American Sign Language Interpreting and CART Accommodation Services with Captioning and Other Accessibility Services
ID: 75N98025R00007Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH OLAOBETHESDA, MD, 20892, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from small businesses for American Sign Language Interpreting and CART Accommodation Services, including captioning and other accessibility services. The objective of this procurement is to negotiate and award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide essential services for Deaf and hard-of-hearing individuals, ensuring compliance with Section 508 of the Rehabilitation Act and other accessibility standards. This contract, valued at up to $45 million, will span from April 1, 2026, to March 31, 2031, with proposals due by November 1, 2025, at 3:00 PM Eastern Time. Interested parties can reach out to Callie Prassinos at callie.prassinos@nih.gov or 240-669-5155 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Similar Opportunities
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Inflammatory and Vascular Diseases Scientific Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a contract for Inflammatory and Vascular Diseases Scientific Support to Exonova Biosciences. The procurement aims to secure the services of a highly qualified scientist with extensive expertise in immunology and hereditary autoinflammatory diseases, who will contribute to the NIH's Biomedical and Metabolic Imaging Branch's research initiatives. This contract is crucial for advancing understanding in the fields of inflammation and vascular biology, particularly in relation to metabolic disorders, and is set to commence on January 1, 2026, with a performance period extending through December 31, 2026. Interested parties must respond by December 15, 2025, and can direct inquiries to Kimesha Leake at Kimesha.leake@nih.gov.
    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.
    Support Services for Two National Information Clearinghouses
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking support services for two National Information Clearinghouses. The procurement aims to provide a range of communications services, including public inquiry response, materials development and dissemination, database and website management, meeting support, graphic design, and outreach activities, all in alignment with the mission of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). These services are crucial for effectively managing and disseminating information to the public and stakeholders. Interested parties can contact Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this opportunity.
    GraphPad Prism Subscription Renewal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    A--Study Coordinating Center for Lung Health Cohort
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses to participate in a Sources Sought notice for the establishment of a Study Coordinating Center for the Lung Health Cohort. The objective of this procurement is to identify qualified entities that can provide research and development services in the health sector, particularly focusing on lung health. This initiative is crucial for advancing understanding and treatment of lung-related health issues, which have significant implications for public health. Interested parties can reach out to Lynn M. Furtaw at lynn.furtaw@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    TheraDoc Hospital Epidemiology System subscription/renewal from Premier Healthcare LLC (Notice of Intent to Sole Source)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription and support for the TheraDoc Hospital Epidemiology System from Premier Healthcare LLC. This procurement aims to ensure continued access to the TheraDoc clinical surveillance and infection control decision support system, which is vital for patient safety, infection prevention, and regulatory compliance at the NIH Clinical Center. The system aggregates and analyzes data from various clinical sources, providing real-time alerts and reports essential for daily operations. Interested parties may submit capability statements by December 15, 2025, to Lu Chang at lu-chang.lu@nih.gov, as this is a sole-source requirement with a performance period starting October 1, 2025, through September 30, 2026, with two additional option years.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.