0
Department of Transportation Awarded a Contract to INNOVATIVE LEGAL SOLUTIONS INC for $27,500.00
Signed on
3/6/2023, 12:00 AM
INNOVATIVE LEGAL SOLUTIONS INC Government Contract #6982AF23P000017
INNOVATIVE LEGAL SOLUTIONS INC was awarded a contract with the United States Government for $27,500.00. The contract was awarded by the agency office 6982AF CENTRAL FEDERAL LANDS DIVISI, which is a division with the Federal Highway Administration within the Department of Transportation.
Summary of Award
In the midst of an intricate web of federal contracts, a particular transaction stands out due to its commitment to bridging transportation infrastructure with specialized administrative services. This analysis unpacks a contract awarded by the U.S. Department of Transportation (DOT) to Innovative Legal Solutions Inc, a provider of court reporting services. The objective of this comprehensive overview is to dive into the details of the contract, the transactions within, and the role of the recipient company.
**Award Overview:**
The contract, identified by the unique award ID “CONT_AWD_6982AF23P000017_6925_-NONE-_-NONE-,” is classified as a purchase order. It was initiated to facilitate court reporter services in relation to the “CO FTNP MEVE 100(1) & 101(1) Cliff Palace & Mesa Top Loop Roads” project. The contract was concluded on March 6, 2023, indicating a deliberate action by the DOT to maintain organizational governance on this infrastructure project. The total obligation for the contract stands at $27,500, with a type designation of purchase order, consolidating options with an equivalent base amount. This reflects a key fiscal commitment by the government agency to ensure quality administrative support.
**Transactions Summary:**
There are two notable transactions associated with this award. The first took place on August 14, 2023, and involved a financial action amounting to $10,000. This amount was directed towards supporting the designated project with identifiable DEF (Disaster Emergency Fund) codes “1” and “Q,” indicating the sources of funding allocations. The subsequent transaction, dated April 10, 2025, was a negative financial movement of -$922.27, perhaps representing an adjustment or cancellation of an overestimated initial outlay.
This pattern of transactions illustrates the careful financial administration associated with the project, reflecting both proactive funding measures and necessary financial corrections, ensuring accountability and transparency.
**Role of Innovative Legal Solutions Inc:**
Innovative Legal Solutions Inc, the recipient of this federal award, is based in Houston, Texas. Operating under the NAICS code 561492 for court reporting and stenotype services, this company is pinpointed as a key player in supporting governmental functions through specialized legal administrative services. The recipient profile is a testament to the vitality of small businesses in federal contracts as it is marked by multiple business designations including a woman-owned small business, corporate entity not tax-exempt, and self-certified small disadvantaged business. This emphasizes the firm's alignment with government policy on supporting diverse and small-scale enterprises.
Furthermore, the company is recognized for meeting the government’s criteria for a small business set-aside program, ensuring that smaller enterprises can contribute to and benefit from federal contracts.
**Agencies Involved:**
Both the awarding and funding agency for this contract is the Department of Transportation, with operational oversight by the Federal Highway Administration through their Central Federal Lands Division. The role of DOT underscores its comprehensive approach to integrating administrative services within its broader mandate of maintaining national transportation infrastructure. By collaborating with specialized service providers like Innovative Legal Solutions, they ensure collaborative synergies between transport facilitations and administrative oversight.
**Contract Specifications:**
The contract follows a simplified acquisition process denoted by the solicitation procedures code "SP1." The purchase order is described as a small business set-aside - total, indicating full competitive participation by small-sized enterprises without preferences that might skew the bidding process. With only two offers received, the contract fulfilled standards of fair competition under simplified acquisition procedures.
Set within a larger framework of ensuring efficient project administration for the Cliff Palace & Mesa Top Loop Roads, the contract demanded precise and consistent court reporting services—a vital component for recording and overseeing key aspects of such projects. Moreover, the services are categorized under the “support-administrative” segment of professional, administrative, and management support services—a critical node in project documentation and continuity.
**Conclusion:**
The contract delineated here exemplifies how federal transactions mesh together the expertise of small business suppliers with critical governmental projects' specific needs. Innovative Legal Solutions Inc's participation in this purchase order signifies a profound integration of specialized skills into a vital governmental function. Transparency, competitive fairness, and the encouragement of small businesses are highlighted through this award. Ultimately, it provides a testament to how deliberate administrative service procurement can substantially contribute to the success of broader strategic objectives within transportation infrastructure development.
Contract Details
Agency Details
Recipient Details
Comments
Award Transactions
Federal Highway Administration, a sub agency of Department of Transportation, issued a payment of $-922.27 to INNOVATIVE LEGAL SOLUTIONS INC. The payment included a Subsidy Cost of $0.00.
This payment could indicate a change to the existing contract.
Federal Highway Administration, a sub agency of Department of Transportation, issued a payment of $10,000.00 to INNOVATIVE LEGAL SOLUTIONS INC. The payment included a Subsidy Cost of $0.00.