Language Service IDIQ
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 Bureau of Investigation (FBI) is conducting market research through a Request for Information (RFI) to identify capable sources for a potential Multiple-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for comprehensive, scalable, and fully accommodational language services. This is not a solicitation, and no contract will be awarded from this RFI. Capability statements are due by March 27, 2026, 4:00 PM CT.
Purpose & Scope
The FBI's Criminal Justice Information Services (CJIS) Division requires a full spectrum of language solutions to bridge communication gaps across languages, cultures, and mediums. The anticipated IDIQ will cover a wide array of services, including:
- Interpretation Services: In-person, remote, simultaneous, consecutive, sight, relay, whisper, conference/event support, and specialized interpretation for legal, medical, technical, scientific, diplomatic, community, and operational environments.
- Translation Services: Written document translation, technical/specialized subject matter, certified/notarized translations, localization/transcreation, website/multimedia translation, and desktop publishing.
- Language Access & Accommodation Services: Support for Limited English Proficiency (LEP) individuals, multilingual communication strategies, cultural/regional advisory, and language access program development.
- Technology-Enabled Language Services: Machine translation integration, AI-assisted workflows, translation memory systems, terminology management, and secure cloud-based delivery platforms.
- Specialized and Mission-Specific Services: Rare/indigenous/emerging language support, dialect-specific services, linguistic analysis, field-deployable linguists, and surge/contingency operations.
- Additional Services: Sign language interpretation, fluency testing, material development, subtitling, dubbing, voice-over, investigation/mission support, transcription, and cultural consulting.
Contract Details
- Opportunity Type: Request for Information (RFI) for a potential Multiple-Award IDIQ.
- Anticipated Structure: A 12-month base period with a 4(12) month option period. Task Orders will be issued pursuant to FAR 16.505, with flexible contract types (e.g., FFP, T&M, Labor-Hour, Hybrid) at the task order level.
- Anticipated NAICS: 541930 - Translation and Interpretation Services.
- Set-Aside: None specified (market research stage).
- Place of Performance: Domestic and international, to be determined at the task order level.
Submission Requirements
Interested vendors must submit capability statements, consisting of a cover letter (1-5 pages) and a technical approach (25 pages). Key elements include:
- Cover Letter: Company information (name, address, contact, business size, socioeconomic status, UEID, NAICS codes), SAM active status, FSS/GSA schedule (if applicable), facility clearance, subcontracting plans, recommended CLIN structure, and intellectual property/data rights statement.
- Technical Approach: Recommended ordering procedures, contract types by service category, suggested key personnel/labor categories, identified concerns/risks, suggested emerging technologies, and best practices for accessibility and language accommodation.
- Vendors must identify languages offered within each service category using Attachment A (List of Recognized Languages) and Attachment B (template).
Deadlines & Contacts
- Capability Statements Due: March 27, 2026, 4:00 PM CT.
- Primary Contact: Sarah Atchley (sadams5@fbi.gov)
- Secondary Contact: Renae Yuille (Nryuille@fbi.gov)
Important Notes
This RFI is for market research only and does not constitute a solicitation or commitment by the Government. Respondents will not be reimbursed for any costs incurred.