Executive Office for Immigration Review Interpretation Services
ID: 15JPSS25R00000007Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSJMD-PROCUREMENT SERVICES STAFFWASHINGTON, DC, 20530, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)
Timeline
    Description

    The Department of Justice, through the Executive Office for Immigration Review (EOIR), is seeking contractors to provide comprehensive interpretation services, including on-site, telephonic, Video Remote Interpretation (VRI), and written transcription/translation for immigration court proceedings across the United States and its territories. These services are critical for facilitating effective communication during immigration hearings, ensuring that non-English speakers receive fair access to justice. The contract is expected to span a base period from September 1, 2025, to August 31, 2026, with a total funding amount of up to $700 million over the full term, including six additional option periods. Interested parties can contact Allison Polizzi at allison.j.polizzi@usdoj.gov or Pamela F Pilz at pamela.f.pilz@usdoj.gov for further details.

    Files
    Title
    Posted
    The Executive Office for Immigration Review (EOIR) requires a contractor to provide comprehensive language services, including On-Site Interpretation (OSI), Over the Phone Interpretation (OPI), Video Remote Interpretation (VRI), written translations, and Computer Aided Real-Time Transcription (CART) for immigration court proceedings. The contract has a base period starting from September 1, 2025, with six additional one-year options, totaling potential funding of $700 million. Services will be available across the U.S. and its territories, ensuring interpreters are immediately available for scheduled hearings. The contractor must maintain a qualified pool of interpreters for a variety of languages, including Spanish, common, uncommon, and very uncommon languages. A robust quality assurance plan and compliance standards are required to manage interpreter performance, including ongoing evaluations and records. Failure to provide necessary services could result in financial penalties and liquidated damages for noncompliance or no-shows. The EOIR underscores the importance of these interpreter services for court efficiency, as delays or cancellations can significantly disrupt judicial operations. The document prioritizes clear communication, thorough recruitment, and training of interpreters to ensure successful execution of immigration hearings.
    The document outlines a solicitation from the U.S. Department of Justice, specifically for on-site and remote language interpretation services required by the Executive Office for Immigration Review (EOIR). It specifies that contractors will manage all aspects of these services, including Over the Phone Interpretation (OPI), Video Remote Interpretation (VRI), and written translation, under a contract expected to span a base period of one year (September 1, 2025, to August 31, 2026) with six additional option periods. The total maximum funding is set at $700 million over the full term. Contractors must ensure the availability of qualified interpreters in various languages, and effective performance is vital to court operations. Specific guidelines cover evaluation, accreditation, and qualifications of interpreters, as well as requirements for compliance and timely service delivery. The contractor is obliged to maintain a Quality Assurance Plan and document interpreter performance. Liquidated damages are stipulated for failures such as no-shows or unavailability. This contract seeks to ensure effective communication within immigration proceedings, signifying the government's commitment to upholding legal standards and facilitating fair hearings for non-English speakers.
    The document outlines the pricing structure and requirements related to a solicitation (15JPSS20R00000017) for language interpreter services across the United States and its territories. The contract encompasses services for various language categories, including Spanish, Common, Uncommon, and Very Uncommon languages, and specifies various units of issue (Hour, 1/2 Day, Day, Week, and Word) for different types of interpreter services. Key provisions include the necessity for pricing to be proposed in full dollar increments, calculations based on pricing input for Contract Line Item Numbers (CLINs), and penalties (10% adjustments) for not claiming Small Disadvantaged Business and HUBZone adjustments. The pricing tables specified quantities are for evaluation only and do not constitute the final award amounts. The rates for services are based on projected needs for the upcoming contract years and include a 3% increase from previous contracts. Notable service categories consist of certified and qualified interpreters, telephonic interpreting, transcription/translation services, and written translations. This solicitation is crucial for federal agencies needing reliable and diverse language support services, addressing the increasing demand for such critical communication services within government operations.
