Search Contract Opportunities

Sign Language Interpretation for the Field Operations Directorate   3

ID: 70SBUR26Q00000015 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 11, 2025, 4:18 p.m. EST

Amendment 0002 - Addresses Vendor questions. Please refer to Attachment Vendor Q and A.

Amendment 0001- Offer due date on SAM.gov posting changed from 12/15/2026 to 12/15/2025

This is a combined synopsis/solicitation for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) Services in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.

This solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2025-06, effective 08/27/2025 and the Homeland Security Acquisition Regulation (HSAR), current as of 12/26/2024.

SCHEDULE OF SERVICES:

Price quotes shall be submitted using the attached Excel Spreadsheet (Attachment F).

Base Period:

CLIN 0001: American Sign Language (ASL) Services to support the Field Offices.

Note: Work shall be done in accordance with the Statement of Work.

Base Period: 01/15/2026 01/14/2027 LH

CLIN 0002: Certified Deaf Interpreting (CDI) Services to support the Field Offices.

Note: Work shall be done in accordance with the Statement of Work.

Base Period: 01/15/2026 01/14/2027 LH

CLIN 0003: Travel

Travel and Parking Expenses.

Base Period: 01/15/2026 01/14/2027 ODC

CLIN 0004: Optional

Additional ASL Services in accordance with the Statement of Work.

Base Period of Performance

CLIN 0005: Optional

Additional Certified Deaf Interpretation Services in accordance with the Statement of Work.

Base Period of Performance

1) Action Code N/A

2) Date - The period of performance will be 1/15/2026 1/14/2029

3) Year This is a requirement for FY26

4) Contracting Office Zip Code 05495

5) Product Service Code R608 Translation/Interpreting

6) Contracting Office Address 124 Leroy Road, Williston, VT 05495

7) Subject American Sign Language and Certified Deaf Interpretation Services for the Field Operations Directorate (FOD).

8) Proposed Solicitation Number 70SBUR26Q00000015

9) Closing Response Date- Solicitation will close on December 15, 2025 at 1 PM ET.

10) Contact Point or Contracting Officer See (xvi) below

11) Contract Award and Solicitation Number Award Number: N/A;

Solicitation Number: 70SBUR26Q00000015

12) Contract Award Dollar Amount N/A

13) Line Item Number See (v) below

14) Contract Award Date N/A

15) Contractor N/A

16) Description Per FAR 12.603(2)(i)-(xvi)

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii) Solicitation number 70SBUR26Q00000015 is being issued as a request for quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.

(iv) This requirement is set aside for Women Owned Small Businesses (WOSB). The associated NAICS code is 541930 Translation and Interpretation Services.

(v) This requirement is for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) Services on behalf of USCIS Field Operations Directorate in accordance with the criteria outlined in Statement of Work.

(vi) Period of performance for the base period is 1/15/2026 1/14/2027 with two (2) 12-month option periods for a maximum period of performance of 36 months. Services shall be provided in accordance with the Statement of Work.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition as does the addendum (Page 40 of RFQ 70SBUR26Q00000015).

(ix) The provision at 52.212-2, Instructions to Offerors-Commercial, applies to this acquisition. The specific evaluation criteria outlined in paragraph (a) of 52.212-2 are: Technical Approach and Price.

(x) A complete copy of the provision 52.212-3, Offeror Reps and Certifications-Commercial Items shall be included with the quote.

(xi) The clause 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition as does the addendum regarding Invoicing Instructions (Page 27 of RFQ 70SBUR26Q00000015).

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as well as the additional FAR clauses cited in FAR 52.212-5: (See Pages 2-10 of RFQ 70SBUR26Q00000015).

(xiii) RFQ 70SBUR26Q00000015 is being issued with the intent to make one (1) award. Award will be based on Best Value, when considering the Technical and Price factors. Submission of a complete quote constitutes affirmation of your ability to provide American Sign Language and Certified Deaf Interpretation Services as outlined in the attached solicitation documents. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. The Government is requesting maximum additional discounts beyond standard commercial pricing for this the requirement. The quote shall display any discount provided by the contractor and should represent the best possible price that the contractor can provide.

In accordance with FAR 22.1009-4(a): (1) The place of performance is Field Offices in the continental US.

Questions will be submitted to the Contract Specialist at: Marianne.Green@uscis.dhs.gov no later than

1 PM ET, Friday, December 5, 2025, to be considered. No telephonic questions will be answered.

(xiv) No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract.

