Grand Jury Court Reporting Services; U.S. Attorney's Office, District of Alaska (Anchorage)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Attorney's Office, District of Alaska, is soliciting quotes for Grand Jury Court Reporting Services in Anchorage, AK. This is a combined synopsis/solicitation for a Time-and-Materials Indefinite Delivery Indefinite Quantity (IDIQ) contract. The acquisition is a Total Small Business Set-Aside under NAICS code 561492. Quotes are due February 12, 2026, at 1:00 PM Eastern.
Scope of Work
The contractor shall provide Grand Jury Court Reporting Services on an "as needed" basis for the U.S. Attorney's Office in Anchorage, AK. This includes recording and transcribing Grand Jury testimony. Key deliverables include original and condensed transcripts, keyword indexing, audio recordings (via CD), and reporter's notes (hardcopy or USAfx). Transcripts must be provided in searchable PDF format via USAfx within specified turnaround times (10, 5, 3, or Next Business Day). A minimum of two court reporters is required for the effort. All contractor personnel must be cleared for access to Grand Jury material, adhering to extensive security requirements outlined in Attachment 4. Notably, videotaping and exhibit handling capabilities mentioned in the original Statement of Work will not be requested or required.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ), Time-and-Materials (T&M).
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) and four (4) one-year option periods, extending potentially through March 31, 2031.
- Minimum Guarantee: $1,000.00 over the life of the contract.
- Place of Performance: Federal Building & U.S. Courthouse, 222 West 7th Avenue Anchorage, AK 99513.
- Set-Aside: Total Small Business Set-Aside (NAICS 561492). Offerors must verify their small business status.
- Applicable Regulations: Department of Labor wage rates (Wage Determination #2015-5681) are applicable. Travel reimbursement restrictions apply for locations within a 50-mile radius of Anchorage, AK.
Submission & Evaluation
- Questions Due: February 3, 2026, 1:00 PM Eastern.
- Quotes Due: February 12, 2026, 1:00 PM Eastern.
- Submission Method: Email quotes to Brandon Wish at brandon.wish@usdoj.gov.
- Quote Structure: Quotes must include a cover page and consist of three volumes: Technical, Past Performance, and Price. Specific instructions are in Section 7, Addendum to 52.212-1.
- Evaluation Factors: Technical, Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. Past performance will be evaluated based on the relevancy of recent efforts. Travel CLINs must be fully priced with unit and total amounts.
- Incumbent Information: The services have an incumbent contractor, Free State Reporting Inc. (contract #15JA05-21-D-00000033); previous contract pricing is proprietary.
Contact Information
For further information, contact Brandon Wish, Contracting Officer, at brandon.wish@usdoj.gov or 803-297-2111.