Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services
ID: W91CRB-25-R-A002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals from 8(a) certified firms to provide Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services. The objective is to establish Blanket Purchase Agreements (BPAs) with three contractors capable of delivering various SLI services, including in-person and remote interpreting, over a five-year period with five 12-month ordering periods. This initiative is crucial for ensuring accessibility and compliance with EEO policies for Deaf and Hard of Hearing employees within the U.S. Government. Interested parties should direct inquiries to Anielli Hipley at anielle.e.hipley.civ@army.mil or Mallory Harris at mallory.j.harris.civ@army.mil, and must adhere to the submission guidelines outlined in the Request for Proposal (RFP) documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the terms and conditions for a Blanket Purchase Agreement (BPA) to provide Sign Language Interpreting (SLI) services to Deaf and Hard of Hearing employees within the U.S. Government, particularly supporting the Equal Employment Opportunity (EEO) program of the Department of the Army. The contract spans five years with the possibility of extensions. Contractors must provide qualified personnel to deliver in-person and remote interpreting services, ensuring effective communication for various employment-related activities. The services must adhere to established guidelines, ensuring interpreters hold valid certifications and possess at least two years of professional experience. The PWS entails detailed requirements for the contractor’s responsibilities, administrative deliverables, and quality control measures to maintain service standards. Critical components include timely performance, comprehensive communication about interpreters assigned, and strict adherence to security protocols for accessing government facilities. The document emphasizes quality assurance through performance evaluations and the necessity of compliance with federal regulations regarding accessibility. This agreement reflects the government's commitment to supporting inclusivity and equal opportunity for all employees while ensuring accountability in the provision of these essential services.
    The Quality Assurance Surveillance Plan (QASP) for On-Call Sign Language Interpreting (SLI) Services aims to ensure compliance with contract requirements and performance standards as outlined in the Performance Work Statement (PWS). Developed by the Office of the Administrative Assistant to the Secretary of the Army, the QASP details responsibilities for government personnel, including the Contracting Officer and Contracting Officer Representative (COR), who monitors contractor performance through various methods including customer complaints, periodic evaluations, and inspections. The document emphasizes the importance of achieving minimum performance thresholds and outlines consequences for inadequate service, which may lead to deductions or contract termination. Essential performance objectives, such as language use, interpretation accuracy, timeliness, and proper communication, are assessed against specific indicators. A comprehensive reporting structure is in place for the COR to document performance evaluations, discrepancies, and corrective actions. By adhering to this QASP, the government seeks to maintain high standards for SLI services, ensuring compliance with federal laws and regulations. Ultimately, this plan serves as a vital tool for evaluating contractor performance and enforcing accountability throughout the contract duration.
    The document outlines a federal Request for Proposal (RFP) for Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services, identified by Solicitation Number W91CRB-25-R-XXXX. The primary purpose is to solicit proposals from offerors for providing various American Sign Language (ASL) services over a five-year period, with detailed cost estimates and service descriptions ratifying the anticipated hours across different categories. The RFP specifies the types of services needed, including standard, short notice, and after-hours interpreting, along with associated travel and operational costs. Proposal sections contain specific quantities and unit rates for each service type, with a clear structure for cost projection over multiple years and a six-month option to extend services at fixed rates. This document serves to ensure the availability and accessibility of sign language services as mandated by EEO policies, reinforcing compliance with federal regulations while promoting inclusivity within government services. The call for proposals reinforces the government’s commitment to supporting diverse communication needs in public sectors.
    The Non-Disclosure Agreement (NDA) outlines the terms for safeguarding confidential information exchanged between two parties—the Disclosing Party and the Receiving Party. The document defines "Confidential Information" as any proprietary information with commercial value, and specifies labeling requirements for written materials and follow-up notifications for oral disclosures. Exclusions from the definition encompass publicly known information, self-discovered knowledge, and information legitimately obtained from other sources. The Receiving Party is obligated to maintain confidentiality, limit access, and return materials upon request, while ensuring protective measures for employees and third parties. The NDA’s terms remain effective even after termination, lasting until the information is no longer classified as a trade secret. Additional clauses clarify the non-partnership nature of the agreement, severability of provisions, integration of terms, and waiver of rights. Importantly, it also provides notice regarding immunity from liability for reporting trade secret violations to authorities. This NDA is crucial in the context of government RFPs and grants, as it ensures the protection of sensitive information shared during cooperative processes in federal, state, and local jurisdictions.
    The document outlines a Request for Proposal (RFP) from the Office of the Administrative Assistant to the Secretary of the Army, seeking proposals from 8(a) certified firms for Sign Language Interpreting (SLI) services. The objective is to establish Blanket Purchase Agreements (BPAs) with three companies capable of providing various SLI services, including in-person and remote interpreting. The contract period spans five years, comprising five 12-month ordering periods, with details on service needs specified at the order level. Offerors must demonstrate experience, a comprehensive management approach, and past performance in similar contracts while submitting detailed technical and price proposals. The evaluation will prioritize technical factors over cost, but value for the Government is paramount. Funding obligations will occur at the order level, and proposed offers must include compliance with federal regulations, registration in the System for Award Management (SAM), and adherence to stipulated submission guidelines. Questions regarding the RFP must be addressed by a specified date. The intent is to ensure high-quality interpreting services for government meetings, supporting accessibility and equitable treatment under Equal Employment Opportunity policies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) Services for the IRS nationwide
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) services nationwide. The procurement aims to enhance communication access for individuals who are deaf or hard of hearing, ensuring compliance with accessibility standards. These services are crucial for facilitating effective communication during IRS events and interactions, thereby promoting inclusivity. Interested small businesses are encouraged to reach out to primary contact James Eckhardt at james.e.eckhardt@irs.gov or secondary contact Kimberlee R. Brown at kimberlee.r.brown@irs.gov, with the opportunity set aside for total small business participation under NAICS code 541930.
