NESA TDNI 02-25 Interpretation & Translation
ID: HQ003425QE045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for interpretation and translation services for the Tunisian National Defense Institute Seminar 02-25, scheduled from April 9 to 15, 2025, in the D.C. Metropolitan area. The contractor will be responsible for providing five days of simultaneous interpretation services between English and Arabic, along with necessary interpretation equipment and on-site technical support. This procurement is crucial for facilitating effective communication among military and civilian officials, thereby enhancing strategic dialogue in national security matters. Interested small businesses must submit their proposals electronically by March 18, 2025, and can contact Keven Primrose or Monica DeGroot at the provided email for further inquiries.

    Files
    Title
    Posted
    The Near East South Asia Center for Strategic Studies has issued a Performance Work Statement (PWS) for simultaneous interpretation services at the Tunisian National Defense Institute Seminar 02-25, scheduled from April 9 to 15, 2025, excluding April 12 and 13. The contract involves providing interpreters, equipment, and technical support to facilitate communication between Arabic and English speakers. Key services include setting up and dismantling interpretation equipment, troubleshooting technical issues, and ensuring interpreters are properly qualified through testing. The contractor is responsible for hiring a Project Manager, Arabic interpreters, and an AV technician, all of whom must meet specified qualifications, including experience and certifications in interpretation. The contractor must uphold high professional standards, with performance evaluated based on set thresholds. The document also outlines quality control measures, security requirements, and definitions relevant to the contract. Overall, this initiative aims to enhance cooperation and strategic dialogue among military and civilian officials in national security through effective interpretation services, adhering to federal contracting standards.
    The Washington Headquarters Services (WHS) Acquisition Directorate is soliciting proposals for TNDI Interpretation Services for the Near East South Asia Center (NESA) as specified in the Performance Work Statement (PWS). The Request for Quote (RFQ) is exclusively electronic, and no hard copies will be issued. Offerors must submit their proposals, including a cover sheet with necessary details and completed clauses by March 18, 2025. Proposal submissions are segmented into three sections: 1. **Administrative Section**: Limited to one page, this includes contact information, the Tax Identification Number, CAGE Code, and relevant certifications. 2. **Technical Section**: Up to eight pages, this must demonstrate the ability to meet all requirements listed in the RFQ through sufficient detail and specifications. 3. **Price Section**: No page limit, consisting of a completed Standard Form 1449 with detailed pricing information. The proposal must be emailed to the specified WHS mailbox. This solicitation serves as a formal avenue for interested parties to bid on government services, ensuring compliance with federal acquisition regulations.
    The document outlines the evaluation criteria for proposals submitted in response to a government solicitation for Interpretation Services by the Near East South Asia Center (NESA). The selection will adhere to the Lowest Price Technically Acceptable (LPTA) method, where offers are evaluated first based on price and then on technical acceptability. Offerors must provide clear details in their proposals to demonstrate compliance with the solicitation requirements. Each proposal will be rated as either "Acceptable" if it meets minimum criteria or "Unacceptable" if it does not. The government intends to evaluate the lowest priced offer first, proceeding to the next lowest if the initial offer is deemed technically unacceptable. Finally, the document specifies that a written notice of award will create a binding contract, highlighting the government's authority to accept offers during the specified timeframe, regardless of negotiations. This solicitation process reflects standard protocols within federal RFPs aimed at ensuring fiscal responsibility while meeting technical needs.
    This document outlines the incorporation of Federal Acquisition Regulation (FAR) clauses relevant to government solicitations, specifically for commercial products and services. Notable clauses include guidelines about telecommunications equipment, offeror representations, certifications, contract terms, and small business utilization. It also mentions clauses related to the payment structure, formalities regarding representations incorporated by reference, and the necessary compliance for contractors, especially concerning disadvantaged ownership representations. Key clauses such as 52.212-1 and 52.219-8 emphasize instructions for offerors and the importance of supporting small businesses. The document provides specifics on various forms and certifications required from offerors, emphasizing transparency and compliance with federal standards. Additionally, District Federal Acquisition Regulation (DFARS) clauses pertain to representations and certifications, ensuring contractors meet current regulatory expectations. The primary purpose of the document is to guide potential offerors in understanding the contract terms and compliance obligations when responding to government RFPs and grants, fostering a compliant and equitable procurement process. It serves as a reference for ensuring adherence to federal standards while promoting opportunities for small businesses.
    The document outlines a request for quotes (RFQ) from Women-Owned Small Business (WOSB) entities for TNDI 02-25 Interpretation services during a seminar hosted in the D.C. Metropolitan area, scheduled from April 9 to 15, 2025. Specifically, it requires contractors to provide five days of simultaneous interpretation services in English and Arabic, along with necessary equipment and on-site support. It highlights the importance of submitting complete proposals electronically, mentioning requirements for price discounts, tax exemptions, and essential company information like Cage Code and DUNS Number. The contract will be awarded based on the lowest priced, technically acceptable proposal that meets all stated contractual requirements. In addition, various federal acquisition regulations (FAR) and Defense FAR (DFARS) clauses are incorporated by reference, which govern the acquisition process, ensuring compliance with legal and procedural standards. The document emphasizes the necessity for bidders to be registered in the System for Award Management (SAM) to participate in the bidding process. This RFQ represents a significant opportunity to engage government contracts, promoting participation from small and minority-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NESA TNDI 02-25 Lodging Conference Center
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for lodging services to support the Tunisian National Defense Institute (TNDI) Seminar scheduled from April 9 to April 15, 2025, in the Washington, D.C. area. The contractor will be responsible for providing accommodations for approximately 48 participants, including 46 government-funded and 2 self-pay rooms, ensuring proximity to key venues and compliance with specific dietary and cultural requirements. This initiative is crucial for facilitating discussions on regional security and governance, thereby enhancing U.S. diplomatic efforts abroad. Interested vendors must submit their proposals electronically by the specified deadline, adhering to the outlined requirements, with inquiries due by March 18, 2025. For further information, contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.
    NESA LAF Transportation
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for transportation services in support of the Near East South Asia Center's seminar for the Lebanese Armed Forces, scheduled from April 5 to 13, 2025. The contract requires the provision of all necessary transportation services, including experienced drivers and equipment, to facilitate the movement of seminar participants between Dulles International Airport, lodging, and various seminar venues in the Washington, D.C., and Virginia areas. This procurement emphasizes compliance with federal regulations, particularly focusing on small business classifications, and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure cost-effectiveness and technical capability. Interested offerors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil, with an estimated contract value of $19 million.
    NESA TNDI 02-25 Transportation April 2025
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for transportation services to support a professional seminar organized by the Near East South Asia Center (NESA) from April 9 to 16, 2025, in the Washington, D.C. and Virginia areas. Contractors are required to provide charter bus services for up to 55 passengers, experienced drivers familiar with the region, and adherence to a quality control program, with specific transportation needs outlined for various events during the seminar. This contract, classified as firm-fixed price, emphasizes the importance of reliable transportation logistics in support of national security training initiatives. Interested contractors must submit their proposals electronically by the specified deadlines, with questions due by March 18, 2025, and are encouraged to contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil for further information.
    NESA LAF Lodging
    Buyer not available
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting proposals for lodging services to support the Lebanese Armed Forces (LAF) Seminar, scheduled from April 5 to April 12, 2025. The contractor will be responsible for providing accommodations for approximately 36 individuals, including 17 double hotel rooms, 2 single hotel rooms, and 1 self-pay single hotel room, all located within the Washington, D.C. Metropolitan area. This procurement is crucial for facilitating military training and collaboration, ensuring that participants have comfortable and accessible lodging during the seminar. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically by March 17, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.
    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.
    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 establish Blanket Purchase Agreements (BPAs) for On-Call Sign Language Interpreting (SLI) Services to support Equal Employment Opportunity (EEO) initiatives. The selected contractors will provide a range of interpreting services, including in-person, remote, and live-streaming options, to ensure effective communication for Deaf and Hard of Hearing employees within the U.S. Government. This procurement is crucial for promoting accessibility and equitable treatment in government communications, aligning with federal regulations and EEO policies. Interested parties must submit their proposals by March 18, 2025, at 11:00 AM EST, and can direct inquiries to Anielli Hipley or Mallory Harris via their provided email addresses.
    Transcription Service with option years
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking qualified vendors to provide transcription services under a firm fixed-price contract with a one-year base period and two optional years. The procurement emphasizes compliance with federal regulations, including cybersecurity measures, and requires that all vendors be registered in the System for Award Management (SAM) prior to submission. This transcription service is critical for supporting various administrative functions within the Department of the Navy, with delivery expected at the Patuxent River facility in Maryland from March 2025 to November 2028. Interested parties must submit their quotations by March 14, 2025, to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil, ensuring they include all required information and certifications as outlined in the solicitation.
    DLPT5 Full Range Test Item Development
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Eustis, is soliciting proposals for the development of test items for the Defense Language Proficiency Test 5 (DLPT5), focusing on reading and listening comprehension. The contract aims to procure a minimum of 35,000 test items over a five-year period, from April 25, 2025, to April 24, 2030, with a minimum guarantee of $7,500. This initiative is crucial for assessing the language proficiency of military and government personnel, ensuring that evaluations are based on authentic materials and aligned with established proficiency standards. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Edward Wojtan III at edward.w.wojtan2.Civ@army.mil or Jayson Dillard at jayson.l.dillard.civ@army.mil.
    Forecast to Industry 2025
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Forecast to Industry (F2I) event scheduled for November 3, 2025, with an option for November 2, 2026. The procurement aims to secure services related to facilities, audiovisual, and electrical support for this annual event, which serves to provide industry partners with acquisition forecasts and facilitate networking opportunities. Key requirements include venue selection for up to 800 attendees, stage setup, lighting, catering, and ensuring robust safety and security measures. Proposals must be submitted by March 21, 2025, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) process, emphasizing technical compliance and budget adherence. Interested parties can contact Michael Pirone at michael.e.pirone.civ@mail.mil for further information.
    Administrative, Acquisition, Financial Management, Professional, and Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.