Federal Bid

Last Updated on 27 Feb 2025 at 2 PM
Sources Sought
Wright patterson air force base Ohio

NASIC ASL Interpreter Services

Solicitation ID FA860125Q0049
Posted Date 27 Feb 2025 at 2 PM
Archive Date 19 Mar 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8601 Aflcmc Pzio
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

Notice ID: FA860125Q0049

Department/Ind. Agency

DEPT OF DEFENSE

Sub-tier

DEPT OF THE AIR FORCE

Major Command

AIR FORCE MATERIAL COMMAND

Sub Command

AIR FORCE LIFE CYCLE MANAGEMENT CENTER

Office

FA8601 AFLCMC PZIO

General Information

Contract Opportunity Type: Sources Sought

All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Response Date: Tuesday 04 March, 2025 3:00 pm EST

Inactive Policy: 15 days after response date

Classification

Original Set Aside:

Product Service Code: R608 - support- administrative: translation and interpreting

NAICS Code: 541930 – Translation and Interpretation Services

Place of Performance: NASIC located at Wright-Patterson Air Force Base, OH

Description

Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio:

The AFLCMC Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of delivering a solution that meets the requirement to provide roughly 300 hours annually of qualified ASL interpretation at NASIC or TDY locations for training events, commander calls, meetings, TDYs, etc.... To support an impaired government employee with ASL services. ASL interpreter must have a TS/SCI security clearance.

The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that:

1. Specify that offered service(s) meet the specifications provided below; and

2. Provide detailed information to show clear technical compliance.

THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES.

All interested firms shall submit a response to the Primary Point of Contact, Ms. Jenna Sizemore, demonstrating their capability to provide ASL Services, stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation. The decision to solicit for a contract will be solely within the Government's discretion.

The North American Industry Classification System (NAICS) code assigned to this acquisition is 541930 - Translation and Interpretation Services with a small business size standard of $22.5M. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. A small business set-aside decision has not yet been made.

Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary.

Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any particular small business program.

CAPABILITIES PACKAGE:

All interested firms shall submit a capabilities package for ASL Interpreter Services that explicitly demonstrates their capability to provide the required service. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages submitted in response to this sources sought synopsis must be received at the following e-mail addresses NOT LATER THAN 04 March 2025 AT 3:00 PM EASTERN TIME.

All correspondence sent via email shall contain a subject line that reads: Sources Sought –

ASL Interpreter Services - NASIC. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted.

Responses shall be submitted via email to the following addresses: [email protected][email protected].  

Please direct all questions concerning this acquisition to Jenna Sizemore at [email protected] and include the necessary subject line indicated above.

 Attachments:

  1. Instructions
  2. Performance Work Statement – NASIC – 25 Feb 25
Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 08 Apr 2025 at 5 PM
Wright patterson air force base Ohio 07 Apr 2025 at 6 PM
Wright patterson air force base Ohio 26 Mar 2025 at 3 PM
Wright patterson air force base Ohio 19 Mar 2025 at 7 PM
Wright patterson air force base Ohio 19 Mar 2021 at 7 PM

Similar Opportunities

Lafayette Louisiana 01 Aug 2025 at 8 PM
California 22 Jul 2025 at 11 PM
California 22 Jul 2025 at 11 PM
Franklin New jersey 16 Jul 2025 at 3 PM
Texas 31 Aug 2025 at 4 AM