Sign Language Interpreter (On Call) Washington, D.C. metropolitan area
ID: N0016725Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, 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 Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide on-call sign language interpreting services primarily in West Bethesda, Maryland. This opportunity is set aside for small businesses and aims to award approximately 7 to 10 BPA holders, ensuring effective communication access for Deaf and Hard of Hearing employees within the Department of Defense. Interested vendors must submit detailed quotations, including technical proposals and past performance information, by April 23, 2025, with evaluations based on a lowest price technically acceptable (LPTA) basis. For inquiries, contact Lametria Smith at lametria.r.smith.civ@us.navy.mil or 757-289-2667.

    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking to establish a Multiple Award Blanket Purchase Agreement (BPA) for sign language interpreting services within a 50-mile radius of Washington, D.C. This project is set aside for small businesses and aims to provide both scheduled and on-demand interpreting services in West Bethesda, Maryland. The evaluation of bids will be based on the lowest price technically acceptable (LPTA) model, emphasizing technical qualifications and past performance of the contractors. Interested vendors must submit proposals by a specified deadline, adhering to outlined submission requirements. Key contractor personnel should possess relevant certifications, including the Registry of Interpreters for the Deaf (RID) certification, along with substantial experience in sign language interpretation. The BPA will remain active for a maximum of five years and can be terminated with a 30-day notice by either party. The solicitation emphasizes utilizing qualified interpreters to ensure effective communication for Deaf/Hard of Hearing employees and includes measures for performance evaluation, management, and compliance with security protocols. Overall, it underscores the commitment of NSWCCD to foster a diverse and accessible workplace environment.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide sign language interpreting services primarily in West Bethesda, MD. This solicitation, which is set aside for small businesses, is structured to award approximately 7 to 10 BPA holders, while maintaining flexibility for a single vendor award. Quotations will be evaluated on a lowest price technically acceptable (LPTA) basis, assessing technical proposals and past performance to determine capability. Respondents must comply with detailed submission requirements, including three interpreter resumes and a proposed technical approach not exceeding six pages. The contractor must possess interpreters with relevant certifications and experience, ensuring effective communication access for Deaf and Hard of Hearing employees. The contract's performance period will not exceed five years, and services must meet specific standards for quality and ethical conduct. Clear guidelines on pricing, delivery, and qualifications are provided, highlighting the process for ensuring compliance with government standards. The solicitation emphasizes the importance of maintaining high service standards while supporting inclusivity within the Department of Defense.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA - Translation and Interpreting Service PSC R608
    Dept Of Defense
    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.
    Sign Language Interpretation for the Field Operations Directorate
    Homeland Security, Department Of
    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 and hard-of-hearing applicants during interviews, naturalization ceremonies, and other interactions, with a focus on both in-person and Video Remote Interpreting (VRI) options. This contract is particularly significant as it ensures accessibility and compliance with federal regulations for individuals requiring these services. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes by December 19, 2025, at 4 PM ET, and can direct inquiries to Contract Specialist Marianne Green at Marianne.Green@uscis.dhs.gov.
    American Sign Language Interpreter Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified firms to provide American Sign Language (ASL) interpreter services for personnel at the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, Indiana. The procurement requires certified ASL interpreters who can deliver services both virtually and in-person, ensuring seamless communication by providing a minimum of two interpreters per session—one for signing and the other for voicing. This initiative is crucial for meeting federal accessibility standards and supporting effective communication within the Air Force, with an estimated requirement of 2,000 annual hours of interpreting services. Interested vendors must submit their capabilities by December 15, 2025, at 4:00 PM CDT, and can contact Melissa Gonzalez at melissa.gonzalez.6@us.af.mil for further information.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Interpreting DFAS-Rome, New York
    Dept Of Defense
    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.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    BPA - Semiconductor & Related Device Manufacturing PSC 3670
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for semiconductor and related device manufacturing services. The procurement aims to engage small businesses that can provide standard commercial supplies and services in the specialized semiconductor manufacturing sector, specifically under NAICS code 334413 and PSC code 3670. These BPAs will facilitate competitive pricing and ensure quality through a rigorous evaluation of past performance, focusing on customer satisfaction, timeliness, technical success, program management, and quality of services. 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 details.