DOJ awards $67.3M contract for language services to SOS International, highlighting need for translation support

Contract Overview

Contract Amount: $67,301,342 ($67.3M)

Contractor: SOS International LLC

Awarding Agency: Department of Justice

Start Date: 2023-09-01

End Date: 2024-08-31

Contract Duration: 365 days

Daily Burn Rate: $184.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SOS INTERNATIONAL LANGUAGE SERVICES FOR EOIR

Place of Performance

Location: RESTON, FAIRFAX County, VIRGINIA, 20191

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $67.3 million to SOS INTERNATIONAL LLC for work described as: SOS INTERNATIONAL LANGUAGE SERVICES FOR EOIR Key points: 1. Contract value of $67.3M indicates significant demand for specialized language services. 2. Full and open competition suggests a healthy market for translation and interpretation. 3. Fixed-price contract type aims to control costs and provide budget certainty. 4. The contract duration of one year with potential for extensions suggests ongoing needs. 5. SOS International's selection implies a strong track record or competitive pricing. 6. Focus on translation and interpretation services supports critical government functions.

Value Assessment

Rating: good

The contract value of $67.3 million for one year of language services appears substantial, reflecting the complexity and volume of translation and interpretation required by the Executive Office for Immigration Review (EOIR). Benchmarking against similar contracts for translation services is challenging without more specific details on the languages, volume, and service levels. However, the firm-fixed-price structure suggests an effort to manage costs effectively. The award to SOS International, a known entity in this space, indicates a competitive process likely resulted in a fair market price.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. This approach generally fosters a competitive environment, driving down prices and encouraging innovation. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust bidding process. This level of competition is ideal for ensuring the government receives the best value for its investment.

Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices and a wider array of service options. It ensures that the contract is awarded based on merit and value, rather than restricted access.

Public Impact

Immigrants and asylum seekers benefit from accurate and timely interpretation services, ensuring fair legal proceedings. The Department of Justice, specifically the EOIR, receives critical support for its adjudicative functions. The contract supports a workforce of translators and interpreters, potentially creating or sustaining jobs in this specialized field. Geographic impact is likely nationwide, as EOIR operates across various immigration courts and facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for translation and interpretation services is a significant segment within the broader professional services industry. Government agencies, particularly those dealing with legal, immigration, and international affairs, are major consumers of these services. The North American Industry Classification System (NAICS) code 541930 (Translation and Interpretation Services) encompasses this contract. Spending in this sector is driven by globalization, immigration policies, and the need for clear communication across diverse populations. This contract represents a substantial portion of federal spending within this specific service category for the EOIR.

Small Business Impact

The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. While SOS International LLC is the prime contractor, there is no explicit information regarding subcontracting plans with small businesses. Further analysis would be needed to determine if small businesses are participating in the subcontracting chain or if there are opportunities for them within this contract's scope.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Justice's Executive Office for Immigration Review (EOIR). Accountability measures are typically embedded within the contract's terms and conditions, including performance standards and reporting requirements. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

department-of-justice, eoir, language-services, translation, interpretation, firm-fixed-price, full-and-open-competition, sos-international-llc, professional-services, virginia, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $67.3 million to SOS INTERNATIONAL LLC. SOS INTERNATIONAL LANGUAGE SERVICES FOR EOIR

Who is the contractor on this award?

The obligated recipient is SOS INTERNATIONAL LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Offices, Boards and Divisions).

What is the total obligated amount?

The obligated amount is $67.3 million.

What is the period of performance?

Start: 2023-09-01. End: 2024-08-31.

What is the historical spending pattern for language services within the EOIR?

Analyzing historical spending for language services within the Executive Office for Immigration Review (EOIR) is crucial for understanding trends and identifying potential cost efficiencies. While specific historical data for this exact contract is not provided, general trends in federal contracting for translation and interpretation services show a consistent and often increasing demand. Factors such as shifts in immigration policy, caseload fluctuations, and the need to serve a diverse linguistic population directly influence spending. Agencies like EOIR rely heavily on these services to ensure due process and effective case management. Examining prior contract awards, their values, durations, and the contractors involved can reveal patterns of sustained investment in this area, potentially highlighting periods of increased need or changes in service delivery models. Without access to detailed historical EOIR procurement data, it's difficult to provide precise figures, but the overall federal requirement for such services remains robust.

