Opportunity
SAM #PANHCA26P0000031400
Medical and Legal Interpreter and Translation Services for Brooke Army Medical Center
Buyer
W40M Medical Materiel Center-West
Posted
May 07, 2026
Respond By
May 14, 2026
Identifier
PANHCA26P0000031400
NAICS
541930
This opportunity seeks qualified vendors to provide medical and legal interpreter and translation services for Brooke Army Medical Center (BAMC) and its outlying clinics at Fort Sam Houston, Texas. - Government Buyer: - US Army Health Contracting Activity, Medical Readiness Contracting Officer-West (MRCO-W) - US Army Medical Command - Services Requested: - Medical and legal interpreter and translation services - On-site American Sign Language (ASL) interpretation - Video Remote Interpretation (VRI) - Coverage for a wide range of languages including Amharic, Arabic, Cantonese, French, German, Hindi, Japanese, Korean, Mandarin, Russian, Spanish, Tagalog, Vietnamese, and others - Personnel Requirements: - Interpreters must be certified by the Certification Commission for Healthcare Interpreters (CCHI) and/or the National Board of Certification for Medical and Legal Interpreters (NBCMI) - Technical Requirements: - Vendors must possess a current, valid, and active Department of Defense Authority to Operate (ATO) - All medical systems/devices must comply with DoD Cybersecurity and NIST standards - Period of Performance: - One year base period with four option years - Place of Performance: - Brooke Army Medical Center (BAMC), Fort Sam Houston, Texas - Outlying clinics associated with BAMC - No specific OEMs or vendors are named in the notice - Unique Requirements: - Strict certification and cybersecurity compliance - Broad language coverage for both medical and legal contexts
Description
*** VENDOR MUST HAVE AN AUTHORITY TO OPERATE (ATO) WITHIN THE DOD ***
The Medical Readiness Contracting Officer- W (MRCO-W) is issuing this Sources Sought Notice on behalf of Brooke Army Medical Center to find potential sources to provide medical and legal interpreter and translation services.
THIS IS NOT A SOLICITATION ANNOUNCEMENT – This is a Sources Sought Notice and is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Solicitations are not available at this time and requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this Sources Sought Notice does not preclude participation in any future Request for Quote (RFQ), should one be issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
The Government will use responses to this notice in formulating its acquisition strategy. If the Government does not receive sufficient information in response to this notice to verify the potential for competition exists, it is possible that a sole-source contract, supported by a Justification and Approval document, will be issued to support the Government's requirement. MRCO-W is seeking the following information (please answer paragraphs below with your response):
Company name, Unique Entity ID, CAGE code, and point of contact information (including phone number and email address), and socio-economic category(ies) as related to PSC R608: Support - Administrative: Translation and Interpreting and NAICS 541930 – Translation and Interpretation Services, such as 8(a), HUBZone, Women-Owned, Service-Disabled Veteran-Owned, Small, or Other-than-Small. Capability Statement (limited to ten pages), describing how your company meets the below objectives additional proof (such as product literature and locations where a system is currently installed) where appropriate. Period of Performance is 1 August 2026 through 31 July 2027 with four (4) Option Years.
General: This is a non-personal services contract to provide Medical and Legal Interpretation and Translation Services (verbal & written), on-site American Sign Language (ASL) and Video Remote Interpretation (VRI) at Brooke Army Medical Center (BAMC), Fort Sam Houston, Texas which shall contribute to a stable workforce tasked with providing quality health care services to a diverse beneficiary population. The contractor shall provide Certification Commission for Healthcare Interpreters (CCHI) and/or National Board of Certification for Medical and Legal Interpreters (NBCMI) certified personnel to perform interpreter and translation service to include sign language services for the Medical Treatment Facility (MTF), at BAMC and outlying clinics as required by this Performance Work Statement (PWS).
Description of Services: The contractor shall provide Medical and Legal Interpretation and Translation Services. Languages include, but not limited to: American Sign Language, Amharic, Arabic, Cantonese, Chilean, Dari, Farsi, French, German, Hindi, Italian, Japanese, Korean, Laotian, Mandarin, Mongolian, Nepali, Pashto, Portuguese, Romanian, Russian, Spanish, Swahili, Tagalog, Taiwanese, Thai, Turkish, and Vietnamese.
VENDOR SHALL POSSESS A CURRENT, VALID, AND ACTIVE DOD "AUTHORITY TO OPERATE" (ATO). To ascertain security compliance that is in agreement with Federal, DoD, and DHA directives and policies, Defense Logistics Agency Troop Support (DLA-TS) requires the vendor complete the following Medical Device Risk Assessment Questionnaire.
All Medical Systems/Devices are required to meet DoD Cybersecurity and National Institute of Standards and Technology (NIST) standards. The information provided below will be used to support all stakeholders working to achieve an Authorization Certificate. Failure to meet Cybersecurity requirements, disclose that a system cannot meet Cybersecurity requirements, or failure to meet certification timeframes shall result in Denial of an Authority to Operate (DATO). The information provided below (which include but not limited to data processing capabilities, current security posture, and level of compliance with the Cybersecurity principles of Confidentiality, Integrity, Availability, and Non-Repudiation will be used to identify the technical characteristics of the System/Device and determine the level of effort, applicable checklist, and potential actions required prior to and during an Assessment & Authorization process, from an Cybersecurity standpoint.
The response due date for this Sources Sought Notice is 12:00 PM, CST, 14 May 2026. All questions and comments regarding this announcement shall be submitted via e-mail to the POC: dulce.i.bares.civ@health.mil.