Interpreting DFAS-Rome, New York
ID: HQ042326QE012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, 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 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.

    Files
    Title
    Posted
    The Defense Finance and Accounting Service (DFAS) in Rome, NY, has issued a Request for Quotation (RFQ) HQ042326QE012 for interpreting services. This is a total small business set-aside with NAICS 541930 and a $22.5M size standard. The anticipated period of performance includes a one-year base period starting February 1, 2026, and four one-year option periods. Quotes are due by December 18, 2025, at 12:00 PM EST, and questions by December 11, 2025, at 12:00 PM EST. Submissions must include the RFQ number, vendor information, and two attachments: Factor 1 (Past Performance) and Factor 2 (Price). Past performance, which is more important than price, will be evaluated based on recent and relevant contracts (within three years) and Past Performance Questionnaires (PPQs). Price will be a firm fixed-price based on an hourly rate, including all direct and indirect costs. The government reserves the right to make an award based on initial quotations, with the best value to the government being the primary consideration. The Service Contract Act of 1965 applies, with wage determinations available on sam.gov.
    The Defense Finance and Accounting Service (DFAS) in Rome, NY, requires onsite and virtual sign language interpreting services for its deaf and hard-of-hearing employees. This Performance Work Statement (PWS) outlines the need for interpreters fluent in various sign languages (ASL, PSE, CASE, Signed English) and spoken English. The services, estimated at 400 hours annually, are provided on an as-needed basis for meetings, trainings, and other events. Key requirements include interpreter certification from recognized organizations (RID, NAD), familiarity with government operations, and adherence to ethical conduct. The contractor must provide a primary point of contact, adhere to strict scheduling and cancellation policies, and meet Section 508 compliance standards for information and communication technology. Payment is based on actual service time with a two-hour minimum. Security requirements are stringent, demanding favorable background investigations (Tier 3), continuous vetting, and immediate reporting of incidents or foreign travel. The PWS emphasizes quality assurance through a Contractor Quality Control Plan and a Government Quality Assurance Surveillance Plan.
    The Defense Finance and Accounting Service (DFAS) in Rome, NY, has issued a Past Performance Questionnaire (RFQ: HQ042326QE012) for interpreting services. This document is crucial for evaluating past contractor performance, adhering to FAR 2.101 & 3.104 for source selection information. Quoters must complete Section A and forward the questionnaire to a customer Point of Contact (POC) with performance knowledge. Respondents are to complete Sections B and C by 12:00 PM EST on December 18, 2025, and email it to the provided DFAS contacts. The questionnaire includes a rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for evaluating overall technical performance, quality of work, schedule, and cost. It also asks if the contractor proactively identified and mitigated risks, and if the respondent would use the contractor again, requiring narrative explanations for any marginal, unsatisfactory, or 'no' responses.
    This document is a Request for Quote (RFQ) from the Defense Finance and Accounting Service (DFAS) for interpreting services at its Rome, NY location (RFQ: HQ042326QE012). The RFQ outlines the need for onsite and virtual interpreting services on an as-needed basis, specifying a base period and four option periods, each requiring 400 hours of service. Bidders are required to provide a fixed hourly rate that is fully burdened, including all direct and indirect costs. Quotes must remain valid for a minimum of 60 days. The document also includes sections for company information such as name, CAGE, business size, point of contact, email, phone number, and date of submittal.
