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