    BPA - Translation and Interpreting Service PSC R608
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    NASIC ASL Interpreter Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified vendors to provide American Sign Language (ASL) Interpreter Services for the National Air and Space Intelligence Center (NASIC) at Wright Patterson AFB, Ohio. The contractor will be responsible for delivering certified ASL interpreters with Top Secret/Sensitive Compartmented Information (TS/SCI) clearance, ensuring 300 hours of interpretation annually, and responding rapidly to interpreting requests, all while adhering to the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990. This procurement underscores the government's commitment to inclusivity and effective communication for employees with disabilities, while maintaining national security protocols. Interested vendors are encouraged to contact Jenna L. Sizemore at jenna.sizemore.1@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil for further details and to submit their qualifications in response to the Sources Sought Notice by the specified deadlines.
    Language & Interpretation Support Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for Language & Interpretation Support Services, focusing on Over the Phone Interpretation (OPI) for asylum-related cases and other critical operations. The procurement aims to provide essential translation and interpretation services, including sign language interpretation, to facilitate effective communication in various government operations from August 1, 2025, to July 31, 2030. This opportunity underscores the importance of broad language capabilities and robust management approaches to ensure uninterrupted service delivery. Interested contractors should contact Kenneth J. Acquaviva at kenneth.j.acquaviva@uscis.dhs.gov for further details and to participate in the bidding process.
    Court Reporting Services DSCC
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for court reporting services to support various administrative hearings, including those conducted by the Merit Systems Protection Board (MSPB) and the Equal Employment Opportunity Commission (EEOC). The contract, which is set to commence in May 2025, will cover a 12-month base period with the possibility of four additional extensions, requiring court reporters to provide accurate verbatim recordings and transcripts for an estimated 100 hours and 4,000 pages annually, both in-person and virtually across multiple DLA locations. This procurement is critical for ensuring the integrity and documentation of sensitive proceedings, emphasizing the need for timely service and adherence to security protocols. Interested parties must submit their proposals by March 21, 2025, and can contact Brett Cox at brett.a.cox@dla.mil or (614) 692-6922 for further information.
    DLPT5 Full Range Test Item Development
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Eustis, is soliciting proposals for the development of test items for the Defense Language Proficiency Test 5 (DLPT5), focusing on reading and listening comprehension. The contract aims to procure a minimum of 35,000 test items over a five-year period, from April 25, 2025, to April 24, 2030, with a minimum guarantee of $7,500. This initiative is crucial for assessing the language proficiency of military and government personnel, ensuring that evaluations are based on authentic materials and aligned with established proficiency standards. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Edward Wojtan III at edward.w.wojtan2.Civ@army.mil or Jayson Dillard at jayson.l.dillard.civ@army.mil.
    MSU Hearing Tests 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a qualified contractor to provide mobile audiology services for hearing tests for up to 250 employees during the 2025 Mat Sinking season. The contractor will be responsible for conducting two rounds of hearing tests, with the first scheduled for late August and the second at the end of October, at flexible locations between Vicksburg, MS, and Venice, LA. This initiative is crucial for ensuring employee health and safety, as it involves compliance with specific regulations, maintaining confidentiality of medical records, and adapting to potential schedule changes. Interested parties should contact Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil for further details, with all testing required to be completed by January 31, 2026.
    Audio and Video Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide Audio and Video Support Services under a total small business set-aside solicitation. The procurement aims to enhance communication capabilities through professional support services, which are critical for various military operations and events. Interested parties should note that the primary point of contact for this opportunity is Bryan Thompson, who can be reached at bryan.e.thompson20.civ@army.mil or by phone at 609-562-2695, while secondary inquiries can be directed to Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335.
    Translation & Interpretation Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for Translation and Interpretation Services to be performed at Fort Irwin, California. This procurement aims to fulfill the need for professional language services that support various military operations and communications. The services are critical for ensuring effective communication in diverse linguistic contexts, thereby enhancing operational efficiency and mission success. Interested vendors should reach out to Kimberly Macias at kimberly.r.macias.civ@health.mil for further details regarding this opportunity.
    Independent Peer Reviews of US Army Corps of Engineers Water Resource Projects
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors to establish blanket purchase agreements (BPAs) for Independent External Peer Review (IEPR) services for its water resource projects. These services are essential for ensuring that scientific assessments of projects, such as feasibility studies and dam safety modifications, undergo independent review in compliance with governmental guidelines. The selected contractors will be responsible for forming expert panels, managing public comments, and delivering comprehensive reports, all aimed at enhancing the quality and credibility of USACE projects. Interested parties should contact David A. Kaplan at david.a.kaplan@usace.army.mil or call 703-428-8487 for further details and to ensure compliance with the necessary qualifications outlined in the Performance Work Statement.