Translation & Interpretation Services
ID: PANHCA-25-0000-006969Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking sources for Translation and Interpretation Services to be performed at Fort Irwin, California. This procurement aims to fulfill the need for professional language services that support various military operations and communications. The services are critical for ensuring effective communication in diverse linguistic contexts, thereby enhancing operational efficiency and mission success. Interested vendors should reach out to Kimberly Macias at kimberly.r.macias.civ@health.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Language & Interpretation Support Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for Language & Interpretation Support Services, focusing on Over the Phone Interpretation (OPI) for asylum-related cases and other critical operations. The procurement aims to provide essential translation and interpretation services, including sign language interpretation, to facilitate effective communication in various government operations from August 1, 2025, to July 31, 2030. This opportunity underscores the importance of broad language capabilities and robust management approaches to ensure uninterrupted service delivery. Interested contractors should contact Kenneth J. Acquaviva at kenneth.j.acquaviva@uscis.dhs.gov for further details and to participate in the bidding process.
    NASIC ASL Interpreter Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified vendors to provide American Sign Language (ASL) Interpreter Services for the National Air and Space Intelligence Center (NASIC) at Wright Patterson AFB, Ohio. The contractor will be responsible for delivering certified ASL interpreters with Top Secret/Sensitive Compartmented Information (TS/SCI) clearance, ensuring 300 hours of interpretation annually, and responding rapidly to interpreting requests, all while adhering to the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990. This procurement underscores the government's commitment to inclusivity and effective communication for employees with disabilities, while maintaining national security protocols. Interested vendors are encouraged to contact Jenna L. Sizemore at jenna.sizemore.1@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil for further details and to submit their qualifications in response to the Sources Sought Notice by the specified deadlines.
    Excavating Equip - NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide leasing services for two dump trucks and two backhoes, along with associated trailers, for use at Fort Irwin, California. The procurement is structured as a firm-fixed-price contract, with a performance period from March 12 to May 2, 2025, emphasizing the need for equipment that meets safety and regulatory compliance standards. This opportunity is crucial for enhancing operational efficiency at the military installation, and interested contractors must submit their quotations by February 28, 2025. For further inquiries, potential bidders can contact SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil.
    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.
    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 provide Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services. The objective is to establish Blanket Purchase Agreements (BPAs) with three contractors capable of delivering various SLI services, including in-person and remote interpreting, over a five-year period with five 12-month ordering periods. This initiative is crucial for ensuring accessibility and compliance with EEO policies for Deaf and Hard of Hearing employees within the U.S. Government. Interested parties should direct inquiries to Anielli Hipley at anielle.e.hipley.civ@army.mil or Mallory Harris at mallory.j.harris.civ@army.mil, and must adhere to the submission guidelines outlined in the Request for Proposal (RFP) documents.
    3-1 CAV NTC 25-06 Diesel Fuel Trucks
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the procurement of two 1,000 Gallon Diesel Fuel Trucks at Fort Irwin, California. This opportunity is a Firm-Fixed-Price Contract, set aside exclusively for small businesses, and includes specific requirements for compliance with environmental regulations, operational functionality, and safety features such as emergency shut-off valves and spill kits. The trucks are essential for operations at the National Training Center, ensuring they are suitable for the challenging terrain and capable of using Ultra Low Sulfur Diesel. Interested parties must submit their quotes by March 4, 2025, with the contract period running from March 11, 2025, to April 30, 2025. For further inquiries, potential bidders can contact SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil.
    3-1 CAV NTC 25-06 Reefer Trucks
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting quotes for ten (10) 20ft reefer trucks as part of a firm-fixed-price contract to support military operations at Fort Irwin, California. The procurement, identified under solicitation W91151-25-Q-A012, requires the trucks to be fully operational and compliant with safety and environmental regulations, emphasizing the importance of quality assurance and contractor responsibilities. This opportunity is a 100% small business set-aside under NAICS code 532490, reflecting the government's commitment to supporting small business participation in military logistics. Quotations are due by 11:00 AM Central Time on March 4, 2025, with the contract performance period scheduled from March 12, 2025, to April 25, 2025. Interested parties may contact SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further information.
    IT Support Services Fort Novosel
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for IT Support Services at Fort Novosel, aimed at enhancing the operational capabilities of the United States Army Aviation Center of Excellence (ACOE). The procurement involves a Performance Work Statement (PWS) that outlines the need for non-personal IT services, including customer support, system administration, cybersecurity, and logistics, with a phased contract period beginning in late 2025. This initiative is crucial for maintaining effective IT functionality and compliance with Department of Defense standards, ensuring that the contractor can manage a range of tasks while upholding security protocols and performance expectations. Interested parties can contact Faith A. Chaney at faith.a.chaney.civ@army.mil or Candi Caquelin at candi.l.caquelin.civ@army.mil for further details.
    Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) Services for the IRS nationwide
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide Sign Language Interpreting (SLI) and Communication Access Realtime Translation (CART) services nationwide. The procurement aims to enhance communication access for individuals who are deaf or hard of hearing, ensuring compliance with accessibility standards. These services are crucial for facilitating effective communication during IRS events and interactions, thereby promoting inclusivity. Interested small businesses are encouraged to reach out to primary contact James Eckhardt at james.e.eckhardt@irs.gov or secondary contact Kimberlee R. Brown at kimberlee.r.brown@irs.gov, with the opportunity set aside for total small business participation under NAICS code 541930.