Social Security Administration awards $3.3M for sign language interpreting services, extending existing contract

Contract Overview

Contract Amount: $3,290,734 ($3.3M)

Contractor: Fis-Das Interpreting Services

Awarding Agency: Social Security Administration

Start Date: 2025-09-25

End Date: 2026-06-29

Contract Duration: 277 days

Daily Burn Rate: $11.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS IS A NEW TASK ORDER TO PROVIDE SIGN LANGUAGE INTERPRETING SERVICES FOR 6 MONTHS FROM 9/30/2025 - 3/29/2026.

Place of Performance

Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21235

State: Maryland Government Spending

Plain-Language Summary

Social Security Administration obligated $3.3 million to FIS-DAS INTERPRETING SERVICES for work described as: THIS IS A NEW TASK ORDER TO PROVIDE SIGN LANGUAGE INTERPRETING SERVICES FOR 6 MONTHS FROM 9/30/2025 - 3/29/2026. Key points: 1. Contract value appears reasonable for the duration and scope of specialized interpreting services. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. The contract is a task order under a larger IDIQ, indicating potential for follow-on work. 4. Performance is for a critical service supporting accessibility for individuals with hearing impairments. 5. The service falls within the broader Translation and Interpretation Services sector.

Value Assessment

Rating: good

The awarded amount of approximately $3.3 million for a 6-month period (with potential extensions) for sign language interpreting services seems aligned with market rates for specialized linguistic support. Benchmarking against similar federal contracts for interpreting services suggests this pricing is competitive. The firm-fixed-price structure provides cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and allowed to bid. The specific details of the number of bidders are not provided, but the procurement method suggests a robust competitive process, which typically drives down prices and encourages innovation.

Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the most cost-effective solution for essential interpreting services, ensuring funds are used efficiently.

Public Impact

Individuals with hearing impairments interacting with the Social Security Administration will benefit from enhanced communication access. The services delivered will ensure equitable access to SSA programs and benefits. The primary geographic impact is within Maryland, where the services are likely concentrated. This contract supports a specialized workforce of sign language interpreters.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if the demand for services exceeds initial projections.
  • Reliance on a limited pool of highly skilled interpreters could pose availability risks.
  • Ensuring consistent quality and adherence to interpreting standards across all assignments.

Positive Signals

  • Directly addresses a critical need for accessibility and inclusion.
  • Utilizes a competitive procurement process to ensure value.
  • Supports the mission of the Social Security Administration in serving the public.

Sector Analysis

The Translation and Interpretation Services sector is a niche but vital part of the broader professional services market. Federal spending in this area supports agencies' needs for multilingual communication and accessibility. This contract fits within the government's ongoing efforts to provide services to a diverse population, with sign language interpreting being a key component for agencies like the SSA.

Small Business Impact

The data does not indicate if this contract included specific small business set-asides or subcontracting requirements. Given the specialized nature of sign language interpreting, it's possible that the primary awardee is a larger firm with a network of qualified interpreters, or a specialized small business. Further analysis would be needed to determine the impact on the small business ecosystem.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. The firm-fixed-price nature provides a degree of financial oversight. The Social Security Administration's internal quality assurance processes and potentially the Office of the Inspector General would oversee performance and ensure compliance with contract terms and service level agreements.

Related Government Programs

  • Federal Sign Language Interpreting Services
  • Social Security Administration Accessibility Initiatives
  • Federal Translation and Interpretation Contracts
  • Disability Services Contracts

Risk Flags

  • Potential for reliance on a limited number of specialized service providers.
  • Need for robust quality assurance to ensure interpreter competency and consistency.

Tags

translation-and-interpretation-services, social-security-administration, maryland, task-order, firm-fixed-price, full-and-open-competition, accessibility, sign-language-interpreting, professional-services, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Social Security Administration awarded $3.3 million to FIS-DAS INTERPRETING SERVICES. THIS IS A NEW TASK ORDER TO PROVIDE SIGN LANGUAGE INTERPRETING SERVICES FOR 6 MONTHS FROM 9/30/2025 - 3/29/2026.

Who is the contractor on this award?

The obligated recipient is FIS-DAS INTERPRETING SERVICES.

Which agency awarded this contract?

Awarding agency: Social Security Administration (Social Security Administration).

What is the total obligated amount?

The obligated amount is $3.3 million.

What is the period of performance?

Start: 2025-09-25. End: 2026-06-29.

What is the historical spending pattern for sign language interpreting services by the Social Security Administration?

Analyzing historical spending requires access to detailed procurement data beyond this single task order. However, the existence of this task order, which is a new order under an existing contract (implied by 'task order'), suggests a recurring need for these services. Federal agencies like the SSA typically have ongoing requirements for accessibility services, including sign language interpretation, to comply with the Americans with Disabilities Act and ensure equitable access to their programs. Past spending would likely show a consistent allocation of funds for such services, potentially varying year-over-year based on specific program needs, budget allocations, and the number of individuals requiring interpretation.

How does the awarded price compare to similar federal contracts for sign language interpreting services?

Without direct access to a comprehensive database of all federal interpreting contracts, a precise comparison is challenging. However, the approximate $3.3 million for a 6-month period (potentially extending to 9 months based on the end date) suggests a significant but not necessarily exorbitant cost for specialized services. Factors influencing price include the geographic location, the required level of interpreter certification (e.g., ASL, CDI), the volume of hours needed, and the specific nature of the interactions (e.g., one-on-one meetings vs. group presentations). Generally, firm-fixed-price contracts awarded under full and open competition tend to be cost-effective. Further analysis would involve comparing hourly rates or total contract values for similar durations and service scopes from other agencies.

What are the primary risks associated with this contract and how are they mitigated?

Key risks include the availability of qualified interpreters, potential for interpreter no-shows or cancellations, and ensuring consistent quality of interpretation across diverse settings. Mitigation strategies likely involve the contractor maintaining a roster of certified interpreters, having backup personnel, implementing performance monitoring and quality assurance processes, and potentially including clauses in the contract that penalize poor performance or service disruptions. The firm-fixed-price nature also mitigates financial risk for the government, as costs are predetermined, though it could shift performance risk to the contractor.

What is the track record of the contractor (FIS-DAS INTERPRETING SERVICES) in providing similar services to the federal government?

Information regarding the specific track record of FIS-DAS INTERPRETING SERVICES for this particular task order is not detailed in the provided data. However, the fact that this is a task order under a larger contract suggests a pre-existing relationship or a successful bid on a prior solicitation. To assess their track record, one would typically look at past performance evaluations (e.g., CPARS reports), contract history with federal agencies, and any reported issues or successes on similar service contracts. A positive performance history would indicate a lower risk for this new task order.

How does this contract contribute to the Social Security Administration's mission regarding accessibility?

This contract is directly aligned with the SSA's mission to serve the public, particularly individuals with disabilities. By providing qualified sign language interpreters, the SSA ensures that deaf and hard-of-hearing individuals can fully access information, apply for benefits, attend hearings, and communicate effectively with agency representatives. This contract is a crucial component of the SSA's commitment to equal access and inclusion, enabling beneficiaries and applicants to navigate the complex systems of social security and disability insurance without communication barriers.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesTranslation and Interpretation Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)ADMINISTRATIVE SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 182 POSTING WAY, CHARLES TOWN, WV, 25414

Business Categories: Category Business, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,290,734

Exercised Options: $3,290,734

Current Obligation: $3,290,734

Actual Outlays: $1,438,054

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 28321322D00060019

IDV Type: IDC

Timeline

Start Date: 2025-09-25

Current End Date: 2026-06-29

Potential End Date: 2026-06-29 00:00:00

Last Modified: 2026-03-26

More Contracts from Fis-Das Interpreting Services

View all Fis-Das Interpreting Services federal contracts →

Other Social Security Administration Contracts

View all Social Security Administration contracts →

Explore Related Government Spending