adequate time to prepare their proposals.
    This document outlines an amendment (002) to a solicitation related to contract SP4702-25-Q-0009, which extends the deadline for bids from May 16, 2025, to May 30, 2025, at 11:59 PM. The amendment requires bidders to acknowledge receipt prior to the specified date by completing certain items or through electronic communication. If bidders wish to modify previously submitted offers, they may do so following the same procedures, ensuring references to both the solicitation and the amendment are included. The amendment includes important updates such as Questions and Answers from the inquiry period for public access, alongside revised bid sheets and the Performance Work Statement (PWS). All parties are instructed to review all attachments before submitting their quotes to ensure compliance and informed proposals. The amendment emphasizes that the terms and conditions of the original solicitation remain unchanged aside from the specified modifications.
    This document serves as Amendment 003 to a federal solicitation, extending the offer submission deadline from May 30, 2025, to June 08, 2025, at 11:59 PM. It emphasizes the necessity for bidders to acknowledge receipt of the amendment prior to the new deadline, either through specific acknowledgment methods or electronic communication referencing the amendment. The amendment includes a revised bid sheet tailored to better meet the requirements of the project owner. Interested contractors must submit their quotes to the designated contracting specialist, Brett Cox, while also CC'ing the contracting officer, Becky Hard, to ensure proper review. The document reinforces compliance, stipulating that failure to acknowledge the amendment correctly may result in the rejection of offers. It stresses the importance of timely communication in the procurement process, ensuring all terms remain intact barring the noted modifications. This amendment outlines vital steps for bidders involved in government contracting, showcasing the structured nature of federal solicitations and modifications.
    The document outlines the bid sheet for government contracting related to various services across multiple locations, including Columbus, Ohio; Warren, Michigan; Aberdeen, Maryland; and Mechanicsburg, Pennsylvania. It specifies a series of Contract Line Item Numbers (CLINs) for different service types, including in-person and virtual hearings, arbitrations, depositions, and transcript services. Each CLIN is subject to pre-approval by the Contracting Officer Representative (COR), with additional guidelines that funding may be deobligated if not fully utilized during the service period. The bid includes numerous option years extending through 2030, with all invoicing requirements to be fulfilled via the Wide Area Workflow (WAWF) system after job completion and acceptance of deliverables. The CLINs represent a structured pricing model for various legal service events, ensuring that costs align with actual service orders. This RFP serves to facilitate transparency and proper management of federal or state-funded projects, highlighting the importance of defined service rates and approval processes in government contracts.
    The document outlines a bid sheet related to an RFP (Request for Proposal) for services across various locations including Columbus, Ohio; Warren, Michigan; Aberdeen, Maryland; and Mechanicsburg, Pennsylvania. It details Contract Line Item Numbers (CLINs) for specific services, such as in-person and virtual hearings, arbitrations, depositions, and transcription services, spread across multiple performance years from June 2025 to May 2030. The document emphasizes that invoices for these services will be submitted only after job completion and approval by the Contracting Officer Representative (COR). Each CLIN has a pricing structure based on individual services, indicating a "not-to-exceed" limit for certain line items. The contractor cannot claim full payment unless the specified services are fully ordered, with any unspent funds returned at the end of the performance period. The bid sheet seeks pricing for one service per CLIN with service quantities expected to vary based on actual need. This document serves as a foundational component for government procurement processes, ensuring service delivery requirements are clear and manageable for contractors.
    The Defense Logistics Agency (DLA) seeks to contract court reporter services to support its Office of Counsel for various legal proceedings, including Merit Systems Protection Board (MSPB) hearings, Equal Employment Opportunity Commission (EEOC) hearings, arbitrations, and depositions. This contract is necessary as DLA's Land and Maritime division has not previously secured dedicated court reporter services, which have been provided under a different contract. The proposed contract spans one base year with four optional renewal years, totaling a potential five-year engagement. The contractor is required to offer up to 100 hours of court reporting services and produce approximately 4,000 pages of transcripts annually. Services may be conducted in-person or virtually via platforms like TEAMS, Zoom, or WebRTC. Key requirements include timely service delivery, qualifications for court reporters, billing protocols, and adherence to security measures. The document outlines operational procedures including scheduling, cancellations, and billing practices, mandating advance notice for service requests. Overall, this Request for Proposal (RFP) underlines DLA's commitment to ensuring accurate and legally compliant reporting for critical legal proceedings, establishing a need for qualified, reliable contractor support in the provision of these services.
    The document outlines the requirements and details regarding court reporting services under a federal Request for Proposal (RFP). It estimates that needs for services will primarily be met through virtual sessions in locations such as Warren, Maryland, and Mechanicsburg, Pennsylvania, while Columbus, Ohio will see both in-person and virtual engagements mainly due to varying case requirements. The RFP specifies that transcripts will generally be provided within a standard 10 business days unless expedited services are requested. The document discusses billing practices, including minimum charges and cancellation fees, as well as the types of sessions anticipated. Notably, it suggests updated procedures and costs for various types of transcript deliveries while addressing the compensation structure for court reporters. Additionally, there are stipulations on collaboration for multiple sites and the handling of transcripts on a needs-basis. Overall, the RFP is framed to establish a formal contract for services required by the DLA's Office of General Counsel, emphasizing the importance of accurate pricing and compliance with legal standards while ensuring comprehensive availability of court reporting services.
