The National Institutes of Health (NIH) released RFP No. 75N98025R00007, detailing questions and responses regarding accommodations for Deaf and hard-of-hearing individuals. The RFP, which was canceled and revised, now includes a Statement of Work (SOW) instead of a Performance Work Statement (PWS) and removes the Quality Assurance Surveillance Plan (QASP). Key updates include expanded acceptable certifications for interpreters (including BEI, CSC, and NAD III, IV, and V) and CART/Captioners (RPR, CBC, and NVRA). The NIH confirmed acceptance of virtual interpreters and pre-certified interpreters for an internship program aimed at developing scientific interpreters. Additionally, the NIH clarified its stance on 508 Accessibility Standards, the integration of vendor systems with the Xytech Media Operations Platform via REST API, and security requirements such as FISMA compliance (likely moderate impact), Privacy Threshold Analysis (PTA), and Tier 1 background checks for all personnel. The document also provides details on service fill rates, response times, and the expectation for contractors to manage a 24/7 scheduling system for approximately 85 Deaf and hard-of-hearing NIH employees. The NIH will not remove the requirement for captioning in other spoken languages but clarified that spoken language interpretation is not a contract requirement.
Amendment No. 2 to RFP No. 75N98025R00007, issued on September 21, 2025, by Callie Prassinos from NIH/DHHS, addresses the "American Sign Language Interpreting and CART Accommodation Service with Captioning and Other Accessibility Services" solicitation. This amendment reinstates the RFP, revises the proposal due date to November 1, 2025, at 3:00 PM local time, and provides responses to offeror questions. It also incorporates policy updates, changes the Performance Work Statement (PWS) to a Statement of Work (SOW), and removes the Quality Assurance Surveillance Plan (QASP). Offerors must acknowledge this amendment in their proposals, as failure to do so may result in rejection. All other terms and conditions of the original solicitation remain unchanged.
Amendment No. 1 for Solicitation 75N98025R00007, issued by the National Institutes of Health, extends the deadline for offer submissions to June 18, 2025, at 2:00 p.m. EST. This extension is a direct result of numerous questions received regarding the solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the Standard Form 30, acknowledging it on their offer copies, or submitting a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified deadline may lead to the rejection of the offer. Changes to already submitted offers can be made via telegram or letter, provided they reference the solicitation and amendment and are received before the new opening hour and date.
This document serves as Amendment No. 1 for a solicitation issued by the National Institutes of Health (NIH). Its primary purpose is to formally acknowledge the receipt of this amendment by contractors and to clarify protocols for modifying an existing offer. The amendment establishes that offers must be acknowledged prior to a specified deadline, which has been extended to June 18, 2025, at 2:00 p.m. EST, due to numerous inquiries regarding the solicitation. Contractors may acknowledge the amendment via specific methods including completing designated items on the form or providing a separate letter or telegram. The amendment outlines administrative and contract modification procedures, while ensuring that all previously established terms and conditions remain valid unless altered by this amendment. This document emphasizes the importance of adhering to the outlined process to avoid potential rejection of offers and highlights NIH's ongoing effort to engage with contractors in a transparent and organized manner.
RFP Number 75N98025R00007, issued by the National Institutes of Health, seeks proposals for American Sign Language interpreting and CART accommodation services, including captioning and other accessibility services. This 100% small business set-aside contract, effective from April 1, 2026, to March 31, 2031, has a maximum value of $45,000,000. The contractor will provide professional 501 accommodation and 508 accessibility services for deaf and hard-of-hearing individuals. Proposals are due by November 1, 2025, at 3:00 p.m. Eastern Time. Key requirements include compliance with Section 508 of the Rehabilitation Act, annual and monthly technical progress reports, and strict information security protocols, including HIPAA Rules and FIPS 140-3 encryption for sensitive data. Contractors must register in SAM, provide key personnel details, and adhere to specific invoicing procedures through the Invoice Processing Platform (IPP).
This government Request for Proposal (RFP) outlines requirements for American Sign Language (ASL) interpreting and captioning services for Deaf/Hard of Hearing individuals at the National Institutes of Health (NIH). The contract is an Indefinite Delivery Indefinite Quantity type, with a base period from September 1, 2025, to August 31, 2026, and four one-year option periods. Services include CART, basic and scientific ASL (onsite and virtual), interpreter travel, and various captioning and transcription services, including foreign language options and audio description. The RFP details payment procedures, including quarterly performance incentives, and emphasizes stringent information security, privacy, and personnel suitability requirements. Contractors must comply with federal regulations, mandatory training, incident response protocols, and strict handling of government information, including CUI and PII, throughout the contract lifecycle.
The document is a solicitation for a federal procurement (RFP Number: 75N98025R00007) by the National Institutes of Health (NIH) for American Sign Language interpreting, CART accommodation services, and related accessibility services. The initiative aims to provide Deaf and Hard of Hearing individuals, including employees and visitors, with crucial communication support over a twelve-month base period, with options for extension for up to four additional years. The contract may be valued at approximately $22.5 million.
Key elements include performance evaluation criteria, mandatory training for contractor personnel, and a specific pricing schedule that incorporates fixed rates for various services like CART and captioning. Security and privacy requirements are highlighted, emphasizing compliance with federal regulations, data protection protocols, and incident response responsibilities. The bidding process is structured to ensure transparency and efficacy, with strict guidelines for contractor responsibilities and government oversight. Overall, this solicitation underscores the NIH's commitment to enhancing accessibility through inclusive communication services while ensuring compliance with federal contracting standards.