SOLICITATION NOTICE
R -- Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
- Notice Date
- 11/24/2025 11:28:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561492
— Court Reporting and Stenotype Services
- Contracting Office
- EOUSA-ACQUISITIONS STAFF WASHINGTON DC 20530 USA
- ZIP Code
- 20530
- Solicitation Number
- 15JA0526Q00000003
- Response Due
- 1/5/2026 9:00:00 AM
- Archive Date
- 01/20/2026
- Point of Contact
- Perla McKay, Phone: 2022525417
- E-Mail Address
-
perla.mckay@usdoj.gov
(perla.mckay@usdoj.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation for Grand Jury Court Reporting Services Solicitation Number: 15JA0526Q00000003 The Executive Office for United States Attorneys (EOUSA) on behalf of United States Attorney�s Office, Northern District of Illinois (USAO-ILN), contemplates Multiple Single Awards of an Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Grand Jury court reporting services by location. Offerors may provide a quote for two location or only one location, if desired. Offerors shall explicitly state which of the four locations (Chicago and Rockford) they intend to provide services for. The award of this IDIQ will assist USAO-ILN 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 March 01, 2026. 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. 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-F, 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. Grand Jury 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 Perla McKay at Perla.McKay@usdoj.gov Friday December 5, 2025, at 12:00 p.m. EST. Quotes shall be submitted via e-mail to Perla McKay at Perla.McKay@usdoj.gov Monday January 6. 2026, at 12:00 p.m. EST. DISCLAIMER: The Government is not liable for information furnished by any other source. This will normally be the only method of distributing information. Therefore, it is the responsibility of any interested parties to check the website periodically for any further postings. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for inabilities to access the documents posted on the referenced web pages. Interested parties should refresh the page periodically when accessing. The government will not issue paper copies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/867e21078a374b589833ac8ad506ecdf/view)
- Place of Performance
- Address: IL 60604, USA
- Zip Code: 60604
- Country: USA
- Zip Code: 60604
- Record
- SN07650059-F 20251126/251124230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |