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

Buyer

DEPARTMENT OF HOMELAND SECURITYUS 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 and hard-of-hearing applicants during interviews, naturalization ceremonies, and other interactions, with a focus on both in-person and Video Remote Interpreting (VRI) options. This contract is particularly significant as it ensures accessibility and compliance with federal regulations for individuals requiring these services. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes by December 19, 2025, at 4 PM ET, and can direct inquiries to Contract Specialist Marianne Green at Marianne.Green@uscis.dhs.gov.

    Point(s) of Contact
    Marianne Green, Contract Specialist
    Marianne.Green@uscis.dhs.gov
    Files
    Title
    Posted
    This document, Amendment 0002 to RFP #70SBUR26Q00000015, provides vendor questions and USCIS responses regarding a solicitation for sign language interpretation services for the Field Operations Directorate. Key information includes: the incumbent vendor (CLF Consultants, contract 70SBUR23P00000047, expiring 3/28/2026), challenges with in-person services at outlying offices, and a confirmed WOSB set-aside. USCIS clarifies that virtual interpreting is the primary consideration, with in-person requests accounting for approximately 15%. Budgetary information is internal, and electronic signatures are accepted. The submission deadline has been extended to December 19, 2025, at 4 PM ET. USCIS accepts a 48-hour cancellation policy for government cancellations, but maintains a $250 disincentive for contractor cancellations. Travel within a 50-mile radius is not billable, and non-local travel requires pre-approval and is reimbursed at GSA rates. Background investigations for interpreters begin after an Entry on Duty (EOD) date, with a typical 30-60 day timeframe. Offerors should not modify the pricing sheet, and no guaranteed minimum hours are offered per CLIN.
    This government file outlines Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses for commercial item solicitations and contracts. It details a 36-month period of performance with a base and two option periods. The document incorporates numerous FAR clauses by reference and in full text, covering areas like System for Award Management, prohibitions on certain hardware/software/telecommunications, contractor ethics, whistleblower protections, small business utilization, labor standards, environmental programs, and payment terms. Key HSAR clauses address contractor employee access, safeguarding Controlled Unclassified Information (CUI), and incident reporting requirements. The file emphasizes compliance with these regulations for both prime contractors and subcontractors, particularly regarding security, data protection, and eligibility requirements for set-aside contracts.
    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.
    The Department of Homeland Security (DHS) U.S. Citizenship and Immigration Services (USCIS) is seeking sign language interpreter services for deaf and hard-of-hearing applicants. These services, provided on an as-needed basis, will include in-person and Video Remote Interpreting (VRI) for interviews, naturalization ceremonies, and other interactions. Interpreters must be fluent in ASL or other sign systems, certified, and have at least three years of experience. The contract outlines specific tasks such as providing ad-hoc services during business hours and weekend events, maintaining a detailed call log, and notifying the government when 85% of funding is expended. The Statement of Work (SOW) lists numerous performance locations across the U.S. and its territories, details the period of performance, and outlines qualifications for interpreters, including U.S. citizenship and relevant certifications. The document also includes strict reporting requirements for suspected or confirmed incidents related to Personally Identifiable Information (PII) and Sensitive Personally Identifiable Information (SPII), as well as guidelines for travel reimbursement and deliverable timeframes for fulfilling standard, expedited, and urgent requests. The contractor is also required to maintain an up-to-date roster of interpreters.
    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 the mandatory Information Technology Security Awareness Training for contractors, subcontractors, and their employees accessing sensitive information or DHS systems. This training, required annually by October 31st and within 30 days of contract award for initial access, is accessible via a provided DHS website. Additionally, all users must sign the DHS Rules of Behavior, outlining responsibilities when accessing DHS systems and sensitive information. Signed copies must be provided to the COR within 30 days of contract award. Contractors are responsible for maintaining training certificates and signed Rules of Behavior as proof of compliance for all personnel.
    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
    Loading similar opportunities...