Language & Interpretation Support Services
ID: 70SBUR25R00000006Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CITIZENSHIP AND IMMIGRATION SERVICESUSCIS CONTRACTING OFFICE(ERBUR)Williston, VT, 05495, USA

NAICS

Translation and Interpretation Services (541930)

PSC

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a Request for Proposal (RFP) for small businesses, including women-owned enterprises, to submit bids for commercial items. The context involves contracts issued by the Department of Homeland Security (DHS) and U.S. Citizenship and Immigration Services (USCIS), aimed at supporting government operations through competitively solicited proposals. Key points include the requirement for bidders to provide specific quotes, demonstrate a valid business address, and confirm the delivery of services. Additionally, the document elaborates on evaluation criteria that include compliance with federal acquisition regulations and socio-economic classifications such as small or disadvantaged business status. Importantly, it sets a performance period from August 1, 2025, to July 31, 2030, indicating a focus on long-term partnerships. The aim is to enhance procurement processes, ensuring they align with established goals while encouraging participation from diverse service providers. Through proper administrative checks and balance requirements, the RFP emphasizes transparency and accountability in government contracting.
    The government document outlines a Request for Proposals (RFP) for Over the Phone Interpretation (OPI) services, focusing on asylum-related cases including Credible Fear and Affirmative Asylum, as well as Operations Allies Welcome (OAW). It specifies various language requirements categorized into Table A and Table B, along with conditions for Sign Language Interpretation and translation services for documentation. Detailed instructions for pricing under Contract Line Item Numbers (CLINs), requirements for Offeror entries, and no markup on travel costs associated with in-person interpretations are stipulated. The contract spans five ordering periods from August 1, 2025, to July 31, 2030, indicating a structure for proposed unit prices and possible price escalations between periods. The document emphasizes no additional fees are allowable for certain services, ensuring clarity on financial expectations for potential contractors. Understanding this setup is essential for participants aiming to fulfill these government interpretation and translation needs effectively.
    The document outlines the criteria for evaluating proposals related to interpreter services in a government solicitation. Three key technical subfactors are emphasized: 1) Technical Approach and Required Language Capabilities, 2) Management Approach and Staffing Plan, and 3) Past Performance. Each subfactor includes specific evaluation components where Offerors must demonstrate their qualifications, including their technical proposals addressing the performance work statement (PWS) requirements. Particular attention is given to necessary language capabilities, and the ability to accommodate various communication technologies and sign language requests, indicating the need for broad language proficiency and technology infrastructure. Management capabilities and staffing availability are vital, ensuring that 90% staff retention is maintained for uninterrupted service. The document mandates substantial supporting documentation for past performance evaluations to determine Offerors’ reliability. Evaluators will assess how thoroughly proposals respond to a range of detailed requirements, with a scoring system in place to quantify submissions objectively. This solicitation reflects the government’s commitment to providing effective communication services, ensuring quality control and operational readiness through rigorous proposal assessments.
    Lifecycle
    Title
    Type
    Presolicitation
    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.
    Translation & Interpretation Services
    Buyer not available
    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.
    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.
    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.
    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.
    USCIS FY25 Industry Day Survey
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is organizing an in-person Industry Day on April 10, 2025, at their headquarters in Camp Springs, Maryland. The objective of this event is to engage with industry stakeholders to gather input on the topics and content that would be most beneficial for them, thereby aiding in their decision-making regarding potential contract opportunities with USCIS. This initiative is crucial for fostering collaboration and ensuring that industry partners are well-informed about USCIS's procurement needs. Interested parties are encouraged to complete a survey to provide their feedback, and for further inquiries, they can contact Michael Hamlett at michael.hamlett@uscis.dhs.gov or call 202-431-8174.
    DHS Emergency Fuel and Services for the Department of Homeland Security (DHS), Office of the Chief Readiness Support Officer (OCRSO)
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for Emergency Fuel and Services through a combined synopsis/solicitation aimed at ensuring operational readiness during emergencies. The procurement involves providing fuel logistics, including transportation, dispensing, and temporary storage of various fuel types, to support DHS operations across the continental U.S. (CONUS) and its territories (OCONUS) during natural and man-made disasters. This initiative is critical for maintaining national preparedness and efficient disaster response, with a focus on compliance with federal regulations and safety standards. Interested contractors can contact Ydelisa Cervantes at ydelisa.cervantes@hq.dhs.gov or Daniel Weingarten at Daniel.Weingarten@hq.dhs.gov for further details.
    Transportation Services for the SNA and HLG Field Office, TX
    Buyer not available
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking contractors to provide transportation and guard services for detainees in the San Antonio (SNA) and Harlingen (HLG) Areas of Responsibility in Texas. The contract will operate under an Indefinite Delivery-Indefinite Quantity (IDIQ) structure, requiring 24/7 secure transportation for immigrants undergoing processing, with specific provisions for guard hours and transportation mileage. This procurement is critical for ensuring compliance with immigration laws and maintaining public safety, with a focus on operational efficiency and adherence to federal standards. Interested parties should contact Shereen Demarais at shereen.demarais@ice.dhs.gov or Brittany Tobias at brittany.tobias@ice.dhs.gov for further details, with proposals due by January 28, 2025.
    Small Business Vendor Outreach Session for March 2025
    Buyer not available
    The Department of Homeland Security (DHS) is hosting a Virtual Vendor Outreach Session (VOS) on March 27, 2025, aimed at engaging small businesses in federal contracting opportunities. This session will provide a platform for small businesses to showcase their capabilities, learn about DHS procurement processes, and explore potential subcontracting and partnering opportunities with larger firms, with participation from various DHS agencies including Customs and Border Protection, FEMA, and the Transportation Security Administration. The initiative is part of DHS's commitment to enhance small business involvement in federal contracts and support their growth within DHS missions. Interested participants should contact Audra Dunbar at osdbu.vos@hq.dhs.gov or Candice Brooks at dhsosdbu@hq.dhs.gov for more information.
    SPANISH/ENGLISH LANGUAGE TRAINING SERVICES
    Buyer not available
    The U.S. Embassy in Quito, Ecuador, is seeking qualified contractors to provide Spanish and English language training services for its staff and their families, as outlined in Solicitation Number 19EC7525Q0001. The contract will cover an initial base year with options for four additional years, requiring approximately 1,600 teaching hours annually through both individual and group classes. This initiative aims to enhance the linguistic competencies of embassy personnel, thereby improving communication and operational effectiveness in their diplomatic roles. Interested bidders must submit their quotations electronically by April 2, 2025, and are encouraged to attend a pre-solicitation meeting on February 28, 2025. For further inquiries, contact Deryl van Coblijn at quitoprocurement@state.gov or by phone at 59323985106.