Skip to content
Department of the Treasury

Court Reporting and Transcription Services

Solicitation: IRS_CR_TS_03-20-2026
Notice ID: cb3e2f7fb76c4db6a3384f03dc012380
TypeSources SoughtNAICS 561492DepartmentDepartment of the TreasuryAgencyInternal Revenue ServiceStateDCPostedMar 20, 2026, 12:00 AM UTCDueApr 10, 2026, 09:00 PM UTCCloses in 5 days

Sources Sought from INTERNAL REVENUE SERVICE • TREASURY, DEPARTMENT OF THE. Place of performance: DC. Response deadline: Apr 10, 2026. Industry: NAICS 561492.

Market snapshot

Awarded-market signal for NAICS 561492 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,340
Sector total $1,900,296,193 • Share 0.0%
Live
Median
$7,340
P10–P90
$7,340$7,340
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,340)
Deal sizing
$7,340 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20224 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Daniel Rapoport
Email
daniel.s.rapoport@irs.gov
Phone
Not available

Agency & Office

Department
TREASURY, DEPARTMENT OF THE
Agency
INTERNAL REVENUE SERVICE
Subagency
SPECIAL OPERATIONS
Office
Not available
Contracting Office Address
Washington, DC
20224 USA

More in NAICS 561492

Description

REQUEST FOR INFORMATION (RFI)
Department of the Treasury
Internal Revenue Service (IRS)
Special Operations, Chief Counsel Branch

1. Overview

This is a Request for Information (RFI) issued in accordance with FAR Part 10 – Market Research. The Internal Revenue Service (IRS) is conducting market research to identify qualified vendors capable of providing court reporting and transcription services in support of administrative proceedings.

This RFI is issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract based on this RFI.

2. Background

The IRS requires reliable and accurate court reporting services to support various administrative hearings, depositions, and other official proceedings conducted by IRS personnel, including but not limited to the Office of Chief Counsel.

Services may be required nationwide, including in-person and virtual environments, and may involve sensitive or confidential taxpayer information subject to federal privacy laws.

3. Scope / Objective

The IRS seeks industry input on the capability to provide court reporting services, including:

  • Verbatim recording of proceedings (in-person and remote)
  • Real-time transcription services
  • Certified written transcripts in electronic and/or hard copy formats
  • Secure handling and transmission of records
  • Expedited delivery options (e.g., daily or same-day transcripts)

Anticipated NAICS Code: 561492 – Court Reporting and Stenotype Services
Place of Performance: Nationwide (including IRS offices and virtual platforms)
Period of Performance: To be determined (potential base + option periods)

4. Requested Information

Interested vendors are requested to provide the following:

a. Company Information

  • Company name and address
  • UEI number
  • Business size and socioeconomic status (e.g., Small Business, 8(a), HUBZone, SDVOSB, WOSB)
  • GSA Schedule or other contract vehicles (if applicable)
  • Point of contact (name, phone, email)

b. Capability Statement

  • Description of court reporting services offered
  • Experience supporting federal agencies or legal proceedings
  • Capacity to support nationwide coverage
  • Availability of real-time reporting and remote services
  • Certifications and qualifications of reporters (e.g., RPR, CRR)

c. Technical Approach

  • Methods for ensuring accuracy and quality control
  • Technology platforms used for remote proceedings
  • Security measures for handling sensitive taxpayer information (e.g., encryption, secure file transfer)
  • Compliance with applicable federal requirements (e.g., privacy, records management)

d. Past Performance

Provide examples of similar contracts or engagements, including:

  • Agency/organization supported
  • Description of services
  • Contract value and period of performance
  • Points of contact (if available)

e. Contracting Considerations

  • Recommended contract type (e.g., Firm-Fixed-Price, BPA, IDIQ)
  • Pricing structure (e.g., per page, per session, expedited rates)
  • Ability to support surge requirements
  • Recommendations regarding small business set-aside feasibility

f. Questions / Feedback

  • Feedback on the scope and requirements
  • Identification of potential barriers to competition
  • Suggestions to improve acquisition strategy or performance outcomes

5. Submission Instructions

  • Response Due Date: April 10, 2026, 5:00 PM ET
  • Submission Method: Email
  • Page Limit: 15 pages
  • Format: PDF preferred
  • Submit responses to:
    Daniel Rapoport
    daniel.s.rapoport@irs.gov

6. Disclaimer

This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses will not be considered offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse respondents for any costs incurred in responding to this RFI.

7. Additional Notes

  • Participation is voluntary
  • Responses may be used to refine acquisition strategy, including set-aside determinations
  • Proprietary or sensitive information should be clearly marked
  • Vendors must be registered in SAM.gov to be eligible for future contract awards

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.