Opportunity

SAM #36C77626Q0202

VA Solicitation for Certified Court Reporting Services for Deposition Transcripts

Buyer

VA Patient Care Services

Posted

May 07, 2026

Respond By

May 13, 2026

Identifier

36C77626Q0202

NAICS

561492

The Department of Veterans Affairs Office of Revenue Operations is seeking certified court reporting (stenography) services for deposition transcripts. - Government Buyer: - Department of Veterans Affairs, Office of Revenue Operations - Program Contracting Activity Central (PCAC), Independence, OH - Services Requested: - Court reporting (stenography) for depositions and legal proceedings - Certified court reporters required to produce verbatim transcripts, administer oaths, and ensure confidentiality - Electronic delivery of transcripts within 14 days of testimony - Availability during Medical Center hours and on short notice - Compliance with VA security, privacy, and confidentiality requirements (including training and background checks) - Contract Details: - 100% Small Business set-aside - Firm-Fixed Price contract - Evaluation based on technical approach, key personnel qualifications, past performance, and price - Period of Performance: - Approximately 1.5 months (from contract start to end) - Place of Performance: - Department of Veterans Affairs Medical Facility - Contracting office located at Oak Tree Blvd, Independence, OH - No specific OEMs, vendors, products, or part numbers are mentioned; only services are being solicited.

Description

PRESOLICITATION NOTICE RFQ # 36C77626Q0202 COURT REPORTER SERVICES, 36C776-26-AP-1729

May 6, 2026

The Department of Veterans Affairs, Consolidated Patience Account Center (CPAC), Office of Revenue Operations (RO) has a requirement for the procurement of court reporting (stenography) services for deposition transcripts.

This notice services as the notice for publicizing contract actions in accordance with Revolutionary FAR Overhaul (RFO) Subpart 5.1, RFO 5.101(a), and RFO 12.201-1(c)(2)(i).

The solicitation will be issued to the interested parties identified through market research efforts as an oral (electronic) Request for Quotes (RFQ) set-aside 100% for Small Business (SB) concerns and conducted in accordance with FAR 12.201-1(c)(2).

To submit a response to this notice, please send a technical quote that demonstrates your ability to meet ALL requirements in the SOW and a price quote in accordance with the Price Schedule. Responses shall be sent via email to the Contract Specialist Jessica Rogers at jessica.rogers2@va.gov and Contracting Officer Michelle Rhodes at michelle.rhodes@va.gov no later than Wednesday May 13, 2026 at 10:00 AM (Eastern). Questions of a technical nature will not be answered as part of this notice; however, all general questions may be submitted in writing to the issuing office via email at jessical.rogers2@va.gov and michelle.rhodes@va.gov. Telephone calls will not be accepted.

EVALUATION OF OFFERS:

Basis of Award

The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government.

The Government will perform a comparative evaluation of offers in accordance with Revolutionary FAR Overhaul (RFO) Part 12.203 Evaluation. The Government will evaluate all quotes, compare them to one another, and will award a contract to the responsible Offeror (see RFO 9.104-1 General Standards) whose offer conforms to the solicitation and is most advantageous to the Government. Considering several factors, the offer shall represent the best overall value to the Government at a price that can be determined reasonable. The Government is not required to identify the relative weight of the evaluation factors, hold discussions, or use other FAR Part 15 procedures. Reference RFO 12.203(c)(2). The Government Project Leads, Contracting Officer s Representative (COR), and Contracting Officer (CO) will select for award the quote determined to represent the best benefit to fulfill the Government s requirement.

A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are interactions after its receipt, unless a written notice of withdrawal is received before award.

Offerors are cautioned that the award may not necessarily be made to the lowest price offered or the most highly rated technical package. The Government reserves the right to select a response that, in providing the benefit to the Government, exceeds the minimum requirements, but is not required to do so. While responses may exceed the requirements, the Government is not requesting or accepting alternate quotes, as each response must respond to the Statement of Work (SOW)/Performance Work Statement (PWS) requirements.

Once the Government determines there is(are) a contractor(s) that can provide the items that meet the requirements of this RFQ/RFP, the Government reserves the right to interact with only the identified offeror(s) providing the best-suited quote to address any remaining issues, if any.

Please note, missing or incomplete information shall count against the Offeror in determination of award.

Evaluation Approach

The Government s comparative evaluations will be based on the following criteria:

Technical

Technical evaluations will be based on the information contained in the SOW and will include, but not necessarily limited to, the Offeror s demonstration of its ability to meet the requirements and the degree to which the technical submission describes a detailed technical/management approach for accomplishing each task and addresses all management aspects associated with the tasks.

Key Personnel

The Government will evaluate whether all key personnel meet the minimum requirements of Section B.1.2.2. Qualifications in the SOW (ATTACHMENT 1). Any offer that does not meet or exceed all minimum requirements identified in Section B.1.2.2. of the SOW will be determined technically unacceptable and will not be eligible for award

Past Performance

The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the requirements as indicated by the Offeror s record of past performance. The Government will evaluate the offeror s past performance on active and completed federal contracts in accordance with RFO 12.203(a)(2). The Government may contact the offeror s submitted references on Government contracts. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer Surveys, past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance.

Price:

Firm-Fixed Price: The Offeror's price quote/proposal for each task identified in the attached pricing schedule will be evaluated with respect to the quoted/proposed price for each line item to determine ability to fully meet the solicitation s requirements. The Government will evaluate offers by adding the total of all line-item prices. The total evaluated price will be that sum. Comparative price analysis will be used to determine that the prices are fair and reasonable and realistic in accordance with RFO 12.204(a). The Government will determine if the quoted/proposed price is fair and reasonable.

Attachments: S02 ATTACHMENT 1 FINAL SOW RO Court Reporting 5.6.26 S02 ATTACHMENT 2 Price Schedule 5.6.26 S03 ATTACHMENT 3 VA Information System Security and Privacy APR 2024

End of Document

View original listing