    The document outlines the pricing structure and requirements for a government Request for Proposal (RFP) regarding language interpreter services across the United States and U.S. Territories. It specifies different units of issue including hours, half-days, days, and weeks for various types of language services, categorizing them into Spanish, common, uncommon, and very uncommon languages. Proposed prices must be in full dollar increments for both the base period and subsequent option periods, while a mandatory adjustment applies if small disadvantaged business (SDB) or HUBZone status claims are rejected. The solicitation aims to award a single contract for providing comprehensive language services, which includes certified and qualified interpreters, telephonic interpretation, written translations, and video remote interpretation. In addition, quantities proposed will reflect estimated requirements for specific periods, spanning from September 2023 to August 2024. Details about increments of service and performance period regulations are outlined, while emphasizing the importance of correctly inputting prices into the formularized spreadsheets for evaluation purposes. The structure of the document ensures clear communication of expectations to potential contractors in delivering these essential services. Overall, the RFP serves to standardize and facilitate a government procurement process aimed at enhancing language accessibility for diverse populations.
    The document outlines the Certification of Telephonic Interpretation (COTI) process used by the Office of the Chief Immigration Judge within the Executive Office for Immigration Review, specifically regarding scheduled telephonic interpreter orders. It includes a template for capturing essential details such as site, date, language, time, immigration judge (IJ) code, A-number, and interpreter information. The document highlights a key protocol stating that if an interpreter is not contacted within one hour of the scheduled start time, they will be released, incurring a one-hour charge to the government. The form requires the signature of immigration court personnel and allows for comments related to the interpretation session. This COTI mechanism is crucial for ensuring effective communication in immigration proceedings, emphasizing the necessity of proper interpreter coordination in compliance with legal requirements.
    The document pertains to the United States Department of Justice's Executive Office for Immigration Review's Language Services Unit, focusing on the certification of video interpretation services required for immigration proceedings. It outlines the protocol for Video Remote Interpreting (VRI), including details such as the date, language, and specific interpreter involved in the session. The document emphasizes standard connection instructions for the VRI link and includes space for signatures and comments. The purpose of this certification is to ensure effective communication through remote interpretation services, thereby supporting the comprehensive functioning of immigration hearings. Ensuring these services are accessible is critical for maintaining procedural fairness and compliance within the immigration system.
    The document is a Contract Interpreter Performance (CIP) Form from the U.S. Department of Justice's Executive Office for Immigration Review, focusing on the evaluation of interpreters in immigration hearings. It includes essential data fields such as hearing location codes, interpretation dates, alien numbers, scheduled times, interpretation details, and evaluation metrics. The form captures critical information about the interpreter's identity, whether they are first-time interpreters, and the type of action taken regarding disqualification, along with reasons provided for any negative evaluations. Users are prompted to indicate if a hearing evaluation is requested while allowing for supplemental comments. The form is to be submitted via email to the designated office for further processing and review. The context of this document highlights the government's commitment to effective communication in immigration proceedings, emphasizing the need for proper interpreter assessment and accountability, reflecting broader efforts to ensure justice and fair representation in legal processes.
    The U.S. Department of Justice has established a Confidentiality Agreement for contractor employees involved in government contracts. This agreement underscores the critical need for trustworthiness and integrity with sensitive materials encountered during contract execution. Employees must refrain from revealing or disseminating any information acquired through their work and are prohibited from removing documents without prior approval. They are required to abide by security provisions outlined in the contract during and after their employment. The government reserves the right to revoke computer access for any unauthorized actions and maintains ownership of all materials provided. Employees must return all government materials upon request, and failing to do so could result in severe penalties under U.S. law. Modifications to the agreement may occur in response to legal or statutory needs. This document serves to ensure that contractor employees uphold the integrity and security of government operations and confidential information throughout and beyond their employment on the contract.
    The Department of Justice (DOJ) is soliciting proposals for language interpretation services under Solicitation Number 15JPSS25R00000007. This Request for Proposals (RFP) includes various technical and administrative requirements that potential bidders must address, such as presenting prior performance references and a subcontracting plan in compliance with FAR regulations. The RFP stipulates that submissions must use courier or overnight mail due to delivery disruptions and will not accept proposals via fax or email. Key areas of concern include the required number of unique IDs for interpreters, past performance citations for subcontractors, and compliance with security measures for accessing classified information, which has since been clarified as unnecessary for this contract. Moreover, the funding structure includes specific pricing stipulations, where costs should be fully loaded with program management and travel expenses. The contract is a recompete with the current provider, SOS International. Respondents are expected to propose for all services listed, with a transition plan for new contractors being a focus, noting that the Government aims for seamless service continuity. The project represents the DOJ’s commitment to effective language interpretation to enhance proceedings in immigration courts, underscoring the need for timely, qualified services while maintaining regulatory compliance.
