NASA awards $34,536 for sign language interpreters to Translation Excellence Inc. under a broader BPA
Contract Overview
Contract Amount: $34,536 ($34.5K)
Contractor: Translation Excellence Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-04-18
End Date: 2027-04-13
Contract Duration: 725 days
Daily Burn Rate: $48/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CALL ORDER 7 ON BPA 80NSSC22AA012 FOR SIGN LANGUAGE INTERPRETERS.
Place of Performance
Location: AURORA, ARAPAHOE County, COLORADO, 80014
State: Colorado Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $34,536 to TRANSLATION EXCELLENCE INC. for work described as: CALL ORDER 7 ON BPA 80NSSC22AA012 FOR SIGN LANGUAGE INTERPRETERS. Key points: 1. Contract value represents a small portion of overall BPA spending, suggesting potential for scalability. 2. Awarded to a single vendor, highlighting the importance of the BPA's competitive structure. 3. Fixed-price contract type mitigates cost overrun risks for this specific call order. 4. Performance period extends over two years, allowing for consistent service delivery. 5. Service category aligns with specialized translation needs within federal agencies.
Value Assessment
Rating: good
The contract value of $34,536 for sign language interpreters is modest. Benchmarking against similar specialized interpretation services is difficult without more granular data on interpreter hours and rates. However, the fixed-price nature suggests a pre-negotiated rate, which can offer predictability. The award under a broader BPA implies that pricing was likely competitive during the initial BPA solicitation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This call order was competed under a NASA BPA (Blanket Purchase Agreement), which typically involves a full and open competition at the BPA level. While the specific competition for this call order isn't detailed, the BPA structure suggests multiple vendors were vetted. The award to Translation Excellence Inc. implies they were among the most competitive or best-suited vendors for this particular requirement within the BPA.
Taxpayer Impact: The competitive nature of the BPA ensures that taxpayers benefit from potentially lower prices and better service quality through vendor selection.
Public Impact
Federal employees and visitors requiring sign language interpretation services will benefit. Ensures accessibility and compliance with disability regulations for NASA. Services will be delivered primarily at NASA facilities, likely in Colorado based on the vendor's location. Supports a specialized workforce of sign language interpreters.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased demand on interpreters if other agencies leverage the same BPA.
- Reliance on a single vendor for this specific call order could pose a risk if performance issues arise.
Positive Signals
- Awarded under a BPA, indicating a pre-vetted vendor pool.
- Fixed-price contract provides cost certainty for this task order.
- Longer performance period allows for stable service provision.
Sector Analysis
The Translation and Interpretation Services sector (NAICS 541930) is a growing market driven by globalization and increasing diversity in the workforce. Federal agencies, like NASA, rely on these services for communication, compliance, and accessibility. Spending in this sector can range from document translation to live interpretation for meetings and events. This contract fits within the broader category of professional services supporting agency operations.
Small Business Impact
This contract was not specifically set aside for small businesses, and the awardee, Translation Excellence Inc., is not explicitly identified as a small business in the provided data. Subcontracting opportunities for small businesses are not detailed for this specific call order, but the overall BPA structure might include provisions for small business participation.
Oversight & Accountability
Oversight for this contract would fall under NASA's contracting and program management offices. As a call order under a BPA, the initial BPA solicitation likely established performance standards and reporting requirements. Transparency is facilitated by the federal procurement data system, where contract awards are recorded. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NASA Language Services Contracts
- Federal Sign Language Interpreter Services
- Professional and Technical Services BPA
Risk Flags
- Vendor performance risk
- Service continuity risk
Tags
nasa, translation-interpretation-services, sign-language-interpreters, competed-under-sap, firm-fixed-price, bpa-call-order, professional-services, colorado, fy2025, fy2026, fy2027
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $34,536 to TRANSLATION EXCELLENCE INC.. CALL ORDER 7 ON BPA 80NSSC22AA012 FOR SIGN LANGUAGE INTERPRETERS.
Who is the contractor on this award?
The obligated recipient is TRANSLATION EXCELLENCE INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $34,536.
What is the period of performance?
Start: 2025-04-18. End: 2027-04-13.
What is the typical hourly rate for sign language interpreters under federal contracts?
Hourly rates for federal sign language interpreters can vary significantly based on location, certification level (e.g., ASLTA, RID), demand, and the specific contract vehicle. While this specific call order does not provide a per-hour breakdown, rates can range from $50 to over $150 per hour. Factors influencing this include the need for specialized skills (e.g., medical, technical interpreting), time of day (evening/weekend rates are often higher), and the level of competition for interpreters in a given geographic area. The fixed-price nature of this award suggests a pre-determined rate was agreed upon during the BPA's competitive phase.
How does Translation Excellence Inc.'s track record compare for similar federal contracts?
Information on Translation Excellence Inc.'s specific track record for similar federal contracts is not detailed in the provided data. However, their selection for this NASA call order suggests they met the requirements and competitive criteria established under the BPA. A deeper analysis would involve reviewing their past performance evaluations (e.g., CPARS reports), the types and values of previous federal awards they have received, and their history of delivering translation and interpretation services to government agencies. Their ability to secure this award indicates a baseline level of capability and compliance.
What is the risk associated with relying on a single vendor for this specific call order?
The primary risk associated with relying on a single vendor, Translation Excellence Inc., for this specific call order is potential service disruption if the vendor fails to perform adequately or faces unforeseen operational challenges. This could include interpreter availability issues, quality concerns, or delays. While the contract duration is defined, a lack of immediate alternative options for this specific task order could impact NASA's operations requiring these services. Mitigating this risk often involves clear performance standards in the contract and proactive vendor management.
How does this contract align with NASA's broader accessibility and diversity goals?
This contract directly supports NASA's commitment to accessibility and diversity by ensuring that individuals who are deaf or hard of hearing have equal access to information and participation in agency activities. Providing qualified sign language interpreters is a key component of complying with the Americans with Disabilities Act (ADA) and fostering an inclusive environment. By securing these services, NASA demonstrates its dedication to removing communication barriers and enabling full participation for all employees, contractors, and visitors.
What is the historical spending trend for translation and interpretation services at NASA?
Historical spending trends for translation and interpretation services at NASA would require a comprehensive review of past contract awards within NAICS code 541930 and related service categories. This specific call order represents a small expenditure ($34,536) within a larger BPA framework. To understand trends, one would need to analyze total spending on these services over several fiscal years, identify key contract vehicles (like BPAs), and track the primary awardees. This analysis would reveal whether spending is increasing, decreasing, or remaining stable, and how much is allocated through competitive vehicles versus sole-source awards.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3300 S PARKER RD, AURORA, CO, 80014
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, HUBZone Firm, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $178,008
Exercised Options: $145,860
Current Obligation: $34,536
Actual Outlays: $1,674
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 80NSSC22AA012
IDV Type: BPA
Timeline
Start Date: 2025-04-18
Current End Date: 2027-04-13
Potential End Date: 2027-04-13 00:00:00
Last Modified: 2026-04-08
More Contracts from Translation Excellence Inc.
- Nationwide Sign Language & Caption Access Real-Time Services — $5.7M (Department of the Treasury)
- Sign Language and Transcription Services — $4.5M (Nuclear Regulatory Commission)
- Call Order 6 Under SLI Program for Sign Language Interpreters — $56.8K (National Aeronautics and Space Administration)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →