ContractSolicitationWomen-Owned Small Business

Sign Language Services (SLS) Request for Proposal

DEPT OF DEFENSE HM047625R0035
Response Deadline
Dec 1, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Women-Owned Small Business
Notice Type
Solicitation

Contract Opportunity Analysis

The National Geospatial-Intelligence Agency (NGA) is seeking proposals for Sign Language Services (SLS) through a Request for Proposal (RFP) aimed at providing essential interpreting and Communication Access Real-Time Translation (CART) services. The contract requires contractors to deliver services that ensure equal linguistic access for Deaf and Hard of Hearing personnel at various NGA locations, including Washington, St. Louis, and Wright-Patterson, with a focus on maintaining a qualified workforce capable of handling sensitive information. The contract has a base period from April 30, 2026, to April 29, 2027, with four optional years extending through April 29, 2031, and is set aside for Women-Owned Small Businesses (WOSB). Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Haydee L. Soto-Carreras at Haydee.L.SotoCarreras@nga.mil or Pamela C. Black at Pamela.C.Black.ctr@nga.mil.

Classification Codes

NAICS Code
541930
Translation and Interpretation Services
PSC Code
R608
SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING

Solicitation Documents

23 Files
HM047625R0035_0005_11_19_2025.pdf
PDF519 KBNov 20, 2025
AI Summary
Amendment 0005 to Solicitation HM047625R0035 clarifies and revises aspects of a Request for Proposals (RFP) for Sign Language Services, Intermittent Interpreting Labor, CART Services, and Travel/ODCs Support Services for the National Geospatial-Intelligence Agency (NGA). The amendment incorporates Industry Q&A responses, updates the Performance Work Statement (PWS) and other attachments, and modifies sections of the RFP concerning instructions to offerors and evaluation factors. Key changes include revised document formats, key personnel resume requirements, and clarification on FTE and core hours for pricing. The Period of Performance for the base year is from April 30, 2026, to April 29, 2027, with several option years extending to April 29, 2031. The solicitation details various contract types (Firm-fixed-price, Labor-hour, Time-and-materials) and incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to small business programs, safeguarding information, and contractor responsibilities at NGA facilities. The total contract duration, including options, shall not exceed 66 months.
Attach_11_Industry Q__A_Responses_rev1..pdf
PDF295 KBNov 20, 2025
AI Summary
This document addresses industry questions and government responses for the Sign Language Services (SLS) Request for Proposal (RFP) HM047625R0035, focusing on federal government RFPs, federal grants, and state/local RFPs. Key clarifications include the requirement for Top Secret Clearance prior to award, the solicitation being exclusively for Women-Owned Small Businesses (WOSB), and pricing for Firm Fixed Price (FFP) CLINs based on a total value for the entire performance period. The government outlined its process for collecting client feedback on interpreter suitability, examples of service issues, and revised definitions for 'same day notice' for location changes. It also specified that travel time for location changes is accounted for, and CSLIs interpreting mandatory training do not fulfill the training requirement. The document details information on historical data for staffing projections, examples of service issues, and the government's use of email and SharePoint for service requests. It further clarifies TDY notice periods, typical deployment lengths, and who signs meeting minutes. Guidance is provided on Government Furnished Equipment (GFE), handling discrepancy reports, and defining '48 calendar hours' for cancellations. The government confirmed its priority system for same-day requests, that phase-in support is FFP, and how travel time/expenses are handled for multi-location work. Visa processing fees for deployments are covered under ODC CLIN, and contractors can be relieved during deployment for emergencies with the contractor covering expenses. Revisions to acceptable file formats, FTE hour calculations, and confirmation that DOS CSLI are FFP with no benefits are also included. The document specifies invoice submission frequency and methods, access to postal services during OCONUS deployment, and the possibility of assignment to high-threat posts. Lastly, it confirms the use of DoD Joint Travel Regulation (JTR) for per diem rates and clarifies that government templates should be embedded in volume files and that the Technical Factor is more important than the Price Factor.
Attach_10_SLS_Compliance_Checklist_rev1.xlsx
Excel18 KBNov 20, 2025
AI Summary
