F--Monitoring Juvenile Anadromous O. mykiss in the Lower San Joaquin and Stanislau
ID: 140R2025Q0034Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

NATURAL RESOURCES/CONSERVATION- FISHERIES RESOURCES MANAGEMENT (F020)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 8:00 PM UTC
Description

The Bureau of Reclamation, part of the Department of the Interior, is seeking vendors for a project focused on monitoring juvenile anadromous Oncorhynchus mykiss (California Central Valley Steelhead) in the Lower San Joaquin and Stanislaus Rivers, California. The primary objective is to enhance understanding of these fish populations to improve management and conservation efforts while optimizing water delivery and hydropower from the Central Valley Project (CVP). This multi-year study will involve estimating population sizes, demographics, survival rates, and analyzing the impacts of CVP operations on fish habitats, with work scheduled to commence on September 1, 2025, for a base year and two additional one-year options. Interested parties must submit a capability statement by April 11, 2025, to Margaret Jones at margaretjones@usbr.gov, as this sources sought notice is intended to gather market information and does not constitute a request for contract proposals.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 8:04 PM UTC
The document outlines a Performance Work Statement for monitoring juvenile California Central Valley Steelhead (Oncorhynchus mykiss) populations in the Lower San Joaquin and Stanislaus River. Its primary objective is to enhance understanding of these fish species to improve their management and conservation while maximizing water delivery and hydropower from the Central Valley Project (CVP). The project involves multi-year studies to estimate population sizes, demographics, life stages' survival rates, and to analyze impacts of CVP operations on fish habitats. Key tasks include developing a Juvenile Production Estimate (JPE) implementation plan, conducting annual population surveys, analyzing age and growth metrics, and monitoring survival and outmigration rates of juvenile steelhead. The work, conducted by a contractor under a firm-fixed price contract, spans from September 2025 to August 2026, with options for additional years. Deliverables include technical memoranda, field data, analytical scripts, and project management reports, ensuring compliance with federal standards. The project ultimately aims to provide data that supports informed decision-making regarding CVP operations and aids in the conservation efforts for steelhead populations in California’s Central Valley.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
ID-FWS BEAR LAKE NWR-FISH SCREEN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the conversion of five rotating drum-style fish screens to solar-powered electric designs at the Bear Lake National Wildlife Refuge in Idaho. This initiative aims to enhance the exclusion of invasive fish from wetlands while ensuring adequate water flow, with a focus on environmentally sustainable practices. The procurement is set aside for small businesses under NAICS code 221310, with the award based on the lowest priced compliant offer. Interested vendors must submit their quotations by 1:00 PM Eastern Time on April 9, 2025, with product delivery required by April 30, 2025, and the performance period extending from April 14 to July 14, 2025. For further inquiries, contact Joshua Stuart at joshuastuart@fws.gov.
R--PROFESSIONAL DIVE SERVICES
Buyer not available
The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking qualified contractors to provide professional dive services for maintaining, installing, and removing underwater oceanographic and water monitoring equipment in the Sacramento/San Joaquin Delta and San Francisco Bay areas of northern California. The primary objective of this procurement is to ensure the continuous operation of critical water monitoring stations, which are essential for collecting real-time data on California's rivers, particularly in the Delta region. This opportunity is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a firm, fixed price over a five-year period, and it is designated as a 100% small business opportunity. Interested parties must register in the System for Award Management (SAM) and submit inquiries to Contract Specialist Joahnne Ongjoco at jongjoco@usgs.gov, with all relevant documents expected to be available in mid-April 2025.
Grand Canyon River Mission 25-SRM022
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to participate in the Grand Canyon River Mission 25-SRM022 project, which focuses on the translocation monitoring of Colorado River Humpback Chub and Razorback Sucker, as well as non-native fish surveillance within Grand Canyon National Park. The objective of this procurement is to ensure effective environmental management and species preservation, requiring vendors to provide necessary labor, materials, and services. This initiative underscores the federal government's commitment to environmental stewardship and collaboration with small businesses in fulfilling essential conservation projects. Interested parties must submit their quotes by April 9, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to undertake a project focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The objective is to design and implement restoration techniques that mimic natural structures to enhance aquatic habitats along Thousand Creek and Fish Creek, with a performance period set from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested contractors must submit their offers by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
58--ACOUSTIC RECEIVERS & TRANSMITTERS Notice of Intent
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), intends to award a Purchase Order to Advanced Telemetry Systems for the procurement of acoustic receivers and transmitters as part of the Juvenile Salmonid Acoustic Telemetry System (JSATS). The required equipment includes compact transmitters that operate within a temperature range of 0-31°C, emit a signal at 416.7 kHz, and feature configurable coding, as well as receivers capable of detecting and decoding various tag codes while connecting to an underwater hydrophone. This procurement is critical for tracking juvenile salmonids, supporting conservation and research efforts, and ensuring the reliability of data collection in aquatic environments. Interested parties may submit quotations via email to rlujan@usgs.gov by April 9, 2025, at 0800 hrs central time; however, this notice is not a request for competitive quotes, and the government reserves the right to determine the procurement process based on the responses received.
19--WV- BOAT/TRAILER ONLY FOR UNIT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking to procure a specialized boat, motor, and trailer package designed for electrofishing research in collaboration with the West Virginia Cooperative Fish and Wildlife Research Unit. This equipment is essential for training USGS employees and students in motorboat operation and supporting research related to fisheries and wildlife management, requiring compatibility with specific electrofishing equipment and custom components. The procurement process will be non-competitive due to the unique specifications necessary for effective research, with alternative proposals accepted until April 9, 2025. Interested vendors can contact Brian Baker at bfbaker@usgs.gov for further information.
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product. This procurement aims to enhance the agency's capabilities in aquatic research and monitoring, with specific performance parameters outlined for the equipment. The contract will be awarded as a Firm-Fixed Price Contract to a responsible small business, emphasizing the importance of fair pricing and best value for the government. Interested vendors must submit their quotes via email by April 7, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Sources Sought -LLA Fish Pump - MCC Support Frame
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking market capability information for the LLA Fish Pump - MCC Support Frame project. This sources sought notice aims to identify potential contractors, both large and small, who can provide structural components and support for the Motor Control Center platform, which is critical for enhancing fish pump performance at the Lower Granite Lock and Dam. The project emphasizes compliance with technical specifications, including hot-dipped galvanization and security measures for contract personnel. Interested firms must submit a capabilities package by 11:00 AM (PST) on April 14, 2025, to Zachary Newby at Zachary.S.Newby@usace.army.mil, and must be registered in SAM to be eligible for future contract opportunities.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.