Department of Labor awards $435,864 contract for translation and interpretation services to Latitude Prime LLC

Contract Overview

Contract Amount: $435,864 ($435.9K)

Contractor: Latitude Prime LLC

Awarding Agency: Department of Labor

Start Date: 2023-08-09

End Date: 2026-09-10

Contract Duration: 1,128 days

Daily Burn Rate: $386/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TRANSLATION SERVICES FOR OVER THE PHONE INTERPRETATION SERVICES, SUPPORTING IN IMPLEMENTING DOCUMENT AND AUDIO TRANSLATIONS, GRAPHIC DESIGN OF PAPER AND WEB-BASED PROGRAM INFORMAITON, AND INNOVATION SUPPORT

Place of Performance

Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55402

State: Minnesota Government Spending

Plain-Language Summary

Department of Labor obligated $435,864.45 to LATITUDE PRIME LLC for work described as: TRANSLATION SERVICES FOR OVER THE PHONE INTERPRETATION SERVICES, SUPPORTING IN IMPLEMENTING DOCUMENT AND AUDIO TRANSLATIONS, GRAPHIC DESIGN OF PAPER AND WEB-BASED PROGRAM INFORMAITON, AND INNOVATION SUPPORT Key points: 1. Contract awarded for a range of services including translation, interpretation, graphic design, and innovation support. 2. The contract duration is 1128 days, indicating a long-term need for these services. 3. Services will support the Office of the Assistant Secretary for Administration and Management. 4. The contract is a firm-fixed-price type, which helps in budget predictability. 5. The geographic scope appears to be Minnesota, based on the state code provided. 6. No small business set-aside was indicated for this contract.

Value Assessment

Rating: fair

The contract value of $435,864 over approximately three years for translation and interpretation services appears to be within a reasonable range for the scope of work. However, without specific benchmarks for the volume of translation, interpretation hours, or graphic design projects, a precise value-for-money assessment is challenging. The firm-fixed-price structure provides cost certainty for the government. Further analysis would require comparing unit costs for specific services against market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a 'not available for competition' basis, which typically implies a sole-source or limited competition scenario. The specific justification for this procurement approach is not detailed in the provided data. A sole-source award means that only one contractor was solicited, potentially leading to higher prices and reduced innovation compared to a full and open competition.

Taxpayer Impact: Taxpayers may not be receiving the best possible price or value when contracts are not competed. This approach bypasses the opportunity for multiple vendors to bid, which drives down costs through competitive pressure.

Public Impact

The primary beneficiaries are likely Department of Labor employees and potentially the public who interact with DOL programs and information. Services delivered include critical language access through translation and interpretation, as well as communication support via graphic design. The geographic impact is indicated as Minnesota, suggesting services are primarily needed or delivered within that state. Workforce implications are minimal for the government, but the contractor Latitude Prime LLC will utilize its workforce to fulfill the contract requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Translation and Interpretation Services sector is a vital component of government operations, ensuring effective communication across diverse populations. This contract falls under professional services, specifically within the broader administrative and support services industry. The market for these services is competitive, but specialized language needs or urgent requirements can sometimes lead to non-competitive awards. Benchmarking this contract's value would involve comparing its total value and duration against similar government-wide contracts for translation and interpretation.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. This means that opportunities for small businesses to participate in this specific contract are likely limited unless they are direct partners or subcontractors to Latitude Prime LLC. The absence of a small business focus in this award might not significantly impact the broader small business ecosystem, but it represents a missed opportunity for direct engagement.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Labor's Office of the Assistant Secretary for Administration and Management, which is the acquiring entity. Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified services. Transparency could be enhanced by making the justification for the sole-source award publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

translation-services, interpretation-services, graphic-design, sole-source, firm-fixed-price, department-of-labor, office-of-the-assistant-secretary-for-administration-and-management, minnesota, professional-services, administrative-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Labor awarded $435,864.45 to LATITUDE PRIME LLC. TRANSLATION SERVICES FOR OVER THE PHONE INTERPRETATION SERVICES, SUPPORTING IN IMPLEMENTING DOCUMENT AND AUDIO TRANSLATIONS, GRAPHIC DESIGN OF PAPER AND WEB-BASED PROGRAM INFORMAITON, AND INNOVATION SUPPORT

Who is the contractor on this award?

The obligated recipient is LATITUDE PRIME LLC.

Which agency awarded this contract?

Awarding agency: Department of Labor (Office of the Assistant Secretary for Administration and Management).

What is the total obligated amount?

The obligated amount is $435,864.45.

What is the period of performance?

Start: 2023-08-09. End: 2026-09-10.

What is the specific justification for awarding this contract on a 'not available for competition' basis?

The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION,' which is a procurement term indicating a sole-source or limited competition award. Typically, agencies must justify such awards based on specific criteria, such as the urgency of the need, the unavailability of the service from other sources, or a unique capability possessed by the sole contractor. Without the official justification document (e.g., a Justification and Approval or J&A), it's impossible to know the precise reasons. This lack of competition means the government did not explore options with other potential vendors, which could impact price and overall value.

How does the pricing of this contract compare to similar translation and interpretation services procured by the federal government?

Direct comparison of the total contract value ($435,864) is difficult without knowing the specific volumes and types of services rendered (e.g., number of interpretation hours, pages translated, graphic design projects). However, the contract duration of 1128 days (approximately 3.1 years) suggests an average annual value of roughly $140,000. To benchmark effectively, one would need to compare unit prices for specific services against federal procurement data (like FPDS or GSA schedules) for similar tasks. Given the sole-source nature, there's a risk that the pricing may not be as competitive as it would be under a fully competed contract.

What are the potential risks associated with awarding a contract of this nature on a sole-source basis?

The primary risks of a sole-source award include: 1) Higher Costs: Without competition, the contractor may charge more than they would if facing bids from other companies. 2) Suboptimal Quality or Service: The contractor may have less incentive to provide the highest quality service or be highly responsive if they know they are the only option. 3) Limited Innovation: The absence of competitive pressure can stifle innovation in service delivery methods or technology adoption. 4) Lack of Transparency: The justification for sole-source awards can sometimes be opaque, raising concerns about fairness and potential favoritism.

What specific translation and interpretation services are included under this contract?

The contract description outlines a broad range of services: 'TRANSLATION SERVICES FOR OVER THE PHONE INTERPRETATION SERVICES, SUPPORTING IN IMPLEMENTING DOCUMENT AND AUDIO TRANSLATIONS, GRAPHIC DESIGN OF PAPER AND WEB-BASED PROGRAM INFORMAITON, AND INNOVATION SUPPORT.' This indicates the need for both real-time interpretation (over-the-phone) and translation of written documents and audio files. Additionally, it includes graphic design for informational materials (both print and digital) and support for innovation initiatives, suggesting a comprehensive communication and support role for Latitude Prime LLC.

What is Latitude Prime LLC's track record with federal contracts, particularly in translation and interpretation services?

The provided data identifies Latitude Prime LLC as the contractor but does not include details about their past performance or track record with federal contracts. A thorough analysis would require accessing federal procurement databases (like FPDS) to review their contract history, including past performance evaluations, any awards or penalties, and the types of services they have previously provided to government agencies. Without this information, it's difficult to assess their experience and reliability for this specific requirement.

How does this contract fit into the Department of Labor's overall spending on language services?

This contract represents a specific allocation of $435,864 for translation, interpretation, and related support services over approximately three years. To understand its place in the DOL's overall spending, one would need to analyze historical and current spending data for similar services across the agency. This includes examining whether the DOL typically uses sole-source awards for these needs, the average value of such contracts, and the total budget allocated to language access and communication support. This contract's value seems moderate, but its significance depends on the agency's broader strategy and budget for these services.

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: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 1605C1-23-Q-00060

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 80 S 8TH ST, MINNEAPOLIS, MN, 55402

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $630,365

Exercised Options: $435,864

Current Obligation: $435,864

Actual Outlays: $359,838

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2023-08-09

Current End Date: 2026-09-10

Potential End Date: 2028-09-10 00:00:00

Last Modified: 2026-04-06

Other Department of Labor Contracts

View all Department of Labor contracts →

Explore Related Government Spending