This government file outlines the proposal submission requirements for an RFP, detailing a three-volume structure: Technical, Security, and Price. Volume I (Technical) covers the technical/management approach, key personnel (with resume and letter of intent requirements), and corporate experience (two similar projects within five years). Volume II (Security) addresses facility and personnel clearances, a security plan, and cybersecurity hygiene, with specific government templates required for clearances. Volume III (Price) includes a price narrative and an Excel price proposal using a government template. The proposal mandates a cover letter with specific information and page limits for various sections, emphasizing no pricing in technical or security volumes and strict adherence to government-provided templates for certain attachments.
Attach_6_SLS_Price_Proposal Workbook_rev1.xlsx
Excel26 KBNov 20, 2025
AI Summary
This document, Attachment 6 to RFP HM0476-25-R-0035, is a pricing workbook for vendors to construct their proposals for interpreting services at NGA Washington and St. Louis. It outlines three Contract Line Items (CLINs): X001 for Firm Fixed Price labor, X002 for Labor Hour intermittent and CART services, and X003 for Time & Material for Other Direct Costs (ODCs) and Travel. The workbook details a base year and four option years, with pre-filled Not-to-Exceed (NTE) amounts of $40,000 per year for ODCs and Travel, totaling $200,000 over five years. Vendors are instructed to complete applicable cells and avoid entering information in orange cells, which appear to be calculated fields or fixed values. The document serves as a structured template for vendors to submit their cost proposals for the specified interpreting services.
Attach_2_SLS_Resume_Format_Key_Personnel_rev1.docx
Word29 KBNov 20, 2025
AI Summary
The document outlines key personnel requirements for RFQ: HM047625R0035, detailing the necessary qualifications for a Contractor Program Manager (CPM), Primary Coordinator(s), and Alternate Coordinator(s). Each role requires specific information regarding citizenship, security clearance, title, current assignment, education (both required and desired), training/certifications, years of experience, and relevant work history. The document emphasizes providing dates for experience and demonstrating how summary qualifications align with the required years. Additionally, it calls for a detailed list of skills and abilities, including technical proficiencies in tools, data formats, operating platforms, and languages, along with years of experience in each area. This structured format is critical for evaluating candidates for these essential positions within the federal government RFP process.
Attach_1_SLS_PWS_rev1_dated_11_12_25.pdf
PDF1249 KBNov 20, 2025
AI Summary
The National Geospatial-Intelligence Agency (NGA) requires Sign Language Services (SLS) and Communication Access Real-Time Translation (CART) to ensure equal linguistic access for all NGA personnel, visitors, and applicants. This Performance Work Statement (PWS) outlines the need for Top Secret, Sensitive Compartmented Information (TS//SCI) cleared contractors providing American Sign Language (ASL)/English interpreting, Contact Sign Language (CSL)/Pidgin Signed English (PSE)/English transliterating, tactile/close vision interpreting, and oral transliterating. Services will be provided at NGA Washington, NGA St. Louis, and NGA Wright-Patterson, with potential for deployment and temporary duty assignments. The contractor must maintain a stable, qualified workforce, adhere to professional conduct, and comply with NGA security and quality control standards. The PWS details staffing requirements, including Contractor Program Managers and CSLI Coordinators, and outlines protocols for remote work, temporary duty, and deployments, ensuring comprehensive support for NGA's Deaf and Hard of Hearing community.
HM047625R0035_0004.pdf
PDF451 KBNov 20, 2025
AI Summary
The National Geospatial-Intelligence Agency (NGA) has issued Amendment 0004 to solicitation HM047625R0035, extending the RFP submission due date to December 1, 2025. This amendment outlines requirements for Sign Language Services, intermittent Interpreting Labor and CART Services, and Travel and Other Direct Costs (ODCs) Support Services, with varying award types including firm-fixed-price, labor-hour, and time-and-materials, and a not-to-exceed amount for ODCs. The contract will include options for extended performance periods through April 2031. The document updates contract clauses, including those related to small business programs, safeguarding covered defense information, and specific NGA regulations concerning contractor identification, facility access, and information protection.
HM047625R0035_0003.pdf
PDF452 KBNov 20, 2025
AI Summary
