BPA - Translation and Interpreting Service PSC R608

SOL #: N0017424SN0031Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC INDIAN HEAD DIVISION
INDIAN HEAD, MD, 20640-1533, United States

Place of Performance

Indian Head, MD

NAICS

Translation and Interpretation Services (541930)

PSC

Translation And Interpreting Services(including Sign Language) (R608)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 21, 2023
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Nov 11, 2028, 5:01 AM

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 Naval Surface Warfare Center Indian Head Division (NSWC IHD) is establishing Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services (PSC R608, NAICS 541930). This is a Total Small Business Set-Aside. Master BPAs will be awarded on a 6-month rotation through June 2029. Submissions for a June award are due April 30, and for a December award, October 31.

Scope of Work

NSWC IHD seeks standard commercial translation and interpreting services. BPA calls will not exceed the Simplified Acquisition Threshold, and offerors will compete at the call level.

Contract & Timeline

  • Type: Blanket Purchase Agreements (BPAs)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Submission Deadlines:
    • For June awards: April 30 (annually, through June 2029)
    • For December awards: October 31 (annually, through June 2029)
  • Published: January 7, 2026

Submission Requirements

Interested companies must provide:

  • A cover sheet with official company name, CAGE code, and point of contact (name, phone, email).
  • Documentation addressing capabilities and expertise.
  • A complete price list, if applicable.
  • A minimum of three Past Performance References (using the attached questionnaire or similar format), including business/organization name, address, contract/order number, award amount, point of contact, telephone number, and item description.
  • An active account in the Procurement Integrated Enterprise Environment (PIEE) for invoicing.
  • An active account in the System for Award Management (SAM).

Evaluation

BPAs will be awarded based on positive Past Performance. References will be evaluated on Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references from sources like CPARS, PPIRS, and FAPIIS. The attached Past Performance Questionnaire details the criteria evaluators will use, focusing on responsiveness, personnel qualifications, cost estimation, technical understanding, problem resolution, and quality of services.

Additional Notes

  • If possessing a GSA contract, include the GSA contract number in the response.
  • Vendors found to have technical and past performance merit will be issued a Master BPA.
  • Price lists and catalog prices may facilitate direct awards under the $10k threshold.

Points of Contact

People

Points of Contact

Brandi L. SorzanoSECONDARY

Files

Files

Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Sep 30, 2024
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 21, 2023
View