USDA awards $1.02M for ASL interpreter services, highlighting need for specialized communication support
Contract Overview
Contract Amount: $10,160 ($10.2K)
Contractor: Homeland Language Services LLC
Awarding Agency: Department of Agriculture
Start Date: 2026-04-28
End Date: 2026-05-22
Contract Duration: 24 days
Daily Burn Rate: $423/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 12
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO ENTER INTO A FIRM FIXED PRICE TASK ORDER OFF GSA SCHEDULES CONTACT 47QRAA23D001F FOR VIRTUAL AND IN-PERSON AMERICAN SIGN LANGUAGE INTERPRETER SERVICES
Place of Performance
Location: FREDERICK, FREDERICK County, MARYLAND, 21702
State: Maryland Government Spending
Plain-Language Summary
Department of Agriculture obligated $10,160 to HOMELAND LANGUAGE SERVICES LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO ENTER INTO A FIRM FIXED PRICE TASK ORDER OFF GSA SCHEDULES CONTACT 47QRAA23D001F FOR VIRTUAL AND IN-PERSON AMERICAN SIGN LANGUAGE INTERPRETER SERVICES Key points: 1. Task order awarded under GSA Schedules for efficient procurement. 2. Firm-fixed-price contract type provides cost certainty. 3. Short duration suggests specific, project-based need. 4. Limited geographic scope focused on Maryland. 5. Contractor has experience in translation and interpretation services. 6. No small business set-aside indicates focus on broader market competition.
Value Assessment
Rating: good
The award amount of $1.02 million for a 24-day period of performance appears reasonable given the specialized nature of ASL interpretation services. Benchmarking against similar contracts for interpretation services is challenging due to the highly specific skill sets and demand fluctuations. However, the firm-fixed-price structure suggests that the government has a clear understanding of the scope and associated costs, aiming for value through defined deliverables.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, utilizing GSA Schedules, which is a standard and effective method for procuring a wide range of services. This approach allows any qualified vendor to bid, fostering a competitive environment. The presence of 12 bidders indicates a healthy level of interest and competition for these specialized services.
Taxpayer Impact: Full and open competition generally leads to better price discovery and potentially lower costs for taxpayers by ensuring a wide pool of qualified providers can offer their services.
Public Impact
Benefits individuals requiring American Sign Language interpretation for USDA services. Ensures effective communication for deaf and hard-of-hearing individuals interacting with the Animal and Plant Health Inspection Service. Services are geographically focused within Maryland. Supports a specialized workforce of ASL interpreters.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Short performance period could indicate potential for service gaps if not managed efficiently.
- Reliance on a single task order may not reflect long-term, stable demand for these services.
- Geographic concentration in Maryland might limit accessibility for other regions.
Positive Signals
- Awarded via GSA Schedules, indicating efficient procurement processes.
- Firm-fixed-price contract provides budget predictability.
- High number of bidders (12) suggests robust competition and availability of qualified providers.
Sector Analysis
The Translation and Interpretation Services sector (NAICS 541930) is a growing market driven by globalization, increasing diversity, and legal/regulatory requirements for accessibility. Federal spending in this area supports a variety of agencies needing to communicate with non-English speakers or individuals with communication disabilities. This contract fits within the broader category of professional services, with specific demand for ASL interpreters often tied to agency outreach, public meetings, and internal communications.
Small Business Impact
The contract was not set aside for small businesses, and the data indicates no subcontracting plan was required. This suggests that the primary focus was on securing the most qualified provider through open competition, rather than specifically targeting small business participation. While this ensures broad access to the market, it may limit direct opportunities for small businesses in this specific award.
Oversight & Accountability
The contract is managed under GSA Schedules, which have established oversight mechanisms. The firm-fixed-price nature of the award provides a degree of accountability for deliverables. Further oversight would typically involve agency program managers ensuring service quality and adherence to the task order terms. Transparency is facilitated by the public nature of federal contract awards.
Related Government Programs
- GSA Schedules
- Translation and Interpretation Services
- Accessibility Services
- Federal Communication Services
Risk Flags
- Short performance period may require careful planning to ensure continuity of service.
- Geographic concentration could limit accessibility if needs arise outside Maryland.
Tags
translation-and-interpretation-services, american-sign-language, asl-interpreters, firm-fixed-price, gsa-schedules, full-and-open-competition, department-of-agriculture, animal-and-plant-health-inspection-service, maryland, professional-services, task-order, communication-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $10,160 to HOMELAND LANGUAGE SERVICES LLC. THE PURPOSE OF THIS TASK ORDER IS TO ENTER INTO A FIRM FIXED PRICE TASK ORDER OFF GSA SCHEDULES CONTACT 47QRAA23D001F FOR VIRTUAL AND IN-PERSON AMERICAN SIGN LANGUAGE INTERPRETER SERVICES
Who is the contractor on this award?
The obligated recipient is HOMELAND LANGUAGE SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Animal and Plant Health Inspection Service).
What is the total obligated amount?
The obligated amount is $10,160.
What is the period of performance?
Start: 2026-04-28. End: 2026-05-22.
What is the typical hourly or daily rate for ASL interpreters in the Maryland region, and how does this contract's implied rate compare?
Determining the precise per-unit cost from the provided data is difficult without knowing the exact number of hours or days of service required within the 24-day period. However, ASL interpreter rates can vary significantly based on certification level (e.g., NIC, CI/CD), experience, and demand. In the Maryland region, experienced interpreters can command rates ranging from $75 to $150+ per hour, with potential surcharges for evenings, weekends, or specialized settings. The $1.02 million award over a short period suggests a substantial number of service hours are anticipated, potentially indicating a need for multiple interpreters or extended daily coverage. A detailed cost analysis would require breaking down the total award by estimated hours and comparing it to prevailing market rates for similar qualifications and service contexts.
What specific services will Homeland Language Services LLC provide under this task order?
The task order specifies the provision of virtual and in-person American Sign Language (ASL) interpreter services. This implies that Homeland Language Services LLC will supply qualified interpreters to facilitate communication between ASL users and hearing individuals within the Department of Agriculture, specifically for the Animal and Plant Health Inspection Service (APHIS). The services could encompass a range of settings, including meetings, training sessions, public events, and potentially one-on-one consultations, delivered either remotely via video conferencing platforms or in person at designated locations within Maryland.
How does the use of GSA Schedules impact the efficiency and cost-effectiveness of this procurement?
Utilizing GSA Schedules, such as Contract 47QRAA23D001F, significantly streamlines the procurement process for federal agencies. GSA negotiates pre-established prices and contract terms with vendors, reducing the need for individual agencies to conduct extensive market research, solicitations, and negotiations. This 'off-the-shelf' contracting vehicle allows for faster award times and ensures that the selected services meet federal acquisition regulations. For this task order, it means the Department of Agriculture could quickly access qualified ASL interpreters without a lengthy, standalone acquisition process, likely leading to cost savings in administrative overhead and potentially more competitive pricing due to the volume of services procured through GSA.
What are the implications of awarding this contract to Homeland Language Services LLC, given their track record?
The award to Homeland Language Services LLC suggests they possess the necessary qualifications, certifications, and capacity to meet the requirements for ASL interpretation services as outlined by the Department of Agriculture. While specific details of their track record are not provided here, their selection implies a positive assessment by the contracting officers based on factors such as past performance, technical capabilities, and pricing. Agencies typically review a contractor's history of successful contract completion, client satisfaction, and adherence to requirements. For this task order, the implication is that Homeland Language Services LLC is deemed a reliable provider capable of delivering essential communication support services effectively.
Are there any specific risks associated with firm-fixed-price task orders for specialized services like ASL interpretation?
Firm-fixed-price (FFP) contracts, while offering cost certainty, can introduce risks, particularly for specialized services with variable demand or complex requirements. For ASL interpretation, potential risks include underestimation of the total service hours needed, leading to the contractor potentially not having enough capacity or demanding higher rates for additional work outside the original scope. Conversely, if the scope is overestimated, the government might pay for unused service hours. Ensuring the SOW is precise and includes mechanisms for managing scope changes or unforeseen demands is crucial. The short duration of this task order (24 days) somewhat mitigates long-term risk, but careful monitoring of service delivery and resource allocation by the agency is still necessary.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › Translation and Interpretation Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 12639526Q0073
Offers Received: 12
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1000 TOWN CENTER DR STE 300, OXNARD, CA, 93036
Business Categories: Category Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $10,160
Exercised Options: $10,160
Current Obligation: $10,160
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QRAA23D001F
IDV Type: FSS
Timeline
Start Date: 2026-04-28
Current End Date: 2026-05-22
Potential End Date: 2026-05-22 00:00:00
Last Modified: 2026-04-02
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)