Interpretation Services for the Bemidji Area Service Units
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 Indian Health Service (IHS), Bemidji Sub-Area, is soliciting proposals for ADA-compliant Interpretation Services for its facilities in White Earth, Cass Lake, and Red Lake, MN. This is a 100% Small Business Set-Aside for a Firm Fixed-Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The total maximum contract value is $100,000 over the base and all option years. Proposals are due April 2, 2026, at 1 PM CT.
Scope of Work
The contractor will provide comprehensive interpretation and communication support for individuals who are deaf, hard of hearing, or deaf-blind. Services include:
- Interpretation Types: American Sign Language (ASL), Certified Deaf Interpreter (CDI), Tactile/Protactile interpretation, Communication Access Realtime Translation (CART), and Video Remote Interpretation (VRI).
- Service Areas: Clinical, behavioral health, pharmacy, dental, telehealth, community health, and administrative encounters.
- Emergency Services: Provision of emergency and after-hours interpretation for urgent inpatient needs and behavioral health crises.
- Compliance: Adherence to ADA, Rehabilitation Act, HIPAA, Section 508 accessibility standards, and IHS-specific requirements.
- Cultural Sensitivity: Interpreters must demonstrate cultural sensitivity to American Indian and Alaska Native communities, with potential for Ojibwe language interpretation.
- In-Person Services: Capabilities for in-person services at listed health centers should be described.
Contract Details
- Contract Type: Firm Fixed-Price, IDIQ (Task Orders will be Firm Fixed Price).
- Period of Performance: Base year plus four (4) one-year options.
- Total Maximum Value: $100,000 (for base and all options).
- Minimum Guarantee: $5,000.
- Set-Aside: Total Small Business (NAICS 541930, $22.5M size standard).
- Place of Performance: Bemidji Area Service Units (White Earth, Cass Lake, Red Lake), Bemidji, MN.
Submission & Evaluation
- Proposal Due Date: April 2, 2026, at 1 PM CT.
- Submission Requirements:
- Standard Form 1449 (Sections 12, 17, & 30).
- Section B.1 (Contract Administration Data) and B.5 (Schedule of Price/Costs, including proposed minimum billing units/cancellation policies for various services).
- Section E (Past Performance: three current references with contract details and POCs).
- Verification of SAM registration.
- Acknowledgement of the Business Associate Agreement (BAA) and Amendment 0001.
- Description of capabilities for Deafblind individuals and approach to background checks for on-demand personnel.
- Evaluation Factors: Past Performance (60%) is considered more important than Price (40%). The Government intends to award without discussions.
- Contacts: Mary Simon (mary.simon2@ihs.gov) and Jennifer Richardson (Jennifer.Richardson@ihs.gov).
Additional Notes
All contractor personnel will require background investigations. Offerors must comply with HHS-Controlled Facilities and Information Systems Security requirements. No incumbent was identified for these services.