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 soliciting quotations for Interpretation Services in Peru under Request for Quotation (RFQ) 19PE5026Q0005. This is a firm-fixed-price IDIQ contract for local interpretation services, primarily for in-person meetings. Proposals are due February 25, 2026.
Scope of Work
The contractor will provide comprehensive interpretation services within Peru, including multiple sites, for English and Spanish. Services require fluent spoken and written language skills, knowledge of government, history, and culture, and the ability to handle technical subjects while adhering to diplomatic protocol and security requirements. Interpreters are expected to provide oral interpretation only, without offering personal opinions or taking notes. The contractor is responsible for logistics, including transportation and equipment. 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 Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: 12-month base period, with two (2) one-year options to renew, plus 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. 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 based on the company's tax regime in Peru. Costs for audio/sound technicians must be included in translation booth rental. No special rates for urgent or after-hours services.
Eligibility & Submission
- Eligibility: All responsible sources may submit an offer. U.S.-based contractors are eligible if they address plans for local licenses and permits in Peru. Offerors must have an established office in Lima, Peru, at the time of award. Vendors using subcontractors must list their experience and proof of legal status in Peru.
- Proposal Submission: Proposals must be submitted as a single Word or PDF file to RivasCR@state.gov.
- Required Documents: 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, COB, to RivasCR@state.gov. Responses will be publicized by February 17, 2026.
- Proposal Due: 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 RFQ terms, including technical information in Section 3. Responsibility will be analyzed based on FAR 9.1 requirements.