Q--Speech-Language Therapist (Unrestricted)
ID: 140A2325Q0062Type: Combined Synopsis/Solicitation
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

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 through the Indian Education Acquisition Office, is seeking proposals for Speech-Language Therapy services at St. Stephens Indian School in Wyoming. The contractor will provide licensed speech therapists to conduct assessments and therapy sessions for students with speech or language deficits, with a total of 448 estimated therapy hours per year. This procurement is crucial for ensuring compliance with the Individuals with Disabilities Education Act (IDEA) and supporting the educational needs of students requiring these services. Interested parties should note that the solicitation has undergone several amendments, with the latest deadline for submission set for June 19, 2025, at 10:00 AM Mountain Time. For further inquiries, contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the amendment P00004 for contract 140A2425Q0062 concerning speech language pathology (SLP) services for the 2025-2026 school year. The contract specifies that services will be provided for 36 weeks, with a schedule of 4 days a week, 6 hours per day during the base year, and 2 days a week, 6 hours per day for the subsequent option years. The services are aligned with student needs and include compensatory hours based on previous service shortfalls. The pricing is all-inclusive and covers associated costs, ensuring clarity for budgeting purposes. The document also mentions the possibility of extending the contract beyond the base year based on performance and funding availability. The hybrid work schedule allows for both on-site assessments and remote services. Overall, the amendment reflects the government's commitment to adaptive educational services aligned with funding and performance evaluations.
    This document serves as an amendment to a solicitation, identified by the number 140A2325Q0062, and involves a modification to the contract details under the Indian Education Acquisition Office in Albuquerque, NM. The key change outlined in the amendment is the alteration of the solicitation set-aside status from "Total Small Business" to "Unrestricted," allowing a broader range of bidders to participate. The deadline for submission of offers is re-established to March 28, 2025, at 10:00 AM Mountain Time. Contractors are instructed to acknowledge receipt of this amendment, which can be done through various means, including submission of a signed copy or a separate communication referencing the solicitation and amendment numbers. It also sets requirements for contractors wishing to make adjustments to previously submitted offers. The overall intent is to provide clarity on the contract modifications, maintain compliance with federal regulations, and ensure a successful bidding process. Maintaining the integrity of the bidding timeline and conditions is crucial for transparency and fairness in government procurement processes.
    The document pertains to an amendment for a federal solicitation, specifically the amendment number 140A2325Q0062, issued by the Indian Education Acquisition Office in Albuquerque, NM. It outlines the necessary actions for contractors to acknowledge receipt of the amendment by either returning copies or sending electronic communication referencing the solicitation and amendment numbers. It specifies that failure to acknowledge may lead to the rejection of offers. The document also states modifications applicable to contracts and emphasizes that the deadline for submitting offers is 05/01/2025 at 10:00 am Mountain Time. Furthermore, it mentions that previous terms remain unchanged unless explicitly modified in this document. The purpose of this amendment is to ensure clarity and compliance within the solicitation process, supporting the effective administration of federal grants and contracts. It serves to reinforce procedural requirements for contractors while facilitating adherence to federal regulations.
    The document is an amendment to solicitation 140A2325Q0062 issued by the Indian Education Acquisition Office, outlining requirements for submitting offers and changes made to the scope of services. It specifies that offers must be acknowledged by a set deadline to avoid being rejected. The effective date for responses is 06/16/2025, and the amendment modifies the service delivery format for the Speech Language Pathologist. Originally requiring all services to be conducted on-site, the new terms allow for a hybrid model: one week per month must be on-site for assessments, while the remaining weeks may be conducted remotely. This adjustment reflects a shift to accommodate more flexible work arrangements while maintaining essential in-person evaluations. The document emphasizes compliance with submission protocols and clearly states that all other terms remain unchanged except for the specified amendments.
    The government document serves as an amendment to a solicitation for proposals, specifically identifying critical changes and updates related to the solicitation identified by number 140A2325Q0062. It outlines the procedures contractors must follow to acknowledge receipt of this amendment, with a deadline for submissions set for June 19, 2025, at 10:00 AM Mountain Time. The amendment includes responses to questions posed by potential bidders and highlights revisions made to the original solicitation due to these inquiries. Contractors are advised to communicate any changes to their offers or to acknowledge the amendment through specified methods before the deadline. The document reiterates that all other terms and conditions remain unchanged, emphasizing the importance of compliance for potential contracts under federal guidelines. Additionally, designated points of contact within the contracting office are noted to facilitate further communication. Overall, this document underscores procedural clarity in the bid submission process as part of federal acquisition efforts.
    The document is a Request for Proposal (RFP) issued by the Bureau of Indian Education for Speech-Language Therapy services at St. Stephens Indian School under the Individuals with Disabilities Education Act (IDEA). The solicitation outlines that the project will run from March 1, 2025, to February 28, 2026, with options for two additional years. The contractor is expected to provide licensed speech therapists who will perform assessments, therapy sessions, and collaboration with teachers and parents for students with speech or language deficits. The total estimated hours per year for therapy is 448. The RFP specifies that the contractor must comply with federal regulations concerning privacy and protection of personally identifiable information. It mandates background checks for personnel who will have contact with students, ensuring that they meet specific suitability criteria. Additional operational stipulations include safety compliance at the school, and that contractors are responsible for their own expenses related to food and lodging. The document stresses the importance of hiring small businesses, with specific clauses around payment structures, tax identification, and invoice submission via the U.S. Department of the Treasury's electronic payment platform. The overall objective is to secure essential educational services for students requiring speech therapy in a compliant and efficient manner.
    Lifecycle
    Title
    Type
    Speech-Language Therapist
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to 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.
    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.
    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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - 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 to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 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.
    Steam Kettle
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking quotes for the procurement, removal, and installation of a floor-mounted steam kettle for the Bureau of Indian Education at Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and requires offerors to submit a firm fixed price quote for new equipment, which must include a minimum one-year warranty and detailed specifications. The steam kettle is essential for food preparation in the school’s kitchen, supporting the nutritional needs of students. Interested vendors should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256, and must ensure they are registered in SAM.gov, with quotes due within the specified timeframe of 30-60 days after receipt of order.
    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.
    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.
    NNMC Wellness Program Project
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.