Q--SPED Testing and Evaluation Service, Riverside
ID: 140A2325Q0099Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Special Educational Testing and Evaluation Services for the Riverside Indian School located in Anadarko, Oklahoma. The contractor will be responsible for conducting comprehensive evaluations for special education students, including psychometric and psychoeducational assessments, with a focus on maintaining compliance with the Individuals with Disabilities Education Improvement Act (IDEIA). This procurement is critical for ensuring that students with special needs receive appropriate evaluations and support, thereby enhancing their educational outcomes. Interested parties must submit their proposals by June 19, 2025, with the contract performance period set from July 1, 2025, to June 30, 2030. For further inquiries, potential bidders can contact Felicia Aspaas at felicia.aspaas@bie.edu or by phone at (480) 252-0702.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the solicitation numbered 140A2325Q0099 for Special Educational Testing and Evaluation Services in Riverside. It aims to clarify various queries related to pricing, responsibilities, and qualifications for testing students with special needs. The pricing model is based on a per-student rate, accommodating multiple evaluations for one student under a single fee. Although individual testing may require more than one session, vendors are not to anticipate excessive visits beyond a second if needed to complete testing protocols. A licensed psychologist is required but does not need to be stationed full-time at schools, allowing flexibility for practitioners who might operate private practices off-campus. The document also specifies that a doctoral intern cannot independently provide testing; supervision by a licensed psychologist is mandatory as per Oklahoma state regulations. Overall, the document serves to outline requirements and expectations for servicing students with special educational needs under a federal request for proposal framework.
    The Riverside Indian School (RIS) requires a contractor to provide mental health testing services for special education students as mandated by the Individuals with Disabilities Education Improvement Act (IDEIA). The contractor will supply a licensed School Psychologist to conduct evaluations, including psychometric and psychoeducational assessments, both for initial and re-evaluations, with a focus on students enrolled or referred for special education. Testing will occur on-site during the academic year, with the number of evaluated students ranging from 10 to 30 annually. Key contractor responsibilities include coordinating schedules with special education staff, maintaining confidentiality, providing testing materials, completing reports within one week of testing, and attending meetings for results interpretation. The contractor must ensure the psychologist's license is valid throughout the contract duration and undergo a background investigation. The RIS will facilitate the necessary resources and site conditions for testing, emphasizing the importance of maintaining a collaborative relationship with the school's staff and adherence to educational protocols. This RFP underlines the commitment to providing quality educational services for students with disabilities while ensuring legal compliance and effective evaluation processes.
    The document is a Wage Determination Register issued by the U.S. Department of Labor, under the Service Contract Act. It outlines wage rates, fringe benefits, and requirements for federal contractors within specific Oklahoma counties. Contracts awarded on or after January 30, 2022, must adhere to a minimum wage of $17.75 per hour, as per Executive Order 14026. Older contracts may adhere to a rate of $13.30 under Executive Order 13658. The extensive document details various occupational classifications, their corresponding wage rates, and the necessary fringe benefits. These include healthcare contributions, vacation, and paid holidays. Additionally, it addresses issues like negotiated uniform costs, paid sick leave per Executive Order 13706, and the process for requesting new classifications and wage rates for occupations not listed. The wage rates are subject to adjustment annually, ensuring compliance with federal labor standards. Overall, this register serves to inform contractors of their obligations toward employee compensation and benefits, emphasizing the government’s commitment to ensuring fair labor practices in contract work.
    The document is an amendment to solicitation number 140A2325Q0099, related to the procurement of Special Educational Testing and Evaluation Services for Riverside Indian School in Anadarko, OK. The amendment includes a change in the response deadline from April 30, 2025, to May 13, 2025, at 10:00 AM Mountain Daylight Time, and modifies the solicitation's set-aside status. Initially set aside for Small Business, the solicitation is now updated to allow full and open competition due to a lack of responsive offers. The amendment also removes Clause 52.219-6, pertaining to the Small Business set-aside. The period of performance for the contract will be from July 1, 2025, to June 30, 2030. The document emphasizes the requirement for acknowledgment of the amendment upon submission of offers to maintain compliance. All other terms and conditions of the original solicitation remain unchanged. This amendment serves to expand the pool of potential bidders and streamline the procurement process for educational services.
    The file contains an amendment to solicitation number 140A2325Q0099, updating the response date for contractors interested in providing Special Educational Testing and Evaluation Services for the Riverside Indian School located in Anadarko, Oklahoma. The response deadline is extended from May 13, 2025, to June 2, 2025, at 10:00 AM Mountain Daylight Time. Contractors must acknowledge receipt of this amendment in their offers to be considered responsive. The period of performance for the contracted services spans from July 1, 2025, to June 30, 2030. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of compliance with submission protocols and deadlines to avoid rejection of offers. Overall, this document serves to ensure clarity and continuity in the procurement process for educational services critical to the school’s operations.
    The document details an amendment to solicitation number 140A2325Q0099 regarding Special Educational Testing and Evaluation Services for Riverside Indian School in Anadarko, Oklahoma. The main purpose of the amendment is to extend the response due date and the question and answer period, adjusting the former deadline from June 2, 2025, to June 19, 2025, at 10:00 AM Mountain Daylight Time. The new date for submitting questions is June 10, 2025. The period of performance for the contract is set from July 1, 2025, to June 30, 2030. The amendment emphasizes the importance of acknowledging receipt of this and all prior amendments for bid responsiveness. It also affirms that all other terms and conditions of the solicitation remain unchanged. This document is a standard procedural update within the federal contracting process, aiming to enhance participation by granting additional time for potential offerors to prepare their responses and inquiries.
    The document is an amendment to solicitation 140A2325Q0099 for the provision of Special Educational Testing and Evaluation Services at Riverside Indian School, Anadarko, OK. It serves to disseminate Questions and Answers (Q&A) related to the solicitation, emphasizing the necessity for offerors to acknowledge receipt of this amendment for their offers to be considered responsive. The deadline for submitting responses is June 19, 2025, by 10:00 AM Mountain Daylight Time, with the service performance period spanning from July 1, 2025, to June 30, 2030. The amendment provides detailed instructions for submitting offers, particularly highlighting that failure to acknowledge the amendment may lead to offer rejection. Additionally, it specifies that all terms and conditions from the original solicitation remain unchanged, ensuring continuity for interested contractors. This amendment represents a critical step in the contracting process, addressing specific queries while outlining the administrative and logistical requirements for potential bidders.
    The document outlines a Request for Quote (RFQ) for Special Educational (SPED) Testing and Evaluation Services at Riverside Indian School in Anadarko, Oklahoma. The acquisition is fully set aside for small businesses and the service period spans from July 1, 2025, to June 30, 2030, including a base year and four optional renewal years. The selected contractor will provide comprehensive evaluations for an estimated 10-30 students, encompassing assessments and reporting. The submission deadlines are April 28, 2025, for questions and April 30, 2025, for quotes. Contractors must comply with specific federal regulations regarding personnel qualifications and security clearance, particularly concerning employment related to child protection. The contractor's designated key personnel must possess relevant knowledge and pass thorough background checks. Payment will be processed through the U.S. Department of the Treasury's Internet Payment Platform, and invoicing procedures are strictly outlined to include necessary documentation and compliance with federal guidelines. Overall, the RFQ emphasizes stringent contracting requirements aimed at ensuring quality service delivery while adhering to government regulations and standards in educational settings.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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.
    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--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.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    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.