NASIC ASL Interpreter Services
ID: FA860125Type: Combined Synopsis/Solicitation
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)

Set Aside

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

    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for American Sign Language (ASL) interpreter services to support the National Air and Space Intelligence Center (NASIC) at Wright-Patterson Air Force Base in Ohio. The contract aims to provide on-site ASL interpretation for scheduled meetings, training, and conferences, ensuring compliance with federal accessibility laws for Deaf and Hard of Hearing personnel. The anticipated period of performance is from May 1, 2025, to April 30, 2026, with the possibility of four additional one-year options, and interested vendors must submit their quotes by April 11, 2025, at 10:00 AM EST. For further inquiries, potential offerors can contact Jenna Sizemore at jenna.sizemore.1@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is seeking information through RFQ FA860125Q0049 for ASL Interpreter Services. Managed by the Air Force Life Cycle Management Center, the contract aims to provide services with potential requests occurring on short notice, typically within 24 hours. Currently, there is one Deaf/Hard of Hearing individual utilizing these services, and no incumbent contract exists. The agreement will span from May 1, 2025, to April 30, 2026, with the possibility of four additional one-year options. All interpreting assignments will require on-site presence, as remote services are not permitted. The document seeks to clarify service timeframes, indicating that assignments may vary within a general window of 8 AM to 5 PM and will typically last around 1.5 hours. Additionally, the agency will provide estimates for required hours during scheduling. This Request for Information supports the Air Force's commitment to accessibility for Deaf and Hard of Hearing personnel while establishing a structured contract framework for service provision.
    The Department of the Air Force's Air Force Life Cycle Management Center has issued a Request for Information (RFI) regarding ASL Interpreter Services, designated RFQ FA860125Q0049. This request is managed by the Operational Contracting Branch and outlines critical details about the anticipated services. Key aspects include the likelihood of assignments requiring urgent notices within 24 hours, with currently one individual utilizing these services. The contract does not have an incumbent provider as no existing contract is active. The proposed contract will have a base period from May 1, 2025, to April 30, 2026, with four optional twelve-month extensions. Remote interpreting services are not permitted; all assignments must be performed on-site. Additionally, emergency requests will generally require a 24-hour notice. This document signifies the Air Force's commitment to accessibility for Deaf and Hard of Hearing individuals while outlining the parameters for potential contractors in the service provision context within federal contracting.
    The Performance Work Statement (PWS) outlines the requirements for American Sign Language (ASL) interpreter services for the National Air and Space Intelligence Center (NASIC), emphasizing support for staff with disabilities in compliance with federal laws, including the Rehabilitation Act and the Americans with Disabilities Act. Services are primarily for scheduled meetings, training, and conferences, requiring interpreters with a Top Secret/Sensitive Compartmented Information clearance and certification from recognized boards. The contractor must provide all necessary resources for ASL interpretation and coordinate service requests within 24 hours. Key requirements include maintaining credentials, ensuring compliance with information protection protocols, and reporting any security incidents. The contract anticipates around 300 hours of support, with potential for additional interpreters during intensive events or travel. Monthly reports detailing services rendered and remaining hours are mandatory. Overall, the document establishes a framework aimed at ensuring effective communication for individuals with disabilities, adhering to stringent operational security and information handling standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    American Sign Language (ASL) Interpreter Services
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified small businesses to provide in-person American Sign Language (ASL) Interpreter Services under a combined synopsis/solicitation. The procurement aims to establish a Firm-Fixed-Price (FFP) contract for a base year, with four additional option years, to support various events primarily at Naval Base San Diego, requiring a minimum of 10 days' notice for service requests. This contract is crucial for ensuring effective communication and accessibility for deaf and hard-of-hearing personnel within the military context. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; technical questions are due by December 11, 2025. For further inquiries, potential offerors can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627.
    Sign Language Interpretation for the Field Operations Directorate
    Homeland Security, Department Of
    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.
    Interpreting DFAS-Rome, New York
    Dept Of Defense
    The Defense Finance and Accounting Service (DFAS) is seeking qualified vendors to provide interpreting services at its facility in Rome, New York, through a Request for Quotation (RFQ) identified as HQ042326QE012. The procurement involves both onsite and virtual interpreting services for deaf and hard-of-hearing employees, requiring interpreters fluent in various sign languages and spoken English, with an estimated need of 400 hours annually over a one-year base period and four one-year option periods. This contract, valued at approximately $22.5 million, emphasizes the importance of past performance in the evaluation process, with quotes due by December 18, 2025, and questions accepted until December 11, 2025. Interested vendors can contact Veronica C. Hay at 667-894-7327 or via email at Veronica.C.Hay.civ@mail.mil for further details.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    BPA - Translation and Interpreting Service PSC R608
    Dept Of Defense
    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.
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.