    The Defense Logistics Agency (DLA) is seeking proposals for court reporting services for various administrative hearings, including Merit Systems Protection Board (MSPB) and Equal Employment Opportunity Commission (EEOC) hearings. The contract, slated to start in May 2025, will initially cover a 12-month base period with four optional extensions. Court reporters are required to provide accurate verbatim recordings and transcripts for proceedings, estimated at 100 hours and 4,000 pages annually. Services will be conducted both in-person and virtually across multiple DLA locations. Proposals are evaluated based on the lowest price technically acceptable criteria, and submissions must adhere to detailed regulations outlined in the solicitation. The DLA emphasizes the importance of timely service and compliance with security protocols due to the sensitive information handled during these proceedings. All offers must be submitted by March 21, 2025, with strict guidelines for pricing and quotation preparation, given the absence of prior contracts for these specific services within the DLA Counsel – Land and Maritime. The document outlines performance expectations, cancellation policies, and requirements for contractors to ensure effective and efficient court reporting services.
    The document outlines a Request for Proposals (RFP) for court reporter services issued by the Defense Logistics Agency (DLA) Office of Counsel. The contract spans a base year from June 1, 2025, to May 31, 2026, with four one-year options. It specifies the provision of transcription services for legal proceedings, including Merit Systems Protection Board (MSPB) hearings, Equal Employment Opportunity Commission (EEOC) hearings, arbitrations, and depositions within the DLA’s jurisdictions. The contractor is expected to deliver services both in-person and virtually, with an estimated need of 100 hours of service and 4,000 pages of transcripts annually. The RFP details billing procedures, cancellation policies, and the importance of advance notice for scheduling. Court reporters must have relevant certifications and adhere to strict security and privacy regulations. The document also includes guidelines on service delivery, reporting requirements, and compliance with regulations such as FAR. This RFP aims to ensure the DLA captures accurate verbatim records of its legal proceedings by securing contractor services based on performance metrics and operational requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BASKETBALL OFFICIALS - DLA MWR COLUMBUS
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for basketball officials and scorekeepers at the Defense Supply Center in Columbus, Ohio, under Request for Quote (RFQ) NAFUA1-26-Q-0002. The procurement aims to secure certified officials and scorekeepers who will adhere to specific game schedules and reporting requirements, with the contract structured as a Firm-Fixed-Price (FFP) purchase order. This service is crucial for the Family & Morale, Welfare, and Recreation (FMWR) program, which supports the recreational needs of military personnel and their families. Proposals are due by December 23, 2025, at 3:00 PM (EST), and all inquiries must be submitted by December 22, 2025, to Elizabeth Sheffield at Elizabeth.Sheffield@DLA.mil.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Buyer not available
    The U.S. 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 United States Attorney’s Office in the Northern District of Illinois. The contract, which is a 100% small business set-aside under NAICS code 561492, aims to support the mission of the USAO by providing essential court reporting services, including various transcript delivery speeds and remote deposition capabilities. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, with questions due by December 5, 2025. For further inquiries, contact Perla McKay at Perla.Exinia@usdoj.gov or by phone at 202-252-5417.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Buyer not available
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified contractors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. This procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period of one year and four optional years, aimed at supporting the mission of the United States Attorneys. The selected contractors will be responsible for delivering various court reporting services while adhering to strict security protocols for handling sensitive Grand Jury materials. 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. The contract is a total small business set-aside under NAICS code 561492, with a size standard of $19.5 million in average annual receipts.
    DLA Commercial Price List Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Subscription
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking to procure a one-year subscription for the Benchmark Mineral Intelligence License 1 – Full Suite product, intended for use by its Strategic Materials office. This online subscription will support multiple users and is critical for accessing vital information related to strategic materials. DLA intends to award a firm fixed price contract on a sole source basis to Benchmark Mineral Intelligence, with the anticipated award date set for no later than January 15, 2026. Interested parties may submit capability statements to Wanda Willis at wanda.willis@dla.mil or by phone at 571-767-1191 within 15 calendar days of this notice, although no competitive proposals will be accepted.
    Project Blue Subscription
    Buyer not available
    The Defense Logistics Agency (DLA) intends to award a sole source, firm-fixed-price contract to The Project Blue Group Limited for the provision of Market Service Reports covering 18 strategic materials, including Aluminium, Antimony, and Titanium. These reports are essential for the DLA Strategic Materials to effectively manage the National Defense Stockpile and meet congressional reporting requirements. The DLA has determined that Project Blue is the only source capable of providing the uniquely developed datasets and market analyses necessary for this procurement, following extensive market research. Interested vendors may submit capability statements by December 19, 2025, at 4:30 PM EST to Cecilia Arrington at cecilia.arrington@dla.mil, although the decision to proceed with a competitive procurement remains at the discretion of the government.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.