    This government solicitation, HQ042326QE012, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide onsite and virtual interpreting services to DFAS-Rome, NY. The contract has a base period and four option periods, each for 400 estimated hours per year, with a firm-fixed-price arrangement. The total estimated award amount is USD 22,500,000.00. Key details include delivery and performance at DFAS Field Operations Rome, acceptance criteria outlined in the Performance Work Statement (PWS), and payment instructions via Wide Area WorkFlow (WAWF). The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like contractor responsibilities, payment, and compliance with federal laws and executive orders. It also includes representations and certifications related to telecommunications equipment, inverted domestic corporations, and small business status.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    American Sign Language (ASL) Interpreter Services
    Buyer not available
    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 secure these services for various events primarily at Naval Base San Diego, with a contract structure consisting of a base year and four option years, extending through December 2030. This opportunity is significant for ensuring effective communication within the military community, particularly for events requiring ASL interpretation. 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. For further inquiries, 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
    Buyer not available
    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 or Hard of Hearing applicants during interviews and ceremonies, ensuring effective communication and accessibility. This contract is particularly significant as it facilitates the inclusion of individuals with hearing impairments in critical immigration processes. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes by December 15, 2025, with the contract performance period set from January 15, 2026, to January 14, 2029. For further inquiries, contact Marianne Green at Marianne.Green@uscis.dhs.gov or Eric Bishop at Eric.M.Bishop@uscis.dhs.gov.
    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.
    FY23 Virtualization Hyperconverge Maintenance
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    Comply to Connect (NAC Replacement)
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking proposals for the Comply to Connect (NAC Replacement) project, which involves the procurement of business application software under the PSC code 7A21. This initiative aims to replace the existing NAC system, ensuring compliance and enhancing operational efficiency within the department. The software is critical for managing IT and telecom applications, thereby supporting the overall mission of the DFAS. Interested vendors can reach out to Gerald Whitsett at gerald.l.whitsett.civ@mail.mil or Jennifer A. Stegman at jennifer.a.stegman.civ@mail.mil for further details regarding this opportunity, which is set to take place in Reston, VA.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational support within military operations, highlighting the importance of accurate and timely language services. Interested vendors can reach out to Lauren DeRoche at lauren.r.deroche.civ@army.mil or 571-588-9071, or Charles Scott at charles.b.scott44.civ@army.mil or 586-282-7678 for further details regarding this procurement process.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational efficiency within military operations that require precise language services. Interested vendors can reach out to Brittany Spicer at brittany.m.spicer2.civ@army.mil or by phone at (586) 282-6046, or contact Charles Scott at charles.b.scott44.civ@army.mil or (586) 282-7678 for further details regarding this procurement process.
    F5 BIG IP FY23
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance renewal for F5 BigIP devices utilized within the DFAS Enterprise Local Area Network (ELAN). This procurement aims to ensure the continued functionality of the F5 BIG-IP® Local Traffic Manager, which is critical for local and global load balancing across servers, thereby optimizing data center efficiency and overcoming limitations of individual systems. Interested vendors can reach out to primary contact Zachary Wilson at zachary.t.wilson37.civ@mail.mil or by phone at 614-701-3613, or secondary contact Stephanie Smith at stephanie.n.smith60.civ@mail.mil or 614-701-2787 for further details regarding this opportunity.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to establish an exception to the fair opportunity process for the procurement of administrative support services, including translation and interpreting. This opportunity is categorized under the PSC code R608 and is aimed at fulfilling specific administrative needs that are critical for operational effectiveness. Interested vendors should note that the primary contacts for this opportunity are Stephanie Thom and Roy Chow, who can be reached via email at stephanie.n.thom.civ@army.mil and roy.chow.civ@army.mil, respectively. Further details regarding the justification for this procurement can be found in the associated technical exhibit document.
    OUSD(C) FIAR AND DEFENSE AGENCY AUDIT READINESSAND AUDIT/EXAM REMEDIATION SUPPORT
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking continued audit readiness and examination remediation support services for the Office of the Under Secretary of Defense (Comptroller) (OUSD(C)). The objective of this procurement is to assist OUSD(C) Financial Improvement and Audit Readiness (FIAR) management in evaluating the reliability of financial management systems, the effectiveness of internal controls, and compliance with applicable laws and regulations. These services are critical for ensuring the integrity of financial statement schedules and service provider controls within Defense Agencies and Other Defense Organizations. Interested parties can reach out to Christine Scott at christine.a.scott6.civ@mail.mil or Andrea Hall at andrea.m.hall28.civ@mail.mil for further information regarding this opportunity.