This document, Amendment 0003 to Solicitation HM047625R0035, issued by the National Geospatial-Intelligence Agency (NGA), primarily modifies the attachment document for Sign Language Services (SLS), Interpreting Labor, CART Services, and Travel/ODCs Support Services. It revises Section 1 (Supplies or Services and Prices) to reflect the correct Attachment 1 (PWS dated 12 September 2025) across multiple contract line items and option periods extending through April 2031. Additionally, Section 2 (Contract Clauses) is updated, incorporating new Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, while removing others. Key incorporated clauses address small business representations, evaluation of options, organizational conflict of interest, protection of information, and contractor responsibilities for facility access, identification, and compliance with NGA and U.S. Government installation regulations, including those related to government shutdowns and holidays.
HM047625R0035_0002.pdf
PDF424 KBNov 20, 2025
AI Summary
Solicitation HM047625R0035-Amendment 0002 extends the proposal due date to November 14, 2025, at 10:00 AM ET. It outlines services including firm-fixed-price sign language, labor-hour intermittent interpreting and CART, and time-and-materials travel and ODCs support, with a Not to Exceed (NTE) amount of $40,000.00. These services span multiple option periods from April 30, 2026, to April 29, 2031, with specific product/service codes (R499) for professional support. The amendment also revises contract clauses, incorporating various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and removing others. Key incorporated clauses address small business representations (including SDVOSB, WOSB, HUBZone), organizational conflict of interest, protection of information, unauthorized use of NGA names, and contractor responsibilities for facility access, data, and compliance with NGA regulations. It also specifies procedures for invoicing and handling government shutdowns or facility closures.
Attach_8_SLS_QASP.pdf
PDF741 KBNov 20, 2025
AI Summary
The National Geospatial-Intelligence Agency (NGA) developed a Quality Assurance Surveillance Plan (QASP) for Sign Language Services, effective September 12, 2025. This QASP outlines the government's approach to monitoring contractor performance against established standards in the Performance Work Statement (PWS). It details systematic methods for performance evaluation, required documentation, and resource allocation. Key aspects include a performance management strategy leveraging the contractor's Quality Control (QC) program, defined roles and responsibilities for personnel like the Program Manager and Contracting Officer, and methods for monitoring performance such as 100% inspection and customer feedback. The QASP emphasizes acceptable quality levels (AQLs) outlined in the Quality Assurance Surveillance Matrix (QASM) and a feedback loop for performance management, ensuring accountability and continuous improvement. Non-compliance results in required corrective action plans from the contractor, with periodic reports and reviews to address performance issues.
Attach_7_SLS_DD254.pdf
PDF213 KBNov 20, 2025
AI Summary
The provided document is a placeholder message indicating that the PDF viewer may not be able to display its contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The document also includes trademark information for Windows, Mac, and Linux. This message suggests that the original government file, which could be an RFP, federal grant, or state/local RFP, failed to load properly.
Attach_4_SLS_FCL_template.docx
Word24 KBNov 20, 2025
AI Summary
This document outlines a Facility Security Clearance (FCL) List template, likely used in federal government RFPs, federal grants, or state/local RFPs. The template is designed to track essential security information for companies, including their name, street address, city, state, CAGE Code, FCL status, and safeguarding level. Classified as "UNCLASSIFIED SOURCE SELECTION INFORMATION – SEE FAR 2.101 & 3.104," the document emphasizes the confidential nature of the data. This template serves as a critical tool for evaluating and managing security clearances of potential contractors or grantees, ensuring compliance with security requirements in government procurement and funding processes.
Attach_3_SLS_SF328-18b.pdf
PDF41 KBNov 20, 2025
AI Summary
The document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not a government file itself but rather a technical support message related to viewing such files, likely encountered when attempting to access an RFP, grant document, or similar government-related PDF.
HM047625R0035.pdf
PDF355 KBOct 2, 2025
AI Summary
This government RFP, solicitation number HM047625R0035, issued by the National Geospatial-Intelligence Agency (NGA), outlines requirements for sign language, intermittent interpreting labor, CART services, and related travel and Other Direct Costs (ODCs) support. The contract includes a base period and four option years, extending service potential until April 29, 2031. The solicitation specifies a NAICS code of 541930 with a small business size standard of $22.5 million and includes various federal and agency-specific clauses, emphasizing contractor compliance with NGA regulations, information protection, and participation in the Dormant Account Review, Quarterly (DAR-Q) process. Evaluation factors prioritize technical and past performance alongside price, and contractors are subject to strict identification, conduct, and data submission requirements, including detailed clauses on organizational conflicts of interest and unauthorized information use.