    The document presents a detailed list of languages categorized by their prevalence, covering data from January 1 to December 31, 2024. It includes the total number of orders and hours associated with each language, separating them into common, uncommon, and very uncommon categories. Spanish is the most prevalent language, with over 125,000 orders, followed by Russian and Punjabi. The document highlights various languages, including Mandarin, Arabic, and Hindi, down to less commonly used languages such as Dazaga and Jamician Creole. This data may serve as a critical resource for government agencies involved in RFPs, federal grants, and local initiatives, especially those requiring translation and interpretation services across diverse linguistic populations. The insight into language demand and usage patterns aids in effectively deploying resources and addressing the communication needs of varied communities. The structured presentation of language data indicates a systematic approach to assessing language service requirements, essential for enhancing government services and compliance with multilingual needs.
    The document outlines various base cities and associated hearing sites for immigration and detention facilities across the United States. It provides a comprehensive list, including specific codes for each base city and hearing site, such as Adelanto, Atlanta, and Chicago, among many others. Each entry specifies the jurisdiction, such as federal correctional institutions, local detention centers, and juvenile facilities, categorized by their respective locations. The document serves as a foundational resource for federal and local agencies working on immigration-related processes, including hearings, detention, and resource allocation. The structure of the document emphasizes clarity, with organized listings that facilitate quick reference and navigation, making it valuable for stakeholders involved in immigration enforcement, hearings, and related federal grants or RFPs. Overall, it highlights the extensive framework established for managing immigrant detention and judicial processes within various jurisdictions.
    The document outlines the Code of Professional Responsibility for Interpreters established by the U.S. Department of Justice, specifically within the Executive Office for Immigration Review. It addresses the critical role interpreters play in ensuring equitable access to justice for individuals limited by language proficiency or communication impairments in Immigration Courts. The ten canons of the code delineate essential ethical standards and practices, including the necessity for accuracy, impartiality, confidentiality, and professional demeanor. Additionally, interpreters are required to disclose conflicts of interest, refrain from offering legal advice, and report ethical violations. The code emphasizes ongoing professional development to enhance interpreting skills. By adhering to these principles, interpreters contribute to the efficient functioning of court proceedings, underscoring the importance of their role in the justice system. The document serves to guide interpreters in maintaining high professional standards while navigating complex immigration proceedings.
    The document provides detailed guidelines for contract interpreters working at Immigration Court. It emphasizes the importance of correctly completing the Certification of Interpretation (COI) prior to arrival, including essential information such as date and language. Interpreters must inform court personnel of their role, sign in, and follow instructions regarding courtroom access and waiting areas. They are cautioned against speaking with aliens or attorneys in the waiting room to avoid conflicts of interest and potential disqualification from assignments. Additionally, interpreters must refrain from soliciting future work or using court resources without permission. Before leaving, they must ensure proper sign-off from court officials. The purpose of these guidelines is to establish a professional and efficient environment in Immigration Court, underscoring the interpreters' critical role while adhering to legal protocols. Overall, it serves to inform interpreters about the expectations and rules necessary for maintaining order and integrity in court proceedings.
    The document, titled "Languages by Location," presents a detailed breakdown of language services orders conducted across various hearing locations from January 1 to December 31, 2024. It categorizes data by hearing location, language, number of orders, and total hours of service provided. Predominant languages include Spanish, Arabic, and Mandarin, reflecting the diverse linguistic needs within correctional facilities and asylum courts. The report highlights the significance of providing language assistance to support non-English speaking individuals in legal proceedings, ensuring fair access to justice. This is particularly relevant to the context of federal and state government requests for proposals (RFPs) and grants aimed at enhancing language access programs. The data suggests an increasing demand for interpretation and translation services, essential for effective communication within legal frameworks. The meticulous documentation contributes to policymakers' understanding of language service needs, guiding them in resource allocation and program development to promote inclusivity and ensure compliance with language access regulations.
    The Interpreter Qualifications Matrix outlines the qualifications required for interpreters engaged under a federal contract, emphasizing the need for a comprehensive evaluation of their skills. The Matrix must be finalized within 60 days following the contract award and consists of four key areas: interpreting experience, certification and education, interpreter evaluation report results, and additional information. Interpreting experience is categorized into consecutive, simultaneous, court, and Immigration Court interpreting, specifying the duration of experience ranging from none to over five years. Certification and education details include any Federal or State Court Interpreter Certifications, alongside relevant academic qualifications such as degrees in linguistics or foreign languages. The evaluation section focuses on language proficiency and interpretation skills derived from a formal evaluation report. Lastly, the "Other" category captures recent assignments and information about any waivers related to judiciary experience. This document serves as a guideline for standardizing interpreter qualifications, ensuring that contracted services meet the requirements of the Executive Office for Immigration Review (EOIR) and contribute effectively to the judicial process.
    The document from the United States Department of Justice's Executive Office for Immigration Review provides a comprehensive glossary of immigration court terminology, offering English-Spanish translations for key terms related to immigration processes. It covers a wide range of immigration-related topics, such as adjustment of status, asylum processes, and deportation procedures, presenting terms like "abused alien," "affirmative asylum process," and "withholding of deportation." The glossary aims to standardize language usage in legal contexts, enhancing clarity and accessibility for those involved in immigration proceedings, including judges, lawyers, and applicants. It serves as a resource to ensure consistent communication in the legal environment, especially important given the complexities of immigration law and the necessity for accurate terminology in both English and Spanish. This terminology guide reflects the commitment of the Department of Justice to facilitate understanding and compliance within immigration courts, catering to diverse populations navigating the system.
    The Certification of Interpretation (COi) form issued by the United States Department of Justice's Executive Office for Immigration Review is designed to certify the accuracy of interpretations provided during immigration hearings. The form requires the interpreter to fill in critical information such as their name, COi number, hearing location, assigned Immigration Judge(s), and the dates and times of the interpretation. The interpreter must affirm their citizenship status and note if this is their first hearing. Immigration court personnel also track times, ensuring accurate records of start and end times, lunch breaks, and any instances when an interpreter was late, present but not ordered, or present but not utilized with corresponding reasons. The document serves as a crucial tool for maintaining accountability and ensuring compliance with immigration court procedures. Ultimately, the COi form facilitates effective communication crucial for fair legal processes within the immigration system, reflecting the government’s commitment to procedural integrity and access to justice in hearings involving non-English speakers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing both digital and physical audio/video files, including providing Spanish-to-English translation, with delivery options of 10 days and 3 days. The services are critical for ensuring accurate documentation and compliance with DOJ security and privacy regulations, particularly concerning sensitive information and Personally Identifiable Information (PII). Interested small businesses must submit their completed quotes via email to Renee Leaman by December 10, 2025, with the procurement due date extended to December 17, 2025. For further inquiries, contact Renee Leaman or Kate Oravitz-Weeks at their respective email addresses.
    Limited Source Justification (LSJ) for Translation Services to support Language Services-Amended
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to procure translation services through a Limited Source Justification (LSJ) amendment. This procurement aims to support language services related to Title 42, ensuring effective communication and understanding in immigration processes. Translation and interpreting services are critical for facilitating interactions between USCIS and non-English speaking individuals, thereby enhancing the agency's operational efficiency. Interested vendors can reach out to Daniel J. Dornfeld at daniel.j.dornfeld@uscis.dhs.gov or (802) 872-4602, or Benjamin Fournier at benjamin.t.fournier@uscis.dhs.gov for further details regarding this opportunity.
    RFI Artificial Intelligence (AI) Translation
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is seeking information through a Request for Information (RFI) regarding advanced artificial intelligence (AI) and natural language processing (NLP) technologies to enhance the monitoring and analysis of inmate communications. The primary objective is to develop solutions that can automatically transcribe, translate, and analyze audio recordings from inmate telephone systems, while correlating this data with other intelligence sources to detect potential criminal activities such as contraband smuggling, gang coordination, and human trafficking. This initiative is crucial for improving security and operational efficiency across 120 institutions. Interested vendors are invited to submit their responses by December 15, 2025, and should include details on their solutions, prior deployments, and technical specifications. For further inquiries, contact Brooke Wilson at bgarcia@bop.gov or call 202-305-6744.
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. The procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period from March 1, 2026, to February 28, 2027, and four option years extending through February 28, 2031. These services are critical for the functioning of the U.S. Attorney's Office, ensuring accurate and timely transcription of Grand Jury proceedings, with specific requirements for security clearances and adherence to strict formatting and delivery standards. Interested parties must submit their quotes by January 6, 2026, and direct any questions to Perla McKay at Perla.McKay@usdoj.gov by December 5, 2025.
    Notice of Justification
    Justice, Department Of
    The Department of Justice is issuing a sole-source bridge task order for the continuation of information technology (IT) support services currently provided by ManTech Advanced Systems International, Inc. This procurement aims to ensure the uninterrupted delivery of mission-critical IT support services to the Executive Office for Immigration Review (EOIR) Office of Information Technology (OIT), encompassing project management support, IT operations and maintenance, and IT integration services across various court locations. The services are vital for maintaining the functionality and security of the EOIR's IT infrastructure, which supports over 65 court locations and includes managing service desk operations, troubleshooting IT issues, and integrating IT assets with EOIR operations. For further inquiries, interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566.
    Justification for an Exception to Fair Opportunity
    Justice, Department Of
    The Department of Justice is seeking to issue a sole-source bridge task order for IT support services currently provided by ManTech Advanced Systems International, Inc. under the GSA Alliant contract Number 47QTCK18D0031. This procurement aims to extend the existing IT support services for an additional twelve-month base period, with an option for another twelve months, ensuring continuity while the Department evaluates its current requirements and plans for a comprehensive follow-on procurement. The services are critical for maintaining uninterrupted operations within the Executive Office for Immigration Review's Office of Information Technology (EOIR OIT). Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566 for further information regarding this opportunity.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is soliciting bids for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services for the U.S. Attorney's Office in the Northern District of Illinois, covering both Chicago and Rockford. The contract, which is a total small business set-aside under NAICS code 561492, aims to provide essential court reporting services that support the mission of the U.S. Attorneys as principal litigators, with a performance period from March 1, 2026, to February 28, 2031, including one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, while questions regarding the solicitation should be directed to Perla McKay by December 5, 2025. The anticipated contract value is approximately $540,619.45 over five years, with a minimum guarantee of $1,000.00 throughout the contract duration.
    Justification Number FY23-0050 (70SBUR22F00000125 P00005)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to modify an existing federal contract (Justification Number FY23-0050) for a one-month extension of Operations and Maintenance support services and cloud-based hosting for the Enterprise Information Lifecycle (EIL) service. This modification pertains to USCIS's current journaling and historical archiving solution, which is critical for managing and preserving immigration-related data. The place of performance for this contract is in Herndon, Virginia, and interested parties can reach out to Emily A. Sleeper at emily.a.sleeper@uscis.dhs.gov or by phone at 802-872-4135 for further details regarding this opportunity.
    Immigration Detention and Transportation in Puerto Rico
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    NVTC TONS System O&M, enhancements and integration services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor to provide operations and maintenance (O&M), enhancements, and integration services for the National Virtual Translation Center (NVTC) Translator’s Online Network Support (TONS) system. This procurement aims to ensure continuous support for the TONS systems in both unclassified and classified environments, including the migration to cloud environments that support these systems. The contract is critical for maintaining national intelligence capabilities, as it addresses the need for uninterrupted service during the transition to a new contractor while a competitively re-awarded contract is finalized. Interested parties can contact Tiffanie L. Neal at tlneal@fbi.gov for further details regarding this opportunity.