SES 02-25 (CT-02) Interpretation
ID: HQ003425QE023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for simultaneous interpretation services for the Senior Executive Seminar 02-25 (CT-02) scheduled from April 18 to April 25, 2025, in the D.C. Metropolitan area. The contractor will be responsible for providing expert language interpretation, necessary equipment, and on-site support for sessions requiring translation between English and Arabic. This procurement is critical for ensuring effective communication during the seminar, which is hosted by the Near East South Asia Center (NESA) and emphasizes high professional standards in interpretation services. Proposals must be submitted electronically by April 7, 2025, at 2:00 P.M. EST, and interested parties can contact Keven Primrose at whs.ncr.ad.mbx.dsca-group@mail.mil or 571-629-5451 for further details.

Files
Title
Posted
Apr 7, 2025, 10:05 PM UTC
The document outlines a Performance Work Statement (PWS) for a non-personal services contract focused on providing simultaneous interpretation services for the Senior Executive Seminar hosted by the Near East South Asia Center (NESA) from April 18-25, 2025. The contractor must supply all personnel and equipment necessary for interpretation activities, ensuring services meet high professional standards while maintaining NESA's branding integrity. Key responsibilities include providing two Arabic interpreters, an AV technician, and a program manager, alongside essential equipment like interpretation consoles and microphones. The contract emphasizes the importance of quality control and assurance, stipulating that interpreters must demonstrate proficiency through testing before performing. Timely setup, operation, and troubleshooting of interpretation systems are critical components. The contractor will operate under a firm-fixed price contract and must adhere to government security protocols. Additionally, the contract outlines tasks specific to maintaining the interpretation service's quality and introduces requirements for contractor personnel, including the significance of professional conduct. The government's performance evaluation will be based on established thresholds for service delivery and equipment handling, ensuring the contractor meets the seminar's logistical and interpretive needs effectively.
Apr 7, 2025, 10:05 PM UTC
The Washington Headquarters Services (WHS) Acquisition Directorate is soliciting proposals for Interpretation services at the Near East South Asia Center (NESA) under Solicitation HQ003425QE023 SES 02-25 (CT-02). Proposals must be submitted electronically by the deadline, April 7, 2025, at 2:00 P.M. EST. Offerors are required to include a cover sheet in the Administrative Section detailing the point of contact, Tax Identification Number, CAGE Code, DUNS code, and GSA contract number if applicable, limited to one page. The Technical Section should include specifications to meet the salient characteristics as per the RFQ, with a maximum of eight pages allowed. Lastly, the Price Section must identify a firm-fixed price via the Standard Form 1449 while including an individual pricing spreadsheet detailing quantity, unit, unit price, and amount. This RFQ aims to ensure the Government can evaluate capability and pricing for the required services, highlighting the importance of technical specifications and pricing accuracy in government procurement processes.
Apr 7, 2025, 10:05 PM UTC
The document outlines the evaluation criteria for a government contract solicitation, detailing the process for selecting the most advantageous offer based on the Lowest Price Technically Acceptable (LPTA) method. Offerors must provide comprehensive information that demonstrates their capability to meet the requirements specified in the Request for Quotation (RFQ). Proposals are categorized as either "Acceptable," meaning they meet minimum solicitation requirements, or "Unacceptable," if they do not. The government evaluates offers starting with the lowest price, assessing technical acceptability thereafter. If the lowest offer is deemed unacceptable, the process continues with the next lowest bid. A binding contract is formed upon notification of award, without the need for further negotiations, provided no withdrawal notice is received prior to acceptance. This evaluation framework ensures a systematic and fair selection process while prioritizing cost-effectiveness and compliance with requirements.
Apr 7, 2025, 10:05 PM UTC
The document addresses logistical questions related to equipment setup and teardown for an event organized by NESA. Key points indicate that equipment teardown is scheduled for Friday, the 25th, after the last session, traditionally taking about three hours. The setup is planned for Friday, the 18th, from 9 AM to noon, but times are flexible and will be coordinated with the point of contact (POC). Full booths are available, and the vendor is responsible for bringing specified equipment. Interpretation services will be required for all sessions, including any breakout sessions, with the agenda provided in advance. Although the vendor usually requires more time for setup and teardown, they can adjust their schedule in collaboration with the NESA POC, as the space is available all day. This context provides insight into the planning and flexible coordination necessary for successful event execution under federal grant and RFP guidelines.
Apr 7, 2025, 10:05 PM UTC
The document outlines a request for quotation (RFQ) for services related to the SES 02-25 (CT-02) Interpretation, specifically targeted at women-owned small businesses (WOSBs). It details the acquisition process, which is scheduled from April 18 to April 26, 2025. The solicitation emphasizes obtaining competitive quotes while adhering to federal regulations, including clauses from the Federal Acquisition Regulation (FAR). Interested parties must submit their proposals electronically, outlining their business details, pricing, and any applicable government discounts. The award will be granted to the lowest priced, technically acceptable proposal that meets all requirements. Compliance with registration mandates in the System for Award Management (SAM) is essential. The RFQ includes distinct guidelines for contractors, focusing on the quality and promptness of service delivery, and establishes the need for adherence to various federal clauses, such as those related to equal opportunity and subcontracting limitations. This elegantly illustrates the government's commitment to enhancing procurement processes while supporting small and specialized business sectors.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Language Translation and Interpretation Services in Support of Weed Army Community Hospital, Fort Irwin, CA
Buyer not available
The Department of Defense is soliciting proposals for Language Translation and Interpretation Services to support the Weed Army Community Hospital located in Fort Irwin, CA. The procurement aims to provide comprehensive language interpretation services, including over-the-phone and video interpretation, as well as written translation in multiple languages, ensuring 24/7 availability to facilitate effective medical communication between healthcare providers and patients. This initiative underscores the importance of professional language services in enhancing patient care within the military healthcare system, with a focus on confidentiality, compliance with HIPAA regulations, and timely reporting of service usage. Interested businesses should contact Kacie Burris at kacie.r.burris.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil for further details regarding the solicitation, which is set aside for small businesses and has a solicitation number of W81K00-25-Q-A050.
