U--SPEECH THERAPY SERVICES
ID: 140A2325Q0122Type: Solicitation
AwardedJun 11, 2025
$212.6K$212,550
AwardeeHOUSER STACY 11302 ROAD 29 Cortez CO 81321 USA
Award #:140A2325P0244
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Offices of Physical, Occupational and Speech Therapists, and Audiologists (621340)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for Speech Therapy Services at the T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, New Mexico. The contract requires the selected service provider to supply all necessary labor and materials for the provision of speech therapy from August 1, 2025, to July 31, 2026, with a focus on compliance with federal regulations and the health and safety of students. This opportunity is set aside for small businesses, with a total small business set-aside designation, and emphasizes the importance of maintaining required certifications and undergoing background checks due to the nature of the work with Indian children. Interested parties must submit their proposals by May 2, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines Amendment One (0001) to Request for Quotation No. 140A2325Q0122, issued by the Indian Education Acquisition Office in Albuquerque, NM. The amendment modifies previous terms by changing the business classification from Indian Small Business Economic Enterprises (ISBEE) to Indian Economic Enterprises (IEE) and removing the DIAR 1450.280-1 clause. Additionally, it extends the offer submission deadline to April 25, 2025, at 5:00 p.m. MDT. Interested parties are instructed to submit their quotes via email to Charmaine Williams-James. It is critical for contractors to acknowledge receipt of this amendment to ensure their offers are considered, as failure to do so may result in rejection. The document adheres to government solicitation protocols, highlighting the importance of compliance with updated terms and conditions in federal procurement processes.
    The document outlines Amendment Two (0002) to Request for Quotation No. 140A2325Q0122, amending the solicitation for a contract between the government and contractors. The primary changes include the removal of the Indian Economic Enterprise designation, shifting the focus to a total small business set-aside, and adding specific clauses aligned with the FAR regarding small business concerns. The eligibility criteria for small businesses are clarified, indicating that offers from non-small businesses will be rejected. The deadline for submissions has been extended to May 2, 2025, at 5:00 p.m. MDT, with submissions directed to the specified email address. The document reinforces that all other terms and conditions remain unchanged and in effect, emphasizing the necessity of acknowledging the amendment to avoid offer rejection. These modifications are part of standard procurement procedures to ensure compliance with federal guidelines while promoting participation from small business entities.
    This document outlines the Request for Quote (RFQ) for Speech Therapist Services by the U.S. Department of the Interior's Bureau of Indian Education (BIE). It mandates that the service provider furnish all necessary labor and materials for T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, New Mexico, with a performance period from August 1, 2025, to July 31, 2026. The RFQ is set aside for Indian Small Business Economic Enterprises (ISBEE) and involves compliance with various federal regulations. Moreover, the awarded contractor must maintain required certifications and undergo background checks due to work with Indian children. The pricing must include all applicable taxes and consider potential modifications based on the school’s needs. Key contact information for the contracting officer is provided, and strict adherence to the Federal Acquisition Regulation (FAR) clauses is required throughout the contract's lifecycle. The document emphasizes transparency, accountability, and contractor responsibilities, including on-site safety measures and personnel requirements while ensuring that the services align with government regulations and promote the health and safety of students.
    Lifecycle
    Title
    Type
    Award
    Similar Opportunities
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Dentist Services at Tohatchi Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide dentist services at the Tohatchi Health Center in New Mexico. This Sources Sought Notice is intended for market research purposes to assess the availability of qualified sources, particularly focusing on Small Business Indian Firms and Small Business concerns, in accordance with the Buy Indian Act. The information gathered will help determine the acquisition strategy for the upcoming solicitation, which may include set-asides for Indian-owned enterprises or small businesses. Interested parties are encouraged to contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details, and must submit required documentation, including a Self-Representation Form, by the specified deadline.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.