HM047625R0035_P00001.pdf
PDF483 KBOct 2, 2025
AI Summary
This government solicitation (RFP HM047625R0035) from the National Geospatial-Intelligence Agency (NGA) outlines requirements for sign language, intermittent interpreting, CART services, and related travel and Other Direct Costs (ODCs) support. The contract has a base period from April 30, 2026, to April 29, 2027, with four optional one-year extensions, potentially extending the total contract duration to 66 months. The solicitation specifies a NAICS code of 541930 and a small business size standard of $22.5 million. It includes detailed instructions for offerors, evaluation criteria focusing on technical capability, price, and past performance, and numerous FAR and DFARS clauses governing areas such as small business programs, safeguarding information, and contractor responsibilities. Key clauses address organizational conflicts of interest, protection of information, payment instructions, and compliance with NGA and U.S. Government installation regulations, including participation in the Dormant Account Review, Quarterly (DAR-Q) process.
Attach_10_SLS_Compliance_Checklist.xlsx
Excel16 KBNov 20, 2025
AI Summary
This document outlines the proposal submission requirements for a government Request for Proposal (RFP), detailing the structure and content for three main volumes: Technical, Security, and Price. The Technical Volume requires a cover letter, technical/management approach, key personnel resumes with letters of intent for new hires, and corporate experience demonstrating similar projects. The Security Volume focuses on facility and personnel security clearances, supply chain risk, cybersecurity hygiene, and a security plan. The Price Volume mandates a price narrative and a detailed price proposal workbook using government-provided templates. Each section specifies page limits and required file types, emphasizing the use of government templates and prohibiting pricing information in the technical and security volumes to ensure compliance with RFP section 4.3.
Attach_9_SLS_NDA.docx
Word80 KBNov 20, 2025
AI Summary
This National Geospatial-Intelligence Agency (NGA) Nondisclosure Agreement outlines obligations for contractor employees who access Protected Information and Computer Software during NGA contract work. It defines "Protected Information and Computer Software" to include various sensitive government and technical data, and specifies exceptions. The agreement mandates that such information be used and disclosed solely for contract performance, with no expiration for certain sensitive data like LIMDIS, CUI, or FOUO. Other protected information has expiration dates ranging from those specified in legends to three years from disclosure. Unauthorized use or disclosure must be reported, and all protected materials must be returned or destroyed upon termination of employment or NGA contract work. These obligations survive employment or contract termination and are supplementary to other classified information protections.
HM047625R0035_0001.pdf
PDF316 KBNov 20, 2025
AI Summary
This government solicitation amendment 0001 from the National Geospatial-Intelligence Agency (NGA) changes the competition set-aside for Sign Language Services (SLS) from SBA Certified Women-Owned Small Business (WOSB) Program Sole Source to WOSB Program Set-Aside. The amendment clarifies that the RFP for sign language services is open to all WOSB companies. It also revises Sections 1-4, updating contract clauses and adding new ones related to safeguarding covered defense information, organizational conflicts of interest, and protection of information. The anticipated period of performance is 66 months. Offerors must submit proposals with a technical, security, and price volume, adhering to specified page limitations and including a signed amendment front page as acknowledgment.
Attach_6_SLS_Price_Proposal Workbook.xlsx
Excel27 KBNov 20, 2025
AI Summary
The SLS Request for Proposal HM0476-25-R-0035, Attachment 6, outlines the pricing structure for a government contract involving Firm Fixed Price (FFP), Labor Hour, and Time & Material (T&M) services. The document is a workbook for vendors to construct their pricing, specifically addressing interpreting services at NGA Washington and St. Louis. It details cost categories for a base year and four option years. While FFP for labor and Labor Hour categories show no initial proposed costs, the T&M category for Other Direct Costs (ODCs) and Travel has a fixed amount of $40,000.00 for each year, totaling $200,000.00 over the five-year period. The document also specifies that the Travel and ODC Not-to-Exceed (NTE) amounts will remain $100,000.00 for each period, and vendors are instructed not to enter information in orange cells.
