American Sign Language Interpreter Services
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.
The 338th Enterprise Sourcing Squadron (ESS), at JBSA-Randolph, Texas (TX), is seeking information concerning the availability of technically capable firms to provide certified and qualified ASL interpreting services to support communication needs for personnel at Air Force Personnel Center (AFPC) Operating Location (AFPC/DPPP) in Indianapolis, IN. This requirement involves providing interpreting services virtually and in person as required by the Government. The Contractor will be required to provide a minimum of two interpreters to ensure seamless communication and maintain the flow of conversation- one dedicated to signing and the other to voicing on the Governments behalf. The Contractor shall be expected to meet all requirements and responsibilities listed in the attached draft Performance Work Statement (PWS) dated 4 Dec 25 (see Attachment 1). All interested firms, regardless of their socio-economic program status or size, are invited to respond to this RFI/SS.The 338th Enterprise Sourcing Squadron (ESS), at JBSA-Randolph, Texas (TX), is seeking information concerning the availability of technically capable firms to provide certified and qualified ASL interpreting services to support communication needs for personnel at Air Force Personnel Center (AFPC) Operating Location (AFPC/DPPP) in Indianapolis, IN. This requirement involves providing interpreting services virtually and in person as required by the Government. The Contractor will be required to provide a minimum of two interpreters to ensure seamless communication and maintain the flow of conversation- one dedicated to signing and the other to voicing on the Governments behalf. The Contractor shall be expected to meet all requirements and responsibilities listed in the attached draft Performance Work Statement (PWS) dated 4 Dec 25 (see Attachment 1). All interested firms, regardless of their socio-economic program status or size, are invited to respond to this RFI/SS. See Attachments 1 and 2 for more information.