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
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is seeking bids for the procurement of Juvenile Salmonid Acoustic Telemetry Systems, specifically 2,000 new acoustic transmitters, as outlined in Request for Quotation (RFQ) number 140G0325Q0088. The equipment must meet detailed technical specifications and be delivered in multiple phases, with the first 400 units required by July 1, 2025, and subsequent deliveries due by September 1 and October 20, 2025. This procurement is crucial for scientific research and environmental management, particularly in the study of juvenile salmonid populations. Interested vendors must submit their quotations, including a signed SF 18 form and technical documentation, by May 2, 2025, and may direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 29, 2025.
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.
58--NOTICE OF INTENT TO SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, intends to negotiate a sole source contract for the acquisition of InnovaSea Acoustic Telemetry System equipment, specifically acoustic transmitters for tracking adult Chinook Salmon. These transmitters are crucial for studying habitat usage, migration timing, and spawning locations, and must be compatible with existing Vemco receiver equipment to ensure data comparability and minimize costs associated with replacing the current receiver array. The procurement is justified due to the proprietary nature of the Vemco system, which has no alternative manufacturers or compatible products available. Interested parties must submit responses demonstrating the advantages of competition by April 29, 2025, to Contract Specialist Jack Skogen at JackSkogen@fws.gov.
CA-SACRAMENTO NWRC-WTR CTRL STCT/CULVERT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the supply and delivery of precast concrete water control structures and culverts for the Sacramento National Wildlife Refuge in Willows, California. This procurement aims to enhance water management infrastructure, which is vital for natural resource conservation efforts. The contract is set for a performance period from May 1, 2025, to July 31, 2025, with offers due by April 29, 2025. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details and ensure compliance with federal regulations, including wage determinations under the Davis-Bacon Act.
Z--Water Assessment
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole-source contract to Warm Springs Irrigation and Power Company for the provision of water to support the Utah Lake Wetland Preserve project managed by the Utah Reclamation Mitigation Commission. This procurement is essential as Warm Springs Irrigation and Power Company is the sole entity with the necessary water rights to fulfill the requirements, emphasizing the importance of direct access to critical natural resources for effective wetland ecosystem management. Interested parties are encouraged to submit a capability statement to the primary contact, Aubrielle Watson, at AWatson@usbr.gov by May 10, 2025, with the contract award anticipated during Fiscal Year 2025, under FAR 13 guidelines and a NAICS code of 22131.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
F--Jordan River Weed Control
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for Integrated Vegetation Management and weed control services along the Jordan River. The primary objective is to manage approximately 180 acres to combat invasive plant species while ensuring minimal harm to desirable vegetation, with a focus on mechanical treatment methods and compliance with federal regulations. This initiative is crucial for enhancing natural resource management and environmental conservation efforts in the region. Proposals are due by April 17, 2025, with services expected to commence on May 5, 2025, and conclude by December 31, 2025. Interested vendors can contact Aubrielle Watson at AWatson@usbr.gov or by phone at 801-524-3832 for further information.
San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project, aimed at maintaining the navigability of the San Joaquin River and Port of Stockton. The project involves annual maintenance dredging to specific depths of -35 feet Mean Lower Low Water (MLLW), with certain areas requiring dredging to -38.5 feet, and includes the management and transportation of dredged materials to designated upland sites. This maintenance is crucial for ensuring safe maritime operations and supporting regional commerce while adhering to environmental regulations. Interested contractors must submit their proposals by May 19, 2025, with the contract valued between $5 million and $10 million; for further inquiries, they can contact Suntok Mcguinness at suntok.mcguinness@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil.
Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small business firms to provide trucking services for the transportation of live salmonids from the Mud Mountain Dam Fish Passage Facility (FPF) to designated release sites in Enumclaw, Washington. The contractor will be responsible for supplying up to four trucks equipped to transport fish, ensuring compliance with safety regulations, and monitoring transport conditions, particularly dissolved oxygen levels, during operations scheduled from July to October 2025. This initiative is part of a broader effort to enhance fish populations and habitats, reflecting the government's commitment to environmental stewardship and effective resource management. Interested firms must submit their qualifications and contact information to Brantley Dowell at brantley.w.dowell@usace.army.mil by 12:00 PM PDT on May 2, 2025, and must be actively registered in the System for Award Management (SAM.gov).