Sign Language Interpretation for the Field Operations Directorate
ID: 70SBUR26Q00000015Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CITIZENSHIP AND IMMIGRATION SERVICESUSCIS CONTRACTING OFFICE(ERBUR)Williston, VT, 05495, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) services to support its Field Operations Directorate. The procurement aims to provide essential interpreting services for Deaf or Hard of Hearing applicants during interviews and ceremonies, ensuring effective communication and accessibility. This contract is particularly significant as it facilitates the inclusion of individuals with hearing impairments in critical immigration processes. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes by December 15, 2025, with the contract performance period set from January 15, 2026, to January 14, 2029. For further inquiries, contact Marianne Green at Marianne.Green@uscis.dhs.gov or Eric Bishop at Eric.M.Bishop@uscis.dhs.gov.

    Point(s) of Contact
    Marianne Green, Contract Specialist
    Marianne.Green@uscis.dhs.gov
    Files
    Title
    Posted
    This government file outlines the terms and conditions for a commercial items acquisition, detailing Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. The contract has a base period of 12 months and two 12-month option periods, totaling 36 months. Key FAR clauses incorporated by reference cover areas such as System for Award Management, prohibitions on certain hardware/software (Kaspersky Lab, ByteDance, telecommunications/video surveillance from specific foreign entities), contract terms, and unenforceability of unauthorized obligations. It also includes clauses on small business utilization, labor standards (e.g., Convict Labor, Equal Opportunity, Veterans, Workers with Disabilities, Combating Trafficking in Persons), privacy training, and unmanned aircraft systems. HSAR clauses focus on contractor employee access and safeguarding Controlled Unclassified Information (CUI), defining various CUI categories and mandating security protocols, incident reporting within specified timeframes (1 or 8 hours depending on incident type), incident response, and sanitization of government files.
    This Statement of Work (SOW) outlines the requirements for U.S. Citizenship and Immigration Services (USCIS) to procure ad hoc sign language interpreter services for Deaf or Hard of Hearing applicants. Services include in-person and Video Remote Interpreting (VRI) in American Sign Language (ASL), Signed English (SE), and Certified Deaf Interpreter (CDI) at various Field Operations Directorate locations. Key tasks involve providing interpreters for interviews and ceremonies, maintaining detailed call logs, and adhering to specific scheduling and communication protocols. Interpreters must be U.S. citizens, 18 or older, hold a high school diploma, possess a minimum of three years of experience, and be certified by the Registry of Interpreters for the Deaf (RID) or hold a state-equivalent certification. The SOW also details reporting requirements for PII/SPII incidents, travel reimbursement policies, and a period of performance from January 2026 to January 2029 with optional years.
    This document outlines the security requirements for contractors accessing Sensitive But Unclassified (SBU) information, U.S. Government facilities, or IT systems for U.S. Citizenship and Immigration Services (USCIS). Key aspects include mandatory fitness determinations, background investigations, and adherence to specific employment eligibility criteria, such as U.S. residency and citizenship for IT system access. Contractors must obtain a Personal Identity Verification (PIV) card and comply with ongoing eligibility requirements, including mandatory training and continuous vetting under the Trusted Workforce (TW) 2.0 initiative. The document also details reporting adverse information, providing position descriptions, and submitting quarterly reports of contractor employees to USCIS.
    HSAR Class Deviation 15-01, Revision 1, Attachment 1 outlines mandatory Information Technology Security Awareness Training for all contractors and subcontractors accessing sensitive Department of Homeland Security (DHS) information systems. This clause, applicable to all subcontracts, requires annual security awareness training within 30 days of contract award and by October 31st each subsequent year. New employees must complete training before accessing sensitive information. Contractors must maintain training certificates and submit initial certificates to the Contracting Officer's Representative (COR) within 30 days of award, and annual confirmations by October 31st. Additionally, all users must sign the DHS Rules of Behavior within 30 days of contract award and before accessing DHS systems, with contractors retaining signed copies for compliance. The COR will notify contractors when an annual review of the Rules of Behavior is required. This ensures compliance with federal regulations and DHS security standards.