How does the pricing of this contract compare to similar language service contracts awarded by other federal agencies?

Comparing the pricing of this $67.3 million contract for language services requires detailed analysis of the specific services rendered, including languages, volume, urgency, and required expertise. Federal agencies often procure translation and interpretation services through various contract vehicles, including indefinite-delivery/indefinite-quantity (IDIQ) contracts, task orders, and direct awards. Benchmarking against similar contracts necessitates identifying comparable scope, duration, and service levels. For instance, contracts for interpretation in high-demand languages for immigration courts might command different rates than translation of technical documents for defense agencies. The firm-fixed-price nature of this award suggests a defined scope, which aids in price comparison. However, without granular data on per-word or per-hour rates across different language pairs and service types, a precise value-for-money assessment relative to the broader market is challenging. Generally, full and open competition aims to secure competitive pricing, but market fluctuations and specialized skill requirements can influence rates.

What is SOS International LLC's track record with federal contracts, particularly in language services?

SOS International LLC has a notable track record as a federal contractor, frequently appearing in contract award databases for providing a range of professional services, including language support. Their experience often spans various government agencies, suggesting a capacity to meet diverse requirements. For contracts specifically related to translation and interpretation, their history likely includes supporting agencies involved in national security, intelligence, and law enforcement, such as the Department of Defense, Department of State, and intelligence community components, in addition to the Department of Justice. A review of their past performance on similar contracts would typically assess factors like on-time delivery, quality of service, responsiveness, and adherence to contractual terms. Their continued success in securing significant contracts like this one implies a generally positive performance history and a competitive position within the federal language services market.

What are the potential risks associated with relying on a single contractor for such a critical service?

Relying on a single contractor for critical language services, even one as established as SOS International LLC, presents several potential risks. Firstly, there's a risk of vendor lock-in, where the government may become overly dependent on the incumbent, potentially reducing leverage in future negotiations and limiting opportunities for new entrants or innovative solutions. Secondly, performance degradation can occur if the contractor faces internal challenges, such as staffing shortages, quality control issues, or financial instability, which could directly impact the continuity and effectiveness of essential services like immigration court proceedings. Thirdly, a lack of ongoing competition can stifle innovation and prevent the adoption of new technologies or methodologies in translation and interpretation. Finally, unforeseen geopolitical events or changes in service demands could strain the contractor's capacity, leading to service disruptions if contingency plans are inadequate. Robust contract management and contingency planning are essential to mitigate these risks.

How does the geographic scope of this contract align with the operational needs of the EOIR?

The Executive Office for Immigration Review (EOIR) operates immigration courts and hearing locations across the United States and its territories. Therefore, the language services provided under this contract are likely required to support these diverse operational needs nationwide. This could involve providing interpretation services in physical courtrooms, remote hearings conducted via video teleconference, and potentially translation of legal documents. The contract's scope would need to be flexible enough to accommodate requests from various field offices and adjudicators. The effectiveness of the EOIR's mission, which includes conducting immigration court proceedings fairly and efficiently, is directly dependent on the availability of qualified interpreters in the necessary languages at the required locations and times. A nationwide scope ensures that individuals appearing before the immigration courts have access to essential language assistance, regardless of their geographic location within the U.S.

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

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1881 CAMPUS COMMONS DR STE 500, RESTON, VA, 20191

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $80,000,000

Exercised Options: $80,000,000

Current Obligation: $67,301,342

Actual Outlays: $67,036,599

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 15JPSS20D00000366

IDV Type: IDC

Timeline

Start Date: 2023-09-01

Current End Date: 2024-08-31

Potential End Date: 2027-08-31 00:00:00

Last Modified: 2026-01-15

More Contracts from SOS International LLC

View all SOS International LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending