Interpretation and Translation Services - Blanket Purchase Agreements
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
    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.
    OLIVE Robust Automatic Transcription of Speech Open Language Interface for Voice Exploitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to negotiate a single source contract with SRI International for the procurement of OLIVE Robust Automatic Transcription of Speech (RATS) and associated system equipment. This contract will encompass deployment, configuration, integration, technical support, and knowledge transfer to the Joint Interagency Task Force South (JIATFS) located in Key West, Florida, as well as other domestic and international locations. The OLIVE RATS system is crucial for enhancing voice exploitation capabilities, thereby supporting the operational needs of the JIATFS. Interested parties are invited to submit a technical capability statement and business profile to the primary contact, Joel M. Celona, at joel.m.celona.mil@army.mil by 10:00 AM CST on September 18, 2024, as this notice is not a request for competitive proposals and no solicitation will be issued.
    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.
    Notice of Intent to Sole Source Procurement - Point and Translate Booklets
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source Firm Fixed Price purchase order to GAIA Communications LLC for the procurement of Point and Translate booklets. This requirement supports the Individual Terrorism Awareness Course (INTAC) Program, which prepares military personnel, DoD civilians, contractors, and dependents for overseas travel in alignment with U.S. foreign policy. The Point and Translate guides are essential handouts that provide durable, visual, and easy-to-use information for course attendees, facilitating their understanding during deployments and temporary duty travels. Interested firms that believe they can meet this requirement must submit written notification to the Contracting Officer within fifteen days of this announcement, with supporting evidence demonstrating their capability. For further inquiries, contact Gregory Booker at Gregory.B.Booker@usace.army.mil or Giorgiana Chen at Giorgiana.Chen@usace.army.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Korean Translation and Interpretation Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Far East (NAVFAC FE), is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Korean translation and interpretation services across various locations in the Republic of Korea. The selected contractor will be responsible for providing all necessary personnel, facilities, and resources to facilitate translation and interpretation between Korean and English, supporting the operational needs of NAVFAC FAR EAST. This contract is significant for ensuring effective communication in a critical area of responsibility, with a minimum guarantee of approximately ₩5,693,374.37 at the time of award. The Request for Proposal (RFP) is expected to be issued on September 20, 2024, with proposals due by October 30, 2024; interested parties should contact Motoko Kawashima or Wencee Narvarte for further details.
    HAZMAT Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting offers for the procurement of HAZMAT equipment, identified under solicitation number W912QM24Q0054. This procurement includes both brand-name and general HAZMAT items, essential for emergency response to hazardous materials incidents, with a focus on compliance with specific salient characteristics and specifications outlined in the attached documents. The equipment is critical for ensuring readiness in managing chemical spills and disasters, emphasizing safety and adherence to regulatory standards. Interested vendors must submit their offers by 5:00 PM on September 20, 2024, with delivery expected by November 30, 2024, to the Charleston Transportation Office. For further inquiries, contact Eduardo Castillo at eduardo.a.castillo9.ln@mail.mil or SSG Paul M. Adamo at paul.m.adamo.mil@army.mil.
    R608--FY25: VISN 8 Interpreter and American Sign Language (ASL)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Interpreter and American Sign Language (ASL) services for the VISN 8 Equal Employment Office. The procurement aims to secure virtual translation and interpreting services to enhance communication accessibility for veterans and staff within the healthcare system. These services are crucial for ensuring compliance with federal regulations regarding equal access and support for individuals with hearing impairments. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contract Specialist John C. Hamilton at John.Hamilton2@va.gov or by phone at 727-398-6661 x 13316 for further details regarding the solicitation process.
    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.
    CART Services - DFAS Columbus
    Active
    Dept Of Defense
    The Defense Finance and Accounting Service (DFAS) is seeking qualified vendors to provide Communication Access Realtime Translation (CART) services for deaf and hard-of-hearing employees at its Columbus, Ohio location. The procurement includes both onsite and remote CART services, which will support approximately 60 employees, with 10 requiring regular assistance, during various meetings and training sessions. This initiative underscores the government's commitment to inclusivity and accessibility in the workplace, ensuring effective communication for all employees. Interested vendors must submit their quotations by 2:00 PM EST on September 27, 2024, with a total funding amount of $22,500,000 allocated for the contract, which spans from October 15, 2024, to October 14, 2025, with options for renewal. For further inquiries, vendors can contact Brent Lehrke at brent.l.lehrke.civ@mail.mil or Laura B. Price at Laura.B.Price7.civ@mail.mil.
    Interpretation and Translation Services for US Embassy Chisinau, Moldova
    Active
    State, Department Of
    The Department of State is seeking proposals for Interpretation and Translation Services for the U.S. Embassy in Chisinau, Moldova, under Solicitation No. 19GE5024Q0059. The contract aims to provide full-time, in-person interpretation and written translation services from English to Romanian and vice versa, with a minimum requirement of 120 business days of service from October 1, 2024, to March 31, 2025. This procurement is crucial for supporting U.S. diplomatic efforts and enhancing cooperation in law enforcement and governance reform in Moldova. Interested vendors must submit their proposals electronically, demonstrating compliance with specified qualifications, and direct inquiries to Ms. Gallone at gallonea@state.gov or Andra Balta at BaltaA@state.gov by the designated deadlines.