Language Services Unit (LSU) Modernization
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 Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), has issued a Sources Sought (Request for Information - RFI) for the Language Services Unit (LSU) Modernization project. This RFI seeks to identify interested, capable, and qualified organizations to modernize LSU's interpreter request, assignment, and billing processes. The goal is to streamline operations, lower interpretation costs, improve services, and simplify manual processes. Responses are due January 26, 2026, at 12:00 p.m. EDT.
Scope of Work
This modernization effort will replace the existing Electronic Contract Interpreter Ordering System (ECIOS), which consists of a Cold Fusion web application and an MS Access database. The new capability should achieve the following:
- Improve efficiency and accuracy of interpreter services ordering and scheduling.
- Maximize staff interpreter scheduling and optimize contract interpreter usage and costs.
- Allow court users to identify and correct scheduling and utilization issues.
- Automate interpreter check-in/out processes and remove inefficient manual procedures.
- Ensure accurate invoice charges for auditing.
The Functional Requirements Document details specific needs for scheduling, interpreter management, vendor/invoice processing, operational requirements (security, audit trails, availability, performance), and Section 508 compliance.
Key Requirements & Considerations
Potential bidders must be prepared to comply with stringent DOJ requirements:
- Security (DOJ-05): Adherence to federal laws, regulations, and standards including FISMA, NIST SP 800-37/53/60, FIPS, FedRAMP, and DOJ IT Security Standards. This covers access control, continuous monitoring, incident handling, cloud computing, and Supply Chain Risk Management (SCRM).
- Privacy (DOJ-02): Strict protocols for handling Privacy Act and Personally Identifiable Information (PII), including training, safeguarding, non-disclosure, data breach reporting, and government records management.
Contract & Timeline
- Type: Sources Sought (Request for Information)
- Set-Aside: None specified
- Product Service Code: DA10 (Support Services, Delivered As A Service Contract (SaaS Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software.)
- Response Due: January 26, 2026, 12:00 p.m. EDT
- Published: January 12, 2026
Additional Notes
This RFI is for market research purposes only to determine industry capabilities. Organizations are invited to provide a capability statement and answers to the list of questions attached to the RFI. Responses will be kept confidential and will inform future procurement decisions. This notice does not guarantee a solicitation.