Attach_5_SLS_PCL_template.docx
Word27 KBNov 20, 2025
AI Summary
The provided document is a Personnel Security Clearance (PCL) List template, marked as UNCLASSIFIED and containing Source Selection Information. Its primary purpose is to record and manage personally identifiable information related to individuals' security clearances. The template includes fields for Full Name, Date of Birth (DOB), Place of Birth (POB), Social Security Number (SSN), Clearance Type, SCI Eligibility, Date, and Notes. The document explicitly states that once filled, it contains personally identifiable information for official use only, with unauthorized dissemination or use being a violation of Federal law (P.L 93-579) that can lead to fines or disciplinary actions.
HM047625R0035_09302025.pdf
PDF355 KBNov 20, 2025
AI Summary
This government Request for Proposal (RFP) HM047625R0035, issued by the National Geospatial-Intelligence Agency (NGA), outlines requirements for various professional support services, primarily focusing on sign language and intermittent interpreting/CART services, along with associated travel and other direct costs. The contract includes a base period from April 30, 2026, to April 29, 2027, and four one-year option periods extending through April 29, 2031. Services are categorized under NAICS code 541930 with a small business size standard of $22.5 million. The solicitation details payment procedures, mandatory contractor participation in the Dormant Account Review-Quarterly (DAR-Q) process, and numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key clauses address definitions, gratuities, limitations on payments, System for Award Management (SAM), safeguarding contractor information systems, small business program representations, evaluation factors (technical, price, past performance), and options to extend services and the contract term. Additionally, the RFP includes NGA-specific clauses concerning organizational conflict of interest, protection of information, contractor identification, observance of legal holidays, government shutdowns, and compliance with NGA and U.S. Government installation regulations. The total duration of the contract, including options, shall not exceed 66 months.
Attach_2_SLS_Resume_Format_Key_Personnel.docx
Word29 KBNov 20, 2025
AI Summary
This government file, part of Request for Quotation (RFQ) HM047625R0035, outlines the required format for presenting key personnel information for a federal contract. It details specific categories for a Contractor Program Manager (CPM), Primary Coordinator(s), and Alternate Coordinator(s). For each role, contractors must provide comprehensive details including citizenship, security clearance, title, current assignment, education (required and desired), training/certifications (required and desired), years of experience (with examples of required and desired experience and corresponding dates), relevant work history demonstrating qualifications, and technical skills and abilities (tools, data formats, operating platforms, and languages). The document serves as a template for bidders to present the qualifications of their proposed personnel, emphasizing the need to clearly delineate both required and desired qualifications for each position.
Attach_1_SLS_PWS.pdf
PDF1248 KBNov 20, 2025
AI Summary
The National Geospatial-Intelligence Agency (NGA) requires Top Secret, Sensitive Compartmented Information (TS//SCI) cleared contractors for sign language interpreting and Communication Access Real-Time Translation (CART) services. These services ensure equal linguistic access for Deaf and Hard of Hearing (DHH) NGA employees, visitors, and applicants. The contractor must provide a stable workforce of American Sign Language (ASL)/English interpreters, Contact Sign Language (CSL)/Pidgin Signed English (PSE)/English transliterators, tactile/close vision interpreters, and oral transliterators for daily on-site, intermittent, temporary duty, and deployment assignments at various NGA locations, including Washington, St. Louis, and Wright-Patterson, as well as remote and OCONUS sites. Key personnel include a Program Manager and Coordinators, with specific experience and certifications required. The contract also outlines quality assurance, security, and transition plan requirements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 30, 2025
amendedAmendment #1· Description UpdatedOct 2, 2025
amendedAmendment #2· Description UpdatedOct 6, 2025
amendedAmendment #3· Description UpdatedOct 28, 2025
amendedAmendment #4· Description UpdatedNov 4, 2025
amendedAmendment #5· Description UpdatedNov 13, 2025
amendedLatest Amendment· Description UpdatedNov 19, 2025
deadlineResponse DeadlineDec 1, 2025
expiryArchive DateFeb 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)
Office
ATTN: MS S84 - OCS

Point of Contact

Name
Haydee L. Soto-Carreras

Place of Performance

Springfield, Virginia, UNITED STATES

Official Sources