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.
Foreign Document Evaluations/Translation services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Foreign Document Evaluations and Translation services. The primary objective is to deliver Document-by-Document Education Credential Evaluations and translations of foreign language documents, including essential certificates for enlistment, with processing times ranging from same day to one week. This service is crucial for ensuring that foreign documents meet U.S. enlistment requirements and are accurately translated, with each translation accompanied by a Certificate of Translation Accuracy. Interested parties must be members of the National Association for Credential Evaluation Service (NACES) or the Association of International Credential Evaluators (AICE) and are required to submit a capability statement along with a rough order of magnitude (ROM) pricing breakdown by document type and language complexity. For further inquiries, contact Christina Henry at christina.l.henry2.civ@army.mil or Steven Mann at steven.j.mann.civ@army.mil.
DLI-W Test Scheduling and Administrative Services FY26-FY31
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Test Scheduling and Administrative Services for the Defense Language Institute Foreign Language Center (DLIFLC) from fiscal years 2026 to 2031. The primary objective of this procurement is to support the administration of testing programs for students and Department of Defense linguists, emphasizing that the contractor will operate as a non-personal service provider without government supervision. This initiative is crucial for enhancing language capabilities within the military through structured testing programs, ensuring accountability and adherence to quality control measures. Interested parties must submit a capabilities statement by May 9, 2025, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil or Reginald Wynn at reginald.j.wynn.civ@army.mil.
Transcription Services
Buyer not available
The Defense Logistics Agency (DLA) is soliciting quotes for transcription services on behalf of the Defense Contract Audit Agency (DCAA) through Request for Quotations (RFQ) SP4704-25-Q-0021. The procurement aims to secure administrative transcription support for the DCAA Office of Inspector General, requiring contractors to provide accurate and timely transcription services while adhering to specific formatting and confidentiality standards. This initiative is crucial for ensuring effective oversight and accountability in defense contract audits, with the contract encompassing one base year and four option years. Interested small businesses must submit their technical and price quotes by May 15, 2025, with a projected award date in June 2025; for further inquiries, contact Wesley A. Jenkins at wesley.jenkins@dla.mil.
2025 JBA Air Show Narrator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to serve as the narrator for the 2025 Joint Base Andrews (JBA) Open House, scheduled for September 12-14, 2025. The contractor will be responsible for providing crowd announcements, safety information, and coordinating with the Air Boss and performers to ensure effective communication during the event, requiring at least five years of air show narration experience and familiarity with military airfields. This procurement is crucial for the successful execution of the air show, which will feature significant military aircraft and demonstrations, and is being considered under a Total Small Business Set-Aside program with a size standard of $9 million. Interested parties must submit their responses by 4:30 PM EST on May 2, 2025, to the designated contacts, Abigail Melvin and TSgt Andrea Begens, via email.
RFP- Technical Sensory Training (Amend 5)
Buyer not available
The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command – Soldier Center (DEVCOM SC), is seeking proposals for a Firm-Fixed-Price contract to provide technical sensory training for integrating ten new panel members into its sensory evaluation team and recalibrating existing panelists. The objective is to ensure consistent assessments of military rations through structured training sessions that cover sensory science fundamentals and specific sensory attributes. This training is crucial for maintaining the quality of military food supplies and will be conducted over approximately 15 months at the DEVCOM SC facility in Natick, Massachusetts. Proposals are due by April 28, 2025, at 0800 hours ET, and interested parties should contact Edmund Bousaleh or Lyndon Jagroop via email for further information.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
W912P625QA003 FY25 LDPII Communication Skills Workshop
Buyer not available
The Department of Defense, through the United States Army Corps of Engineers (USACE) Chicago District, is seeking proposals for the W912P625QA003 FY25 LDPII Communication Skills Workshop, aimed at enhancing leadership development through a three-day training program. The contractor will be responsible for developing and facilitating interactive communication skills workshops for approximately 15 participants, requiring at least two experienced facilitators with a minimum of five years in corporate-style leadership training. This initiative is crucial for strengthening leadership capabilities within the Great Lakes Leadership Development Program - Tier II, ensuring compliance with federal regulations and wage determinations. Proposals must be submitted by April 29, 2025, at 2 PM CT, and interested contractors should contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further details.
Continuous Process Improvement Support Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified contractors to provide Continuous Process Improvement Support Services. The objective of this procurement is to assist the Facilities Services Directorate's Space Portfolio Division in enhancing operational efficiencies through Integrated Continuous Process Improvement, Business Process Reengineering, and related support services. This contract is crucial for the Department of Defense as it aims to optimize the management of space and real property assets, ensuring alignment with mission objectives. Interested vendors should note that this is a presolicitation notice, with a firm-fixed-price contract anticipated to be awarded by July 25, 2025, and a performance start date of August 1, 2025. For further inquiries, vendors can contact the WHS/AD FOMB Team at whs.pentagon.ad.mbx.fomb@mail.mil.