Spring Chinook salmon spawning surveys above Green Peter Dam
ID: W9127N25Q14INType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking qualified contractors to conduct spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract, which is a firm-fixed price for a duration of 12 months, requires the contractor to provide personnel, equipment, and materials necessary for conducting comprehensive surveys, including carcass sampling and the delivery of detailed reports. This project is crucial for assessing salmon abundance, distribution, and spawning behavior, particularly in Quartzville Creek and the Middle Santiam River, with results to be reported monthly to the contracting officer’s representative. Interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further details, with a final report and presentation due by April 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract involving spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract is a firm-fixed price for a period of 12 months, requiring the Contractor to provide necessary personnel, equipment, and materials, and adhere to local, state, and federal regulations. Key tasks include creating a study/work plan, conducting spawning surveys, performing carcass sampling, and delivering reports. The Contractor must detail their planned activities, including the personnel involved, objectives, and a schedule for field surveys. Surveys will assess salmon abundance, distribution, and spawning behavior primarily in Quartzville Creek and the Middle Santiam River, conducted using both boat and foot methods. The results will then be analyzed and reported monthly to the contracting officer’s representative (COR). Performance standards emphasize the importance of quality and adherence to the PWS, with specific metrics defined for each task. The project timeline establishes critical milestones leading to a final report and presentation by April 30, 2026. Additionally, the document highlights compliance with various regulations, including veterans' employment initiatives and metadata documentation standards, emphasizing the necessity for rigorous project coordination and communication among stakeholders.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Total Dissolved Gas and Temperature Monitoring Program (TDG)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting quotes for a Total Dissolved Gas (TDG) and Temperature Monitoring Program, specifically aimed at calibrating and maintaining government-owned TDG and temperature probes at Chief Joseph Dam in Washington, Libby Dam in Montana, and Albeni Falls Dam in Idaho. The contractor will also assist in deploying equipment for water quality research studies, ensuring compliance with environmental monitoring standards. This opportunity is exclusively available for small businesses under NAICS code 541620, with proposals due by 2:00 PM PST on February 21, 2025, and the contract expected to commence on March 1, 2025, with options extending up to three years. Interested contractors should contact Tyler Luke at tyler.j.luke@usace.army.mil or Brett Vegeto at brett.s.vegeto@usace.army.mil for further details.
    West Coast Hopper Maintenance Dredging 2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigational depths in critical areas such as Humboldt Bay and the Lower Columbia River. This federal contract, with an estimated construction budget ranging from $10 million to $50 million, requires contractors to perform maintenance dredging to ensure safe maritime operations while adhering to environmental regulations and safety standards. The project underscores the importance of maintaining navigability in U.S. waters and promotes the inclusion of small businesses in the contracting process, with specific goals for participation from various socio-economic categories. Interested bidders must submit their proposals electronically by February 21, 2025, and can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    EFO-WDFW LAW ENFORCEMENT SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for law enforcement services to be provided by the Washington Department of Fish and Wildlife (WDFW) across the Columbia Basin Project, which spans over 1 million acres in Ephrata, Washington. The primary objective of this contract is to ensure public safety, protect natural resources, and enforce state and federal regulations through regular patrols and thorough documentation of activities and incidents. This contract, valued at approximately $91,344.52 for the first year and totaling $484,960.46 over five years, is critical for maintaining order and preventing criminal activities on federal lands, with a performance period set from April 1, 2025, through March 31, 2030. Interested parties can contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details.
    NCAO Klamath River FAR Compilation Report
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the Klamath River Flow Augmentation Releases Compilation Report, aimed at analyzing environmental impacts on fish disease dynamics, particularly focusing on Ichthyophthirius and Columnaris infections in adult salmon. The project involves a comprehensive study that includes reviewing environmental data, analyzing water temperature and flow dynamics, and developing management strategies to enhance salmon populations following a significant die-off event in 2002. This initiative is critical for informing future water management practices and ensuring the ecological sustainability of the Klamath River ecosystem. Interested small businesses can contact Steven Teves at steves@usbr.gov or call 916-978-4302 for further details, with the contract expected to last 18 months under a total small business set-aside.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    McNary Lock & Dam Armed Guards Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide armed guard services for the McNary Lock and Dam located in Umatilla, Oregon. The procurement involves a firm fixed-price contract that includes one base year and four optional years, requiring contractors to deliver comprehensive security staffing, including access control and physical security monitoring, while adhering to federal and state laws. This initiative is crucial for enhancing security at critical infrastructure, ensuring that guards are properly licensed, trained in incident response and weapon handling, and maintain high standards of conduct. Interested parties can contact Mary Seiner at mary.l.seiner@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further details, with the expectation of rigorous performance evaluation criteria to ensure accountability throughout the contract duration.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.