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 (U.S. Embassy Lima) is soliciting quotations for local interpretation services within Peru, primarily for in-person meetings. This is a Firm-Fixed-Price contract to provide high-quality simultaneous and consecutive translation between English and Spanish. Quotations are due February 25, 2026.
Scope of Work
- Provide formal simultaneous and consecutive interpretation (English/Spanish) for diplomatic and technical settings.
- Ensure clarity, accuracy, and adherence to diplomatic protocol and security requirements.
- Manage all logistics, including transportation and specialized equipment such as translation booths, portable equipment, and headphones.
- Maintain high performance standards, with quality monitored through customer feedback (maximum one complaint per month).
Contract & Timeline
- Type: Firm-Fixed-Price (FFP).
- Duration: 12-month base period with two (2) one-year options. The government may extend performance by an additional six months under FAR 52.217-8.
- Value: Minimum order of $100 per year; Maximum order of $82,000 per year.
- Set-Aside: None (Open to all responsible sources).
- Response Due: February 25, 2026, at 10:00 a.m. local time.
- Published: February 9, 2026.
Evaluation
Award will be made to the lowest priced, acceptable, responsible offeror. Acceptability is determined by compliance with the RFQ terms and technical information provided in the proposal. Responsibility is assessed per FAR 9.1 requirements.
Additional Notes
Questions must be submitted to Christian Rivas (RivasCR@state.gov) by February 12, 2026. Proposals must be submitted electronically as a single Word or PDF file. Pricing must include all labor, materials, and overhead, with VAT listed as a separate line item.