Q--Speech and Language Pathologist Services for RIS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 soliciting proposals for Speech and Language Pathologist (SLP) Services for students in grades 4-12 at Riverside Indian School (RIS) in Anadarko, Oklahoma. This is a combined synopsis/solicitation for commercial items. An amendment has changed the set-aside from Indian Small Business Economic Enterprise (ISBEE) to Total Small Business and extended the offer due date.
Scope of Work
The contractor will provide comprehensive SLP services, including evaluations, interpretation of results, treatment, and consultation. Key responsibilities involve writing Individualized Education Program (IEP) goals, attending IEP meetings, submitting nine-week progress reports, completing weekly service logs, and inputting documentation into the Student Information System. The contractor must supply all necessary materials and equipment. Services are required 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
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12 & 13.5)
- Contract Type: Labor Hour Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 621340 (Office of Physical, Occupational and Speech Therapist and Audiologist)
- Size Standard: $12.5M
- Period of Performance: Base Year: August 1, 2026, to July 31, 2027, with four additional one-year option periods. The SOW specifies services from August 1, 2026, to May 31, 2027, aligning with the school year.
- Place of Performance: Riverside Indian School, 101 Riverside Dr., Anadarko, OK 73005.
Submission & Evaluation
Quotes must be submitted electronically via email to michelle.nahlee@bie.edu. The subject line should be "140A2326Q0093, Speech and Language Pathologist Services, (VENDOR NAME)". Non-price quotes should detail understanding of the work, anticipated obstacles, and solutions. Pricing quotes must include a fully burdened hourly rate for each labor category, adhering to the provided pricing schedule and Wage Determination No. 2015-5327. Evaluation will be based on FAR 13.106-2(b)(3), using comparative evaluations to determine best value, allowing for acceptance of offers other than the lowest priced if additional benefits are provided. Offerors must provide a capabilities statement and key personnel resumes demonstrating required experience, degrees, and certifications.
Key Dates
- Offers Due: May 28, 2026, by 4:00 PM CDT.
- Published Date: May 1, 2026 (Amendment 0001).
Important Notes
Offerors must be registered in SAM.gov. Personnel working onsite or accessing PII will require security background investigations. Payments will be processed monthly in arrears through the U.S. Department of the Treasury's Invoicing Processing Platform (IPP) System. The Wage Determination (No. 2015-5327) outlines minimum wage rates and fringe benefits for Service Contract Act work in specified Oklahoma counties, which must be factored into proposals.