Search Contract Opportunities

Amended District Court - Grand Jury Court Reporting Services for the United States Attorney's Office (USAO), District of Columbia

ID: 15JA0525Q00000058 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 18, 2025, 12:01 p.m. EDT

Amendment 1 to District Court Solicitation for Grand Jury Court Reporting Services

Solicitation 15JA0525Q00000058 is hereby amended to provide answers to questions received from industry and to correct the Solicitation accordingly. See Attachment 7 - RFQ 15JA0525Q00000058 Questions and Answers.

Solicitation Number: 15JA0525Q00000058

The Executive Office for United States Attorneys (EOUSA) on behalf of United States Attorney's Office, District of Columbia (USAO-DC), contemplates the Single Award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for grand jury court reporting services. The award of this IDIQ will assist USAO-DC in fulfilling the mission for United States Attorneys to serve as the nation's principal litigators under the direction of the Attorney General. Anticipated award date is September 01, 2025.

The ordering period will be one (1) base year period with four (4) option year periods. This requirement is a 100% small business set-aside. The award will be made under North American Industry Classification System (NAICS) code 561492, Court Reporting and Stenotype Services, with a small business size standard of $19.5M in average annual receipts. All task orders awarded under this IDIQ will be T&M and will comply with FAR 16.505, ordering procedures.
The Contractor shall provide the labor, supervision, and transportation necessary to provide the court reporting services as described in the Solicitation.

Interest parties are advised that this solicitation includes the provision FAR 52.204-7 System for Award Management (SAM) which requires than an Offeror be registered in SAM when submitting a quote and continue to be registered throughout the duration of the contract. Quoters shall include a cover page or complete the SF1449 that includes their Unique Entity ID (UEI) and Tax Identification Number (TIN). For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. The Contracting Officer will verify registration in the SAM database prior to award by entering the potential awardees UEI into the SAM database.

Please review Attachment 3 - RFQ Check List of the Solicitation for mandatory contents to be included with all quote submissions.

Background Investigations:
Minimum Security Clearance Requirements for Contractor Personnel. All Contractor personnel who will have access to Grand Jury material must pass the basic security clearance requirements set forth in Contract Clause EOUSA-AI-10-1E Federal Grand Jury Court Reporting Security Requirements prior to starting work on-site. Security requirements and forms are described in Local Clause AI-10-1f, Security Requirements for Classified Contract (May 2016). Additionally, the elevated following court-specific background investigation levels must also be obtained and maintained throughout performance by Contractor personnel:

a. Some proceedings may involve highly sensitive and restricted information. Therefore, the District Court requires the Contractor to provide at least one (1), but not more than two (2)
court reporters, and up to two (2) transcriptionists (if other than the reporter personnel are used to transcribe sensitive GJ recordings), to obtain Tier 5 Top-Secret clearance.

b. Criminal Division/District Court requires at least two (2) but not more than three (3) court reporters, and at least two (2) but not more than three (3) transcriptionists (if other than the reporter personnel are used to transcribe sensitive recordings), to obtain Tier 4 High Risk Public Trust background clearance.

Questions shall be submitted via e-mail to Jonathan Mayfield at Jonathan.Mayfield@usdoj.gov no later than Wednesday, June 18th at 12:00 p.m. EST.

Quotes shall be submitted via e-mail to Jonathan Mayfield at Jonathan.Mayfield@usdoj.gov no later than Tuesday, July 1st at 12:00 p.m. EST.

Posted: June 11, 2025, 1:40 p.m. EDT
Background
The Executive Office for United States Attorneys (EOUSA) is issuing this solicitation on behalf of the United States Attorney’s Office, District of Columbia (USAO-DC). The contract aims to provide grand jury court reporting services to assist USAO-DC in fulfilling its mission as the principal litigators under the direction of the Attorney General.

This contract will be awarded as a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with an anticipated award date of September 01, 2025.

Work Details
The Contractor shall provide all labor, supervision, material, equipment, and facilities necessary to record and transcribe Grand Jury testimony on an 'as needed' basis. The services include:

1. Scheduling: The USAO will notify the Contractor at least two business days before a Grand Jury session. The Contractor must confirm receipt of the work order on the same day and provide the name of the reporter attending.

2. Transcription Requirements: Transcripts must be typed and delivered within specified turnaround times:
- 10 Business Days: Regular transcripts delivered by the 10th business day after testimony.
- 5 Business Days: Intermediate transcripts delivered by the 5th business day after request.
- 3 Business Days: Transcripts delivered by the 3rd business day after request.
- Next Day: Daily transcripts delivered before 9:30 AM following proceedings.
- Same Day: Expedited transcripts delivered by 9 PM on the same day.
- Condensed Transcripts: Four original pages reduced to one page in .pdf or .ptx format.
- Key Word Indexing: An alphabetical listing of each word with page and line references.

3. Attendance Fee: The Contractor will receive an Attendance Fee for each hour a reporter appears at a scheduled proceeding, with a minimum charge for three hours per day.

Place of Performance
U.S. District Court for the District of Columbia, 333 Constitution Avenue, NW, Washington, DC 20530.

Overview

Response Deadline
July 1, 2025, 12:00 p.m. EDT Past Due
Posted
June 11, 2025, 1:40 p.m. EDT (updated: June 18, 2025, 12:01 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20530 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 6/11/25 Executive Office for U.S. Attorneys issued Synopsis Solicitation 15JA0525Q00000058 for Amended District Court - Grand Jury Court Reporting Services for the United States Attorney's Office (USAO), District of Columbia due 7/1/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561492 (SBA Size Standard $19 Million) and PSC R606.
Primary Contact
Name
Jonathan Mayfield   Profile
Phone
(202) 252-5403

Documents

Posted documents for Synopsis Solicitation 15JA0525Q00000058

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 15JA0525Q00000058

Contract Awards

Prime contracts awarded through Synopsis Solicitation 15JA0525Q00000058

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 15JA0525Q00000058

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 15JA0525Q00000058

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 15JA0525Q00000058

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > OFFICES, BOARDS AND DIVISIONS > EOUSA-ACQUISITIONS STAFF
FPDS Organization Code
1501-15JA05
Source Organization Code
100520302
Last Updated
July 17, 2025
Last Updated By
jonathan.mayfield@usdoj.gov
Archive Date
July 16, 2025