(xv) To be considered for award, please submit a complete quote pm Attachment F Pricing Spreadsheet provided as part of your submission by email to Marianne Green, Marianne.Green@uscis.dhs.gov, no later than 1 PM ET, Monday, December 15, 2025 with a copy to the Contracting Officer, Ken Brumfiel at: Kenneth.C.Brumfiel@uscis.dhs.gov. Quotes received after 1 PM ET on December 15, 2025 may or may not be considered at the discretion of the Contracting Officer. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email.

(xvi) For information regarding the solicitation, the Contract Specialist Marianne Green can be reached Marianne.Green@uscis.dhs.gov and the Contracting Officer Ken Brumfiel can be reached at Kenneth.C.Brumfiel@uscis.dhs.gov. Please refer to section xiii for information regarding questions.

17) The place of performance is USCIS Field Offices in the continental US.

ATTACHMENTS:

RFQ 70SBUR26Q00000015

Attachment A Terms and Conditions, 43 pages

Attachment B Statement of Work, 10 pages

Attachment C Sensitive but Unclassified, 13 pages

Attachment D Statement of Work, 10 pages,

Attachment E Wage Determination, 11 pages

Attachment F Pricing Spreadsheet, 1 page

Posted: Dec. 4, 2025, 8:40 a.m. EST
Posted: Dec. 3, 2025, 1:58 p.m. EST
Posted: Dec. 2, 2025, 12:18 p.m. EST
Background
The U.S. Citizenship and Immigration Services (USCIS) is issuing this solicitation for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) Services to support the Field Operations Directorate (FOD). USCIS provides immigration benefits through various offices, including Field Offices that require ad hoc ASL interpretation services for deaf applicants during interviews, naturalization ceremonies, and other appointments. The goal of this contract is to ensure effective communication access for deaf or hard of hearing individuals interacting with USCIS staff.

Work Details
The contractor will provide in-person and Video Remote Interpreting (VRI) services on an as-needed basis. Specific tasks include:

1) Providing ad-hoc in-person and VRI sign language interpreter services during scheduled appointments, meetings, and events;
2) Utilizing a team of two interpreters when necessary;
3) Maintaining a detailed call log for each service event including date, time, duration, location, charges, event description, and any issues encountered;
4) Notifying the government when 85% of each CLIN has been expended;
5) Ensuring that no contract employee performs work without a government employee present;
6) Developing a contingency plan for no-shows;
7) Reporting any loss or compromise of Sensitive PII promptly;
8) Managing an interpreter roster that includes contact details for all interpreters available under the contract.

Period of Performance
Base period from January 15, 2026 to January 14, 2027 with two optional years extending to January 14, 2029.

Place of Performance
USCIS Field Offices located throughout the continental United States.

Overview

Response Deadline
Dec. 19, 2025, 4:00 p.m. EST (original: Dec. 15, 2020, 1:00 p.m. EST) Past Due
Posted
Dec. 2, 2025, 12:18 p.m. EST (updated: Dec. 11, 2025, 4:18 p.m. EST)
Set Aside
Women-Owned Small Business (WOSB)
Place of Performance
Camp Springs, MD 20588 United States
Source

Current SBA Size Standard
$22.5 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
81% of obligations for similar contracts within the Citizen and Immigration Services were awarded full & open.
On 12/2/25 Citizen and Immigration Services issued Synopsis Solicitation 70SBUR26Q00000015 for Sign Language Interpretation for the Field Operations Directorate due 12/19/25. The opportunity was issued with a Women-Owned Small Business (WOSB) set aside with NAICS 541930 (SBA Size Standard $22.5 Million) and PSC R608.
Primary Contact
Name
Marianne Green, Contract Specialist   Profile
Phone
None

Secondary Contact

Name
Eric Bishop   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Ken Brumfiel Profile kenneth.c.brumfiel@uscis.dhs.gov None

Documents

Posted documents for Synopsis Solicitation 70SBUR26Q00000015

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70SBUR26Q00000015

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70SBUR26Q00000015

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70SBUR26Q00000015

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70SBUR26Q00000015

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70SBUR26Q00000015

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70SBUR26Q00000015

Experts for Sign Language Interpretation for the Field Operations Directorate

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US CITIZENSHIP AND IMMIGRATION SERVICES > USCIS CONTRACTING OFFICE(ERBUR)
FPDS Organization Code
7003-USCIS
Source Organization Code
100164031
Last Updated
Jan. 3, 2026
Last Updated By
kenneth.c.brumfiel@uscis.dhs.gov
Archive Date
Jan. 3, 2026