Speech and Language Pathologist Services for River

SOL #: 140A2326Q0093Combined Synopsis/Solicitation

Overview

Buyer

Interior
Bureau Of Indian Affairs
INDIAN EDUCATION ACQUISITION OFFICE
Albuquerque, NM, 87104, United States

Place of Performance

Place of performance not available

NAICS

Offices of Physical (621340)

PSC

Pathology Services (Q515)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Mar 27, 2026
2
Submission Deadline
Apr 27, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Interior, Bureau of Indian Affairs is seeking Speech and Language Pathologist Services for students at Riverside Indian School (RIS) in Anadarko, Oklahoma. This is a Combined Synopsis/Solicitation for a Labor Hour contract. This opportunity is a Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Quotes are due by April 27, 2026, at 4:00 PM CDT.

Opportunity Overview

This solicitation (140A2326Q0093) aims to secure Speech and Language Pathologist (SLP) services for students in grades 4-12 at Riverside Indian School. Services must comply with federal, state, and Bureau of Indian Education policies, including the Individuals with Disabilities Education Act (IDEA).

Scope of Work

The selected contractor will provide comprehensive SLP services, including:

  • Evaluations, interpretation of results, and treatment.
  • Consultation with school staff and parents.
  • Development of Individualized Education Program (IEP) goals and attendance at IEP meetings.
  • Submission of nine-week progress reports for each student.
  • Completion of weekly service logs and inputting documentation into the Student Information System.
  • The contractor must supply all necessary supplies, materials, and equipment.
  • Work will be performed one day per week during normal business hours (8:00 a.m. to 4:30 p.m., Monday-Friday) at the Riverside Indian School Campus.

Contract Details

  • Contract Type: Labor Hour purchase order.
  • Period of Performance: A base year from August 1, 2026, to July 31, 2027, with four one-year option periods. The Statement of Work (SOW) reflects a school year (August-May) period, but the contract will be 12 months, allowing for potential summer work.
  • Place of Performance: Riverside Indian School, 101 Riverside Dr., Anadarko, OK 73005.
  • NAICS Code: 621340 (Office of Physical, Occupational and Speech Therapist and Audiologist).
  • Size Standard: $12.5 Million.

Set-Aside & Eligibility

This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) / Indian Economic Enterprises (IEE). Offerors must complete and submit the Department of the Interior Acquisition Regulation (DIAR) IEE self-certification form (Attachment 4) to confirm eligibility under the Buy Indian Act. Eligibility must be maintained throughout the contract term.

Submission Requirements

  • Quotes: Must be submitted electronically via email to michelle.nahlee@bie.edu.
  • Email Subject Line: "140A2326Q0093, Speech and Language Pathologist Services, (VENDOR NAME)".
  • Content:
    • Non-price quote: Precise and complete, detailing understanding of the SOW, anticipated obstacles, and proposed solutions. Include a capabilities statement demonstrating understanding of tasks and deliverables.
    • Pricing quote: Must include a fully burdened hourly rate for each labor category. The provided pricing schedule (Attachment 2) outlines estimated hours (310 per year) but requires bidders to input their rates.
    • Key personnel resumes: Demonstrating experience, required degrees, and certifications.
    • IEE self-certification form (Attachment 4).

Evaluation Criteria

Award will be based on a comparative evaluation to determine the best value to the government, as per FAR 13.106-2(b)(3). The government may accept offers other than the lowest priced if they provide additional benefits.

Key Dates

  • Questions Due: April 2, 2026, 4:00 PM CDT.
  • Q&A Amendment Posted: By April 6, 2026.
  • Quotes Due: April 27, 2026, 4:00 PM CDT.

Important Notes

  • Contractor personnel will require a Security Background Clearance.
  • Offerors must be actively registered in SAM.gov.
  • Payments will be made monthly in arrears through the U.S. Department of the Treasury's Invoicing Processing Platform (IPP) System.
  • Bidders must adhere to the Wage Determination (No. 2015-5327, Rev. 29) for Oklahoma counties, which specifies minimum wage rates and fringe benefits under the Service Contract Act.
  • Preference will be given to individuals with experience working with Native American children.

People

Points of Contact

Nahlee-Marshalek, MichellePRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026