Interpretation and Translation Services - Blanket Purchase Agreements -Q&As
ID: W912CL-24-R-0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTFORT SAM HOUSTON, TX, 78234-5046, USA

NAICS

Translation and Interpretation Services (541930)

PSC

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

    The US Southern Command and US Army South seek a commercial vendor to provide interpretation and translation services through multiple Blanket Purchase Agreements (BPAs). These services are primarily required in Spanish, Portuguese, French, and the languages of Central and South America for missions and exercises inside and outside the US.

    The scope of work involves furnishing equipment, personnel, and supplies for these services, with a focus on accuracy and quality. Vendors must ensure their teams have a working knowledge of military terminology and provide timely translations (20 minutes for 500 words). The contractor is responsible for security clearance, compliance, and employee management. Key deliverables include a contractor-developed Quality Control Plan and IA/IT Training Certification.

    Experience and capability are vital eligibility criteria. Offerors should have three years of relevant experience and must demonstrate a comprehensive technical approach. The army will evaluate vendors based on their capability, experience, and past performance. Additionally, contractors must meet various certifications and representations related to labor policies, contract terms, and tax compliance.

    The opportunity offers a firm-fixed price contract with a five-year period and individual call orders capped at $200,000. Vendors are encouraged to submit their best terms as the army intends to evaluate proposals without discussions. The submission deadline is 31 July 2024, with decisions expected by 7 August 2024.

