R--Occupational Therapy Services, JFK
ID: 140A2325Q0108Type: 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

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Occupational Therapy Services at the John F. Kennedy School in Whiteriver, Arizona. The procurement aims to support students with disabilities in receiving appropriate educational services as mandated by the Individuals with Disabilities Education Improvement Act (IDEIA), with services including direct therapy, evaluations, and collaboration with the Special Education Department. This initiative underscores the federal commitment to equitable education for students with disabilities, ensuring compliance with Individualized Education Programs (IEPs). Interested parties must submit their proposals by December 9, 2025, at 10:00 AM, with the contract period set to commence on February 1, 2026, and extend through January 31, 2027, with four optional renewal years available. For further inquiries, contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.

    Point(s) of Contact
    Files
    Title
    Posted
    The request for proposal outlines the provision of Occupational Therapy Services at the John F. Kennedy Day School on the Fort Apache Indian Reservation for the 2025-2026 school year, with a four-year option. The intention is to assist students with disabilities in receiving appropriate educational services as mandated by the Individuals with Disabilities Education Improvement Act (IDEIA). The contractor will deliver direct in-person therapy, collaborate with staff, and support the Special Education Department, ensuring compliance with IEPs through various tasks such as evaluations and documentation. Approximately six students require bi-weekly Occupational Therapy, and the contractor must adhere to specific qualifications, including a Master’s degree, appropriate certifications, and relevant experience. The service provider is expected to maintain clear communication with the Special Education Department, ensuring proper organization and execution of services. This initiative reflects the federal commitment to providing equitable education and meeting the needs of students with disabilities within the community.
    The document presents the Wage Determination No. 2015-5477 issued by the U.S. Department of Labor under the Service Contract Act, focusing on minimum wage and fringe benefit requirements for federal contracts in Arizona's Apache, Gila, and Navajo counties. Contractors are mandated to comply with either Executive Order 14026, requiring a minimum wage of $17.20 per hour for contracts awarded post-January 30, 2022, or Executive Order 13658, which applies to earlier contracts, stipulating a minimum of $12.90 per hour. The file lists various job classifications with corresponding pay rates and notes additional benefits like health and welfare contributions, vacation, and holiday entitlements under specified conditions. It also outlines the conformance process for unlisted job classifications, ensuring appropriate wage rates and classifications. Furthermore, it informs contractors of additional protections under Executive Order 13706 regarding paid sick leave. This determination is essential for maintaining fair labor standards in the public service contracting context, influencing compliance with federal regulations and ensuring equitable treatment of workers.
    The document serves as an amendment to a solicitation numbered 140A2325Q0108, pertaining to the provision of occupational therapy services for the John F. Kennedy School in Whiteriver, Arizona. It outlines the necessary steps for offerors to acknowledge this amendment, which must be received prior to the specified deadline, or risk rejection of their offer. The amendment includes the addition of attachments and maintains the existing terms and conditions unchanged, while also extending the period of performance from August 1, 2025, to July 31, 2030. The purpose of this document is to ensure that all potential contractors are informed of the changes and understand the requirements for submitting a compliant offer, thereby facilitating the acquisition process for necessary educational support services under federal guidelines.
    The document is an amendment to a solicitation for occupational therapy services at John F. Kennedy School in Whiteriver, Arizona, issued by the Indian Education Acquisition Office. The main purpose of the amendment is to extend the response date for submissions from May 29, 2025, to June 19, 2025, at 10:00 AM Mountain Daylight Time. It emphasizes the necessity for bidders to acknowledge receipt of the amendment to ensure a valid offer. This amendment also reaffirms that all other terms and conditions of the original solicitation remain unchanged, with a performance period set from August 1, 2025, to July 31, 2030. The amendment is part of ongoing government efforts to modify existing RFPs while ensuring compliance with administrative procedures, indicating an organized approach to procurement in federal and state contexts.
    Amendment 0003 to solicitation 140A2325Q0108 extends the response deadline and updates the period of performance for occupational therapy services at John F. Kennedy School in Whiteriver, Arizona. The response date has been changed from June 19, 2025, to December 9, 2025, both at 10:00 AM. The base year for the period of performance will now run from February 1, 2026, to January 31, 2027, with four optional years available. This amendment addresses delays due to a lapse in government appropriations and issues with price reasonableness. All other terms and conditions of the solicitation remain unchanged. Acknowledgment of this and all amendments is required for a responsive offer.
    The document outlines a Request for Quote (RFQ) for occupational therapy services at the John F. Kennedy Day School in Whiteriver, Arizona, managed by the Bureau of Indian Education (BIE). The contract will be effective from August 1, 2025, to July 31, 2030, including a base year and four option years for renewal, depending on the contractor's performance and availability of funds. Proposals must align with the Federal Acquisition Regulation (FAR) guidelines, specifically FAR 52.212-1 for offeror instructions. The contractor is expected to provide all necessary labor, supplies, and support while adhering to strict security and background check requirements, especially as they relate to working with children. The document includes detailed invoicing guidelines, payment procedures, and expectations for key personnel qualifications. Emphasis is placed on the use of U.S. citizens and sensitivity to cross-cultural conditions, given the school’s demographic. The packaging of key clauses and compliance standards, such as whistleblower protections and child safety regulations, frames the contractual obligations. Overall, this RFQ reflects the government’s structured approach to acquiring specialized educational services while ensuring adherence to federal policies and local regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    FACE Program, Family Enrichment
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the Family Enrichment Services (FACE Program) under Solicitation 140A2326Q0004. This initiative aims to provide comprehensive home-based family engagement and early learning services for families with children from prenatal to age three, enhancing parental involvement in early education. The contractor will support approximately 55 FACE Family Enrichment sites across 14 states, focusing on professional development, technical assistance, and culturally responsive programming. Proposals are due by December 8, 2025, at 16:00 CST, with a firm-fixed-price contract valued at $800,000 over five years, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    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.
    NNMC Wellness Program Project
    Buyer not available
    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.
    Nonpersonal Service Contract - (1) Xray Tech at Pinon Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Non-Personal Service Contract to provide an X-ray Technician at the Pinon Health Center in Arizona. The contractor will be responsible for performing X-ray procedures, maintaining equipment, and ensuring compliance with health standards, with the contract duration set for 12 months or until a permanent hire is made. This opportunity is particularly significant as it supports the health services for American Indians and Alaska Natives, emphasizing the importance of culturally competent care. Proposals are due by December 6, 2025, at 5:00 PM MST, and interested parties should contact Whitney Shorty at whitney.shorty@ihs.gov or 928-725-9806 for further details.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    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.
    LIFE SAFETY SYSTEMS MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Life Safety Systems Maintenance at the BIE Riverside Indian School in Anadarko, OK. This procurement involves comprehensive inspection, testing, maintenance, and repair services for various life safety systems, including fire alarm systems, fire sprinkler systems, and emergency lighting, with a contract structured as a hybrid Firm-Fixed Price and Time and Material type covering a base year and four option years, from February 1, 2026, to January 31, 2031. The selected contractor will be responsible for ensuring compliance with NFPA standards and must be certified as an Indian Small Business Economic Enterprise (ISBEE), with proposals evaluated based on technical capability, past performance, and price. Quotes are due by December 5, 2025, at 4:00 PM CST, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    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.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    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.