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. Embassy in Lima, Peru requires a local contractor to provide interpretation services within Peru. This is a Combined Synopsis/Solicitation (RFQ) for commercial services. The U.S. Government intends to award a firm-fixed-price contract to the responsible company submitting an acceptable quotation at the lowest price. Quotations are due by February 5, 2026, at 10:00 a.m. (local time).
Scope of Work
The contractor will provide comprehensive interpretation services in accordance with the attached Statement of Work. Key requirements include:
- Interpreting from and into English and Spanish, utilizing both consecutive and simultaneous techniques.
- Services required in various settings, including official meetings, conferences, and events.
- Fluency in spoken and written English and Spanish, with knowledge of government, history, and culture.
- Ability to handle technical subjects and bridge terminology gaps effectively.
- Logistical support, including transportation and provision of necessary interpretation equipment.
- Adherence to quality assurance standards, with a performance target 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 Government may also extend for up to three (3) additional 12-month periods, plus an additional six months under FAR 52.217-8.
- Minimum Order: $100 per year.
- Maximum Order: $82,000 per year.
- Pricing: Rates are required for in-person and virtual hourly/daily services, portable translation equipment, translation booths, and additional headphones. Rates must include all direct and indirect costs, insurance, overhead, and profit. Value Added Tax (VAT) is not included in CLIN rates and will be priced separately.
- Set-Aside: This acquisition is not set-aside for small business concerns.
Submission & Evaluation
- Submission Method: Proposals must be submitted as a single Word or PDF file via email to RivasCR@state.gov.
- Questions Due: All questions must be submitted to RivasCR@state.gov by COB January 26, 2026. Responses will be publicized by January 28, 2026.
- Quotations Due: No later than February 5, 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 RFQ terms, including technical information required by Section 3. Responsibility will be determined by analyzing compliance with FAR 9.1 requirements.
Additional Notes
Offerors must complete SF-1449 (blocks 12, 17, 19-24, 30), Section 1 (Pricing), Section 3 (Solicitation Provisions), and Section 5 (Representations and Certifications). Numerous FAR and DOSAR clauses are incorporated by reference and in full text.