NASIC ASL Interpreter Services
ID: FA860125Q0049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Translation and Interpretation Services (541930)

PSC

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Notice (FA860125Q0049) issued by the Air Force, seeking responses from interested vendors regarding a potential acquisition. It invites companies to provide detailed information about their qualifications, including company details, socio-economic status, unique identifiers (UEI/DUNS/CAGE), recent sales history, and capability descriptions. The Air Force is considering reserving the contract for small businesses, contingent on demonstrated interest and the ability of these businesses to fulfill at least 50% of the required work per FAR regulations. Vendors are encouraged to outline their capabilities, past relevant experience, and any barriers preventing their products or services from meeting the requirements. The notice also requests feedback on suitable areas for small business subcontracting, emphasizing the importance of clear communication regarding teaming or subcontracting arrangements. The aim is to gather insights on vendors' abilities to deliver the required services or supplies and to ensure compliance with government contracting protocols.
    The document outlines the Performance Work Statement (PWS) for American Sign Language (ASL) Interpreter Services required by the National Air and Space Intelligence Center (NASIC), effective February 25, 2025. The contractor is tasked with providing ASL services to accommodate employees with disabilities, in compliance with the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990. Key requirements include supplying certified ASL interpreters with a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance, delivering 300 hours of interpretation annually, and ensuring rapid response to interpreting requests. Contractors must possess a minimum of three years of professional interpreting experience and comply with professional conduct standards. The contractor must also manage reporting of events, coordinate travel in alignment with Joint Travel Regulations, and ensure proper training in handling Controlled Unclassified Information (CUI) and Operations Security (OPSEC). The emphasis on adhering to government regulations ensures effective communication accessibility for NASIC staff while maintaining national security protocols. This document illustrates the government's commitment to inclusivity within its workforce while addressing security and operational integrity.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services
    Buyer not available
    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.
    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.
    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.
    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.
    Short-Term Commercial Coworking SCIF Space - WPAFB
    Buyer not available
    The Department of Defense, specifically the National Space Intelligence Center (NSIC) at Wright-Patterson Air Force Base (WPAFB), intends to award a sole source contract for short-term commercial co-working space within an ICD 705 accredited Sensitive Compartmented Information Facility (SCIF). This procurement aims to address immediate space needs for classified work, with the contract valued at approximately $402,780, and is uniquely tailored due to stringent access and security requirements. The selected contractor, Riverside Research Institute, is the only entity identified as capable of fulfilling these specialized requirements, having an already accredited facility in close proximity. Interested parties may submit statements of capabilities by March 15, 2025, to be considered, and should direct inquiries to Andrew Silvers at andrew.silvers@us.af.mil or Jennifer Jensen at jennifer.jensen.10@us.af.mil.
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of commercial telephone services at Goodfellow Air Force Base (AFB) in Texas. The contract aims to ensure 24/7/365 telephone access with a minimum availability of 99.9%, integrating long-distance and ancillary services while adhering to federal standards and regulations. This procurement is critical for maintaining effective communication capabilities essential to military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    SIGNALS INTELLIGENCE (SIGINT) SOLUTIONS FOR EVOLVING SCENARIOS (SSES)
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking Signals Intelligence (SIGINT) Solutions for Evolving Scenarios (SSES). This service is typically used to improve tactical information extraction, identification, analysis, and reporting in support of the Intelligence Community. The goal is to provide situational awareness for worldwide signals and network intelligence sources, sensor data collection and processing, identification of critical processes, and multi-platform/multi-intelligence support. The estimated funding for this project is approximately $49.9M, with multiple awards anticipated. The type of instruments that may be awarded include procurement contracts, grants, cooperative agreements, or other transactions. For more information, contact Daniel S. Robbins at daniel.robbins.8@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    REQUEST FOR INFORMATION (RFI) Support to the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors to support the Air Force Distributed Common Ground System (DCGS) Systems Field Support (DSFS). The procurement aims to sustain and maintain Radio Frequency (RF) services critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations, including program management, hardware maintenance, and logistics support. This initiative is vital for ensuring operational readiness and effectiveness in military operations, with a minimum uptime requirement of 99.5% for the systems involved. Interested parties must submit their responses to the Request for Information (RFI) by March 28, 2025, and can direct inquiries to ShaNellda Harris at shanellda.harris@us.af.mil or Samantha Taylor at samantha.taylor.12@us.af.mil.