Lima - Interpretation 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.
Quick Summary
The U.S. Department of State, USEMBASSY LIMA, is seeking proposals for Interpretation Services in Peru under RFQ 19PE5026Q0005. This opportunity is for a firm-fixed-price contract to provide local interpretation services, primarily for presential meetings. Proposals are due February 25, 2026, at 10:00 a.m. (local time).
Scope of Work
The contractor will provide interpretation services from and into English and Spanish, utilizing both consecutive and simultaneous techniques. Services are required at multiple sites within Peru, not limited to the U.S. Embassy in Lima. Key requirements include:
- Fluent spoken and written English and Spanish.
- Knowledge of government, history, and culture.
- Ability to handle technical subjects and bridge terminology gaps.
- Responsibility for logistics, including transportation and equipment provision.
- Adherence to diplomatic protocol and security requirements.
- Quality assurance will be monitored, with a performance standard of no more than one customer complaint per month.
Contract Details
- Contract Type: Firm-fixed-price.
- Period of Performance: A 12-month base period with two (2) one-year options to renew. The total duration, including options, shall not exceed 3 years. An additional six months may be exercised under FAR 52.217-8.
- Minimum Order: $100 per year.
- Maximum Order: $82,000 per year.
- Set-Aside: This acquisition is not set-aside for small business concerns.
- Pricing: Rates are required for in-person and virtual hourly/daily services, portable translation equipment, translation booths, and additional headphones. All direct and indirect costs, insurance, overhead, and profit must be included. Value Added Tax (VAT) is not included in CLIN rates and will be priced separately. Costs for audio/sound technicians must be included in the translation booth rental.
Eligibility & Submission
- Eligibility: Offerors must have an established office in Lima, Peru, at the time of award. U.S.-based contractors are eligible if they address plans to obtain local licenses and permits in Peru. Vendors using subcontractors must list their experience and proof of legal status in Peru.
- Submission: Proposals must be submitted as a single Word or PDF file to RivasCR@state.gov. Offerors must complete SF-1449 (blocks 12, 17, 19-24, 30), Section 1 (Pricing), Section 3 (Solicitation Provisions), and Section 5 (Representations and Certifications).
- Questions Due: February 12, 2026, by COB. Responses will be publicized by February 17, 2026.
- Proposal Due Date: February 25, 2026, at 10:00 a.m. (local date and time).
Evaluation
Award will be made to the lowest priced, acceptable, responsible offeror. Acceptability will be determined by assessing compliance with the terms of the RFQ, including technical information required by Section 3. Responsibility will be determined by analyzing compliance with FAR 9.1 requirements.
Amendments
- Amendment 1 replaced Section 2 (Contract Clauses) and Section 3 (Solicitation Provisions).
- Amendment 2 (Final) incorporated FAR clause 52.217-9, "Option to Extend the Term of the Contract," into Section 2, clarifying the total contract duration not to exceed 3 years.