Language Interpretation - English and Central Alaskan Yup’ik
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 Federal Emergency Management Agency (FEMA), under Presidentially Declared Disaster DR-4893-AK (Typhoon Halong), intends to award a purchase order for Language Interpretation Services between English and Central Alaskan Yup'ik. This opportunity is a Disaster Area Set-Aside for businesses located within the federally designated disaster areas of DR-4893-AK, with local preference. Services may be conducted in-person, over the phone, or by electronic communication methods.
Scope of Work
The contractor will provide professional in-person and remote spoken language and sight interpreting services. This includes interpreting for meetings, phone calls, video calls, one-on-one interactions, media events, and sight interpretation of documents. Services are required in Anchorage, Bethel, and other impacted communities or villages within the disaster area. Interpreters must be fluent in Central Alaskan Yup'ik (with preference for those familiar with local dialects) and English, culturally competent, and familiar with FEMA programs and terminology.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) utilizing FAR Subpart 12.6 streamlined procedures. The contract will be a hybrid Firm Fixed Price (FFP) for interpretation hours and Cost Reimbursement for authorized travel per Federal Travel Regulations.
- Period of Performance: A 90-calendar day base period from award, with one 90-day option period for extension. The solicitation specifies April 27, 2026 - July 26, 2026 for the base period.
- Set-Aside: This acquisition is set aside for contractors registered in SAM for "All Awards" with a primary business location in one of the federally designated disaster areas for DR-4893-AK. Designated areas include Bering Strait REAA, Iditarod Area REAA, Kashunamiut REAA, Lower Kuskokwim REAA, Lower Yukon REAA, Northwest Arctic Borough, Pribilof Island REAA, St. Marys City SD, Yukon Koyukuk REAA, and Yupiit REAA. If no local offers are received, all offers will be considered.
- NAICS: 541930 (Communications Services) with a $22.5 million size standard.
Performance Requirements
Interpreters must ensure timely and accurate communication, arrive within specified timeframes, and be prepared for challenging field conditions. Over-the-phone interpreters must answer calls within 4 rings. In-person interpreters require state/tribal photo ID, dependable transportation, and willingness to travel via plane to local villages. Confidentiality of survivor information and FEMA proprietary information is mandatory. The contractor must provide program management, coordination support, and develop a quality control program. A good faith effort to hire interpreters from local villages is required.
Submission & Evaluation
- Evaluation Criteria: Interpreter qualifications and experience, ability to deploy to disaster areas, price (hourly rate and travel costs), past performance, and local area preference.
- Questions Due: April 21, 2026, by 2:00 PM PT.
- Quotations Due: April 23, 2026, by 2:00 PM PT.
- Submission Method: Submit questions and quotations via email to Sandra.Shanks@fema.dhs.gov and FEMA-R10-Contracts@fema.dhs.gov.