ADA Compliant Interpretation Services for the BEM AREA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), specifically the Bemidji Sub-Area Office under the Department of Health and Human Services, is conducting a Sources Sought for ADA Compliant Interpretation Services for the Bemidji Area Service Units (Cass Lake, Red Lake, and White Earth, MN). This market research aims to identify qualified Indian Economic Enterprises (IEE) capable of providing comprehensive interpretation services. Responses are due by February 12, 2026, at 2 PM CST.
Purpose & Scope
This Sources Sought notice is for market research to determine the availability of two or more IEEs to provide ADA Compliant Interpretation Services. The services include American Sign Language (ASL), Certified Deaf Interpreter (CDI), Tactile and Protactile interpretation, Communication Access Realtime Translation (CART), Video Remote Interpretation (VRI), and on-site medical interpretation. These services will support patient care and administrative functions across clinical, behavioral health, pharmacy, dental, telehealth, community health, and administrative encounters. Emergency and after-hours services are required, with specific response times. Interpreters must be culturally sensitive to American Indian and Alaska Native communities.
Contract Details & Set-Aside
This is a Sources Sought notice, not a Request for Quote (RFQ). The procurement is intended for Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), utilizing the Buy Indian Act. All acquisitions subject to commercial items (FAR 12.209) or Simplified Acquisition Procedures (SAP) (FAR 13.106) must be set-aside exclusively for ISBEEs. The anticipated contract period is a Base Year with up to four (12-month) Option Years. Services will be performed on-site at IHS facilities, remotely, or via IHS-approved telehealth platforms, including tribal or urban Indian facilities.
Submission Requirements
Interested firms must respond in writing by February 12, 2026, at 2 PM CST. Responses must include:
- Company name
- Point of contact (name, title, telephone number, e-mail address)
- FSS/SEWP Contract number (if applicable)
- DUNS number or SAM Unique Entity Identifier
- Tax ID number
- Indication of business category (IEE or ISBEE)
- A capability statement
- A completed "IHS Indian Economic Enterprise Representation Form" (Attachment 1), self-certifying IEE status and identifying the Federally Recognized Indian Tribe or Alaska Native Corporation. Prospective contractors must be registered in the System for Award Management (SAM).
Key Requirements / Performance Standards
Interpreters must possess relevant certifications (RID, BEI, NIC, NAD, etc.), medical interpretation competency, HIPAA training, and cultural competency training. CART providers must be certified (CRC, RSC, or equivalent). Performance standards include VRI connection within 2 minutes (95% AQL), on-site arrival within contractual window (95% AQL), interpretation accuracy (98% AQL), and 100% AQL for CDI availability and confidentiality/HIPAA compliance. Compliance with ADA, Rehabilitation Act, HIPAA, HHS/IHS directives, Section 508, and WCAG 2.0 Level AA standards is mandatory. Personnel security screenings and annual mandatory security/privacy training are also required.
Contact Information
Primary Contact: Mary Simon (mary.simon2@ihs.gov) Secondary Contact: Jennifer Richardson (Jennifer.Richardson@ihs.gov)