American Sign Language (ASL) Interpreter
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 Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO) is conducting market research via a Request for Information (RFI) to identify small business vendors capable of providing American Sign Language (ASL) Interpreter support services for the Marine Corps Operational Test & Evaluation Activity (MCOTEA). This is a Total Small Business Set-Aside. Responses are due by March 31, 2026, at 12:00 PM EST.
Purpose & Scope
This RFI aims to gather industry feedback on anticipated technical specifications, potential cost and performance risks, and other considerations for ASL interpreter services. The draft Performance Work Statement (PWS) outlines the need for on-site ASL interpretation primarily in Quantico, VA, with potential for work in northern Virginia, Twenty-nine Palms, CA, Camp Pendleton, CA, and Yuma, AZ. Services include interpreting spoken language into ASL and vice-versa, for both unclassified and classified settings, and video remote interpreting.
Key Requirements (from Draft PWS)
- Certifications: Interpreters must hold current certifications from RID (NIC), NAD (Level IV/V), and/or BEI.
- Performance: 100% compliance with certifications, 99% accuracy in interpretation.
- Security: A SECRET Facility Security Clearance (FCL) is required at award. Personnel performing classified tasks need a Tier 3 (T3) / SECRET Level clearance.
- Compliance: Adherence to DoD security regulations, MCOTEA security procedures, and the RID Interpreter Code of Professional Conduct. Non-Disclosure Agreements (NDAs) are mandatory.
Industry Feedback Requested
Vendors are asked to provide input on:
- Capability to deliver all PWS products/services.
- Potential barriers to competition.
- Likelihood of submitting a proposal.
- Commercial availability of the product/service.
- Feasibility of a Firm Fixed Price contract.
- Factors affecting open and fair competition.
- Recommended NAICS codes (541930 is suggested).
Submission Details
- Reference: RFI No. “M00264-26-RFI-0018 American Sign Language (ASL) Interpreter” in the subject line.
- Deadline: March 31, 2026, 12:00 PM EST.
- Email: Jamie.dufrene@usmc.mil (Contracting Officer) and iishsha.g.rucker.civ@usmc.mil (Contract Specialist).
- Format: No more than 10 pages (excluding cover page).
- Required Information: Responses to industry feedback questions, business name/address, company representative details, business type, CAGE Code/UEI, and available contract vehicles.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 31, 2026, 12:00 PM EST
- Published: March 25, 2026
Additional Notes
This RFI is for informational and market research purposes only and does not constitute a solicitation or commitment to award a contract. Proprietary information must be clearly marked.