    Interested parties should direct any questions to Emilio Silva Figueroa or Charles W. Hammons, Jr. by the deadline stated above. Proposals should be submitted to the same contacts, clearly referencing Solicitation W912CL-24-R-0010. All offerors must have an active SAM.gov registration to be considered.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Southern Command and US Army South seek a commercial vendor for interpretation and translation services, primarily Spanish, Portuguese, French, and languages of Central and South America, under a Master Blanket Purchase Agreement. The goal is to facilitate communication during missions and exercises in and outside the continental United States. Interpreters must be native speakers, professionally proficient in simultaneous and consecutive interpretation. They should have a working knowledge of military terminology, although this is not mandatory. Translators are required to provide accurate and timely translations of documents and briefings, with a quick turnaround time of 20 minutes per 500 words. The contractor must supply all necessary equipment for interpretation and translation services, including laptops, software, and wireless interpretation gear. They are responsible for their employees' security clearance, compliance with government protocols, and adherence to dress codes and reporting instructions. Key deliverables include a contractor-developed Quality Control Plan and IA/IT Training Certification for relevant employees. The plan ensures high-quality services and prompt defect identification and correction. Critical dates include a 30-day deadline for submitting the Quality Control Plan and a 7-day period for identifying key personnel. Contractor availability is expected within a 24-hour window for government communication and a 1.5-hour lunch break each duty day.
    The government seeks to procure interpreter and translation services through multiple blanket purchase agreements (BPAs). These services are required for various locations, with the ability to provide them throughout the country being a key factor in the selection process. Experience and capability within the industry are emphasized, with contractors expected to demonstrate relevant three-year experience and provide a comprehensive technical approach. Pricing is also a consideration, with fair and reasonable rates desired. The contract type is a firm-fixed-price, with the potential for extensions. Offerors are encouraged to respond with their best terms, as the government intends to evaluate proposals without discussions. The submission deadline is close of business on 31 July 2024, with award decisions expected to be made based on the advantages of non-price factors, including technical approach and experience, followed by price. Offerors must meet numerous certification and representation requirements related to contract terms, labor policies, and tax compliance, and provide detailed pricing schedules.
    The government seeks to procure translation and interpretation services, along with related equipment, for multiple regions: the Caribbean, Central America, and South America, divided into two regions. These services include remote and on-site word processing and simultaneous/consecutive interpreting in various languages. The focus is on English, Spanish, Portuguese, French, and Haitian Creole translations, with specific language combinations varying across regions. For the Caribbean, the contract encompasses English-Spanish and Spanish-English translations, both remote and on-site, along with equipment like wireless receivers, interpreter transmitters, and microphones. In Central America, the need is for English-Spanish and Spanish-English translation support, while South America Region 1 requires English, Spanish, and French language expertise. Meanwhile, South America Region 2's priority languages are English, Spanish, and Guarani. The scope involves providing trained personnel and equipment for translation and interpretation, with strict requirements for quality and accuracy. Vendors must supply all necessary cabling and equipment, and ensure installation, setup, and timely dismantling on-site. This comprehensive approach ensures smooth execution of translation and interpretation projects across these regions. Critical dates and evaluation criteria are not explicitly mentioned in the files, and contract details are only mentioned in the form of unit prices for individual services and equipment. Therefore, those aspects cannot be accurately summarized. However, the procurement objective, services sought, and general requirements are well-defined, offering a clear insight into the government's aims.
    The Department of the Army seeks to establish multiple firm-fixed price blanket purchase agreements for interpreter and translation services over a five-year period. These services are essential to ensure effective communication and are anticipated to be required across various locations. Vendors will be expected to provide a comprehensive range of interpretation and translation equipment and expertise. The army will evaluate vendors based on their capability and experience, with a focus on past performance. Offerors must submit detailed proposals outlining their abilities and pricing structures by the deadline. Key dates require vendors to submit questions by 25 July 2024 and final proposals by 31 July 2024. The army aims to award the BPAs by 7 August 2024.
    The primary objective of Solicitation W912CL-24-R-0010 is to procure interpretation and translation services for the US government, primarily in Spanish, Portuguese-Brazilian, French, and languages of Central America, South America, and the Caribbean. The focus is on creating multiple Blanket Purchase Agreements (BPAs) for these services, which are expected to be primarily delivered during business hours. Each BPA will have a five-year period and an estimated maximum value of $1 million, with individual call orders capped at $200,000. The government seeks to engage commercial vendors to facilitate translation and interpretation of written documents and events. Vendors will be responsible for providing their own equipment and software for document translation and must be proficient in military language and operations security. The scope includes on-site and remote services, with assignments lasting from one week to two months. Vendors will be evaluated based on their ability to meet technical requirements, prices offered, and past performance. Key dates include the submission deadline and a projected five-year contract period. BPAs will be created following the evaluation process, with vendors competing for individual requirements within the SOUTHCOM Area of Responsibilities. Travel may be required OCONUS, with locations specified in each BPA Call. Interested parties should submit their proposals by the due date to be considered.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TRANSCRIPTION, TRANSLATION, & INTERPRETATION for USDA Puerto Rico
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Rural Development Procurement Management Office, is seeking qualified small business contractors to provide transcription, translation, and interpretation services in Puerto Rico under solicitation number 12RADZ24R0002. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) to enhance communication capabilities within USDA programs serving rural communities, with a focus on English-Spanish dialects and local dialect proficiency. Interested vendors must submit comprehensive quotes by September 9, 2024, ensuring compliance with federal regulations and demonstrating experience, translator accreditation, and past performance. For further inquiries, vendors can contact Juliet Hall at juliet.hall@usda.gov or call 850-409-3388.
