B--Lahontan Basin Area Office (LBAO) Review Data and
ID: 140R2025Q0077Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for a scientific review of data and methodologies related to the Lahontan Basin Area Office's Operating Criteria and Procedures (OCAP). The contractor will be responsible for assessing and recommending updates to reservoir storage targets, inflow forecasting, and Truckee River diversions, as outlined in the 1997 OCAP, with a focus on improving water management efficiency in the Truckee-Carson Basin. This initiative is crucial for modernizing water resource management practices in light of evolving legal and environmental conditions affecting water rights in California and Nevada. Quotes are due by August 28, 2025, at 3:00 PM Pacific Time, and interested parties can contact Sarah Rodrigues at srodrigues@usbr.gov or by phone at 916-978-5445 for further information.

    Point(s) of Contact
    Rodrigues, Sarah
    (916) 978-5445
    (916) 978-5175
    srodrigues@usbr.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the necessary tasks and deliverables for a contractor to review the data and methods in the Operating Criteria and Procedures (OCAP) for the Newlands Project in Nevada. The primary objectives are to assess the incorporation of contemporary data and science in reservoir management and make recommendations to enhance accuracy in determining reservoir targets, forecasting inflows, and calculating Truckee River diversions. The PWS specifies mandatory tasks, including project management, meetings, and required recommendations for updates to the Lahontan storage objectives. It also highlights optional tasks to improve Carson River inflow forecasting and Truckee River diversion calculations. Due to environmental concerns, particularly regarding the impact of water diversions on Pyramid Lake's ecosystem, the PWS necessitates utilizing the latest scientific methods while ensuring compliance with existing regulations. The contractor is expected to engage with stakeholders transparently and communicate findings effectively. The project spans from contract award until September 2027, with mandated timelines for deliverables, ensuring adherence to quality standards while navigating complexities associated with water resource management in the Truckee-Carson Basin. This initiative illustrates a commitment to informed decision-making in federal water management practices, particularly within context-specific ecological and regulatory frameworks.
    The Bureau of Reclamation, Interior Region 10, in Sacramento, California, has issued a Request for Quotation (RFQ) 140R2025Q0077 for a contractor to review and recommend updates to the Lahontan Basin Area Office's (LBAO) Operating Criteria and Procedures (OCAP). This project, set aside for small businesses, aims to scientifically review data and methods used for reservoir storage targets, inflow forecasting, and Truckee River diversions as outlined in the 1997 OCAP. The contractor will undertake mandatory tasks including project management, meetings, and recommending updates to Lahontan storage objectives. Optional tasks involve recommending updates to Carson River inflow forecasting and Truckee River Diversion calculations. The period of performance is from the award date to September 30, 2027. Quotes are due by August 28, 2025, 3:00 PM Pacific Time, via email. The selected contractor must possess expertise in water resource management, RiverWare modeling, and adhere to strict reporting and quality control standards. All work must comply with the DOI Scientific Integrity Policy and utilize compatible software like MS Word, Excel, and RiverWare.
    The U.S. Department of the Interior's Bureau of Reclamation initiated an update to the 1997 Operating Criteria and Procedures (OCAP) for the Newlands Project, Nevada, due to changes in water use, regulations, and operational ambiguities. This Plan Formulation Report outlines the initial scoping process, conducted through a series of workshops with participating entities like the Truckee-Carson Irrigation District and local Paiute Tribes. The workshops identified problems, opportunities, and constraints, leading to a refined goal, objectives, and stand-alone actions for the OCAP update. The goal is to evaluate and update the OCAP without changing its original purpose—minimizing Truckee River water use and maximizing Carson River water use while serving Newlands Project water rights. Key objectives include clarifying language, incorporating best available science, ensuring operational flexibility, enhancing transparency in decision-making, and addressing changes in law and conditions since 1997. This pre-NEPA planning activity will inform future alternative development and formal NEPA analysis.
    This document, RFQ: 140R2025Q0077, addresses questions and answers related to a federal government Request for Quotation. Key clarifications include providing a reference document (USBR OCAP Plan Formulation Report) as Attachment 1. The optional site visit in Mandatory Task 2 is clarified as not technically necessary but valuable for relationship building; contractors can include it in their quote under Task 2 if desired. The document confirms that sub-tasks for meetings, status reports, and invoices within analysis tasks (3, 4, and 5) are additive, potentially leading to a maximum of 60 teleconferences if all optional tasks are undertaken. Finally, the quantity for the quote schedule is corrected to 24 months instead of 21, and payment will be based on percent of project completion, with invoices submitted no more frequently than monthly.
    Amendment 0001 to solicitation 140R2025Q0077 from the Bureau of Reclamation, Mid-Pacific Region, addresses questions received, incorporates a revised pricing schedule, and includes "Attachment 1 - USBR OCAP Plan Formulation Report". The amendment also provides "Questions and Answers" and a "Revised Combined Synopsis/Solicitation" with highlighted changes. The quote due date remains unchanged at 3:00 PM Pacific Time on August 28, 2025. The period of performance for the resulting contract is from September 30, 2025, to September 30, 2027. This amendment ensures that all terms and conditions of the original solicitation, as previously modified, remain in full force and effect.
    Amendment 0002 for Solicitation 140R2025Q0077, issued by the Bureau of Reclamation, Mid-Pacific Region, on August 4, 2025, corrects an error in Amendment 0001. The purpose is to attach the inadvertently omitted Revised Combined Synopsis/Solicitation from Amