Skip to content
Department of Defense

American Sign Language (ASL) Interpreter

Solicitation: M00264-26-RFI-0018
Notice ID: c97180bf1656451ea14cd6ad7e81b378
TypeSources SoughtNAICS 541930PSCR608Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedMar 25, 2026, 12:00 AM UTCDueMar 31, 2026, 12:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 31, 2026. Industry: NAICS 541930 • PSC R608.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: M00264-26-RFI-0018. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541930 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,497,069
Sector total $5,888,804,924,862 • Share 0.0%
Live
Median
$530,000
P10–P90
$154,000$906,000
Volatility
Volatile142%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,497,069)
Deal sizing
$530,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Quantico, Virginia • 22134 United States
State: VA
Contracting office
Quantico, VA • 22134 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Iishsha G. Rucker
Email
iishsha.g.rucker.civ@usmc.mil
Phone
7037845260
Name
Jamie A. Dufrene
Email
jamie.dufrene@usmc.mil
Phone
7037841920

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
USMC
Office
MARCORP I&L • MARINE CORPS INSTALLATIONS COMMAND • MCINCR • COMMANDER
Contracting Office Address
Quantico, VA
22134 USA

More in NAICS 541930

Description

*AMENDMENT 0001*

This amendment is issued to correct the email address for the Contract Specialist associated with this Request for Information (RFI). All future submissions and correspondence with the Contract Specialist should be directed to the following email address: iishsha.g.rucker.civ@usmc.mil. All other information, including the submission deadline, remains unchanged.

REQUEST FOR INFORMATION

The Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), located at Marine Corps Base Quantico, VA, is conducting market research on behalf of the Marine Corps Operational Test & Evaluation Activity (MCOTEA). The purpose is to identify small business vendors capable of providing American Sign Language (ASL) Interpreter support services.

CONTRACTING OFFICE ADDRESS: Marine Corps Installations – National Capital Region, Regional Contracting Office (MCINCR RCO), located on Marine Corps Base, 2010 Henderson Road, Quantico, VA.

INTRODUCTION: This Request for Information (RFI) is issued for market research and planning purposes. It provides industry an opportunity to ask questions and offer suggestions regarding the draft technical specifications outlined in the attached Draft Performance Work Statement (PWS).

DISCLAIMER:

THIS REQUEST FOR INFORMAITON IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIREMENT DESCRIPTION:

The DRAFT American Sign Language (ASL) Interpreter PWS is attached to this RFI.

INDUSTRY FEEDBACK:

This is a REQUEST FOR INFORMATION (RFI) ONLY to obtain industry’s feedback on the anticipated technical specifications, potential cost and performance risks, as well as any other related considerations for the required supplies/services. This Request for Information (RFI) is issued solely to gather industry feedback regarding the anticipated technical specifications, cost and performance risks, and other relevant considerations associated with the required supplies and/or services.

Please provide input on the following:

  1. Capability: Can your organization deliver all products and services outlined in the draft PWS Description?
  2. Barriers to Competition: Are there any conditions, certifications, or proprietary constraints that could limit fair competition?
  3. Proposal Interest: Are you likely to submit a proposal for this requirement? Please explain your reasoning.
  4. Commercial Availability: Is this product/service commonly available in the commercial market?
  5. Pricing Structure: Can this requirement be fulfilled under a Firm Fixed Price contract?
  6. Competition Influencers: Are there any specific conditions, requirements, or limitations that could affect open and fair competition?
  7. NAICS Classification: What North American Industry Classification System (NAICS) code(s) best align with this requirement? Recommended Code: 541930

SUBMISSION DETAILS:

Submissions shall reference RFI No. “M00264-26-RFI-0018“American Sign Language (ASL) Interpreter” in the subject line.

Interested vendors who wish to respond to this RFI should send responses no later than 08:00 AM Eastern Standard Time (EST) on March 12, 2026, via email to the following email address: Jamie A. Dufrene, Jamie.dufrene@usmc.mil (Contracting Officer), and Iishsha G. Rucker iishsha.g.rucker.civ@usmc.mil (Contract Specialist).

Request responses shall be provided in no more than 10 pages excluding cover page.

Questions and comments regarding this requirement will be accepted, reviewed and answered if the Government determines responses are warranted.

The Government will not consider any vendor email that is incomplete or is not addressing this RFI questions. The Government reserves the right to determine if a response addresses this RFI, is not complete, and/or to not review a response without any further communication with the vendor supplying the information.

Submissions must include:

1) Responses to the “Industry Feedback” section of this RFI.

2) Business name and address.

3) Name of company representative and their business title.

4) Type of Business.

5) Cage Code and UEI; and

6)Contract vehicles that would be available to the Government for the procurement of the service, to include General Service Administration (GSA), Federal Supply Schedules (FSS), NASA SEWP or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)

7) Delivery Information Estimate lead time.

PROPRIETARY INFORMATION:

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personnel reviewing RFI responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423.

The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.