    Translation services for U.S. Embassy Belgrade
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified local firms to establish a Blanket Purchase Agreement (BPA) for interpretation and translation services for the U.S. Embassy in Belgrade, Serbia. The procurement aims to secure reliable and high-quality translation services, with a total estimated expenditure of up to $250,000, while ensuring that no single order exceeds $3,500. These services are critical for the Embassy's operations, requiring fluency in both English and Serbian, along with a strong understanding of diplomatic protocols. Interested vendors must submit their completed RFQ document by September 23, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact Damian Richard at BLG-Procurement@state.gov or by phone at +3811652371290.
    BPA - Translation and Interpreting Service PSC R608
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Translation and Interpreting services (PSC R608) for Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland. The service is used for professional administrative support in translation and interpreting. Interested companies must provide documentation of capabilities and expertise, a price list, and at least three past performance references. The government will evaluate past performance based on customer satisfaction, timeliness, technical success, program management, and quality. The government intends to issue Master Blanket Purchase Agreements (BPAs) on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.
    NESA MENA Executive Seminar Interpretation Services
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide interpretation and translation services for the Near East South Asia Center’s (NESA) Executive Seminar, scheduled from September 25 to November 8, 2024. The contract will focus on simultaneous interpretation support via Zoom and document translation between English, Arabic, and Russian, ensuring effective communication during the seminar. This procurement is significant as it facilitates international dialogue and understanding, emphasizing the government's commitment to engaging small businesses, particularly those that are service-disabled veteran-owned and women-owned. Interested vendors must submit their quotes electronically by September 11, 2024, and can contact Jerome Doe at jerome.n.doe.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil for further information.
    R--ASL IN-PERSON SERVICES
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Geological Survey, is seeking bids for American Sign Language (ASL) interpretation services under solicitation number 140G0224Q0209. The contract will cover a five-year period, starting from October 1, 2024, and is intended to facilitate communication for employees requiring ASL interpretation during monthly and other significant meetings, emphasizing the necessity for qualified personnel certified in ASL. This procurement is set aside for small businesses, with the award based on the lowest priced, technically acceptable offers, and includes specific requirements for certification and performance standards. Interested contractors should direct inquiries to Janice Moye at jmoye@usgs.gov, with the anticipated exercise date for the next option year being August 1, 2025.
    EOIR Language Services
    Active
    Justice, Department Of
    The Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), is seeking sources for comprehensive language services, including on-site and telephonic interpretation, Video Remote Interpretation (VRI), written translation, and transcription services for immigration court proceedings across the United States and its territories. The requirement anticipates a daily need for approximately 800 interpreters, with a significant portion required to be on-site, reflecting the critical role these services play in facilitating communication in judicial processes. This Request for Information (RFI) is not a solicitation for proposals but aims to assess the interest and technical capabilities of potential contractors, particularly small businesses, in preparation for a future Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to span five years. Interested parties must submit their capabilities statements electronically by September 23, 2024, to Michael D. Jackson at michael.d.jackson@usdoj.gov.
    Joint Information Operations Planning Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Joint Information Operations Planning Support contract, aimed at providing comprehensive support for operations in the information environment for the United States Southern Command (USSOUTHCOM). The contractor will be responsible for coordinating, training, planning, and executing information operations in alignment with USSOUTHCOM's global objectives, adapting to potential changes in requirements and operational directives. This contract is critical for enhancing the effectiveness of military operations and ensuring readiness in the information domain. Interested vendors, particularly those eligible under the 8(a) set-aside program, should contact Dyan E. Jackson at dyan.e.jackson.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.
    Professional Services to Conduct Various Cultural Resources Investigations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide professional cultural resources services under a Combined Synopsis/Solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The primary objective is to conduct various cultural resources investigations, including studies, surveys, archival research, and report preparation, to ensure compliance with the National Historic Preservation Act (NHPA) across the Mississippi Valley Division. This contract, valued at a maximum of $20 million over five years, will support the preservation and protection of cultural resources while adhering to federal regulations and best practices in archeological research. Interested firms must submit proposals by 11:00 AM CST on September 11, 2024, and can direct inquiries to Bambi Raja at Bambi.L.Raja@usace.army.mil or Veronica F. Garner-Flint at Veronica.Garner-Flint@usace.army.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Korean Translation and Interpretation Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM FAR EAST, is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Korean translation and interpretation services. The selected contractor will be responsible for providing all necessary personnel, facilities, equipment, and materials to facilitate translation and interpretation between Korean and English at various locations throughout the Republic of Korea and within NAVFAC FAR EAST's Area of Responsibility (AOR). These services are crucial for effective communication and operational support in a diverse linguistic environment. Interested parties can reach out to Motoko Kawashima at motoko.kawashima.ln@us.navy.mil or by phone at 011-81-46-816-9767, or Wencee Narvarte at wencee.p.narvarte.civ@us.navy.mil or 07011894219 for further details.
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.