    This document outlines wage determinations and labor law requirements under the Service Contract Act (SCA) for federal contractors. It specifies minimum wage rates based on executive orders: $17.75/hour for contracts entered into or renewed after January 30, 2022 (EO 14026), and $13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022 (EO 13658). These rates are subject to annual adjustments and apply nationwide. The document details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour with EO 13706 for paid sick leave), vacation (2-4 weeks based on service), and eleven paid holidays. It also covers Hawaii-specific health and welfare rates and uniform allowance policies. A conformance process (SF-1444) is described for classifying unlisted occupations, ensuring fair wages and benefits. The primary occupation listed is Interpreter (Sign Language) at $29.28/hour.
    The document,
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    American Sign Language (ASL) Interpreter Services
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified small businesses to provide in-person American Sign Language (ASL) Interpreter Services under a combined synopsis/solicitation. The procurement aims to secure these services for various events primarily at Naval Base San Diego, with a contract structure consisting of a base year and four option years, extending through December 2030. This opportunity is significant for ensuring effective communication within the military community, particularly for events requiring ASL interpretation. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627.
    Limited Source Justification (LSJ) for Translation Services to support Language Services-Amended
    Buyer not available
    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.
    Limited Sources Justification (LSJ) for Security Operations (SecOps) Support Services Interim Task Order
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to justify limited sources for the procurement of Security Operations (SecOps) Support Services through an interim task order. This opportunity involves the posting of a Limited Sources Justification (LSJ) in accordance with FAR 8.405-6(a)(2)(i)(B), indicating the need for specialized IT and telecom security and compliance support services. The services are critical for maintaining the security and operational integrity of USCIS functions, particularly in the Camp Springs, MD area. Interested parties can reach out to Dianne E. Valiando at dianne.e.valiando@uscis.dhs.gov or Monty Kurtz at Monty.N.Kurtz@uscis.dhs.gov for further details.
    RFI for Mobile Language Translation Services (MLTS)
    Buyer not available
    The Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), is seeking capability statements from vendors for the development of a Mobile Language Translation Services (MLTS) iOS application. This application aims to provide on-demand interpretation and translation services for Enforcement and Removal Operations (ERO) officers, enhancing communication with limited English proficient (LEP) foreign nationals and replacing existing dial-in services. The application must support offline functionality, operate effectively in loud environments, and achieve an accuracy rate of 85% or higher in translating 25 specified languages, while adhering to strict DHS security and privacy standards. Interested vendors can submit their capability statements and inquiries to the primary contact at mobiletranslationrequirement@ice.dhs.gov, as this RFI is for market research purposes only and does not constitute a request for proposal.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Interpreting DFAS-Rome, New York
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking qualified vendors to provide interpreting services at its facility in Rome, New York, through a Request for Quotation (RFQ) identified as HQ042326QE012. The procurement involves both onsite and virtual interpreting services for deaf and hard-of-hearing employees, requiring interpreters fluent in various sign languages and spoken English, with an estimated need of 400 hours annually over a one-year base period and four one-year option periods. This contract, valued at approximately $22.5 million, emphasizes the importance of past performance in the evaluation process, with quotes due by December 18, 2025, and questions accepted until December 11, 2025. Interested vendors can contact Veronica C. Hay at 667-894-7327 or via email at Veronica.C.Hay.civ@mail.mil for further details.
    Translation Services
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for translation services, specifically for Spanish to English and occasional English to Spanish translations, to be performed at their El Paso headquarters. The contractor will be responsible for translating various documents, including technical reports and international agreements, while adhering to specific formatting and procedural guidelines, and ensuring a one-day turnaround for priority items. This contract is crucial for facilitating communication and documentation between the U.S. and Mexico, particularly in engineering and scientific contexts. Interested parties must submit their quotes by December 12, 2025, at 3:00 PM MST, and can direct inquiries to Angelica Baca at angelica.baca@ibwc.gov.
    Justification Number FY23-0050 (70SBUR22F00000125 P00005)
    Buyer not available
    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.
    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.
    VER Future Limited Sources Justification
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to justify limited sources for a procurement opportunity titled "VER Future Limited Sources Justification." This opportunity involves the acquisition of IT and telecom business application/application development support services, which are critical for enhancing the operational capabilities of USCIS. The services will be performed in Vermont, with the primary contact for this opportunity being Charnique Thomas, who can be reached at charnique.m.thomas@uscis.dhs.gov. Further details regarding the funding amount and specific deadlines have not been provided in the available documentation.