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
    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
    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.
    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.
    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.
    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.
    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
    American Sign Language (ASL) Interpreter Services
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified small businesses to provide in-person American Sign Language (ASL) Interpreter Services under a combined synopsis/solicitation. The procurement aims to establish a Firm-Fixed-Price (FFP) contract for a base year, with four additional option years, to support various events primarily at Naval Base San Diego, requiring a minimum of 10 days' notice for service requests. This contract is crucial for ensuring effective communication and accessibility for deaf and hard-of-hearing personnel within the military context. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; technical questions are due by December 11, 2025. For further inquiries, potential offerors can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627.
    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.
    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.
    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.
    Interpretation services for U.S Embassy Tashkent, Uzbekistan
    State, Department Of
    The U.S. Embassy in Tashkent, Uzbekistan, is seeking proposals for interpretation and translation services, specifically focusing on legal consultation regarding local labor issues. The procurement aims to ensure high professional standards in providing services in English, Russian, and Uzbek, with a requirement for bidders to have a minimum of five years of relevant experience. Interested offerors must register in the System for Award Management (SAM) and submit their proposals via email by January 12, 2026, at 12:00 p.m. Tashkent time, following a pre-proposal conference scheduled for December 18, 2025. For further inquiries, bidders can contact Joseph Anderson at TashkentGSOProcurement@state.gov.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to the fair opportunity process for a contract related to administrative support services, particularly in translation and interpreting. This procurement aims to address specific needs that may not be met through the standard competitive process, emphasizing the importance of timely and accurate communication in military operations. Interested parties can reach out to Roy Chow at roy.chow.civ@army.mil or 571-588-9315, or Caleb Kollins at caleb.m.kollins.civ@army.mil or 571-588-9160 for further details regarding this opportunity.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish an exception to the fair opportunity process for the procurement of administrative support services, including translation and interpreting. This opportunity is categorized under the PSC code R608 and is aimed at fulfilling specific administrative needs that are critical for operational effectiveness. Interested vendors should note that the primary contacts for this opportunity are Stephanie Thom and Roy Chow, who can be reached via email at stephanie.n.thom.civ@army.mil and roy.chow.civ@army.mil, respectively. Further details regarding the justification for this procurement can be found in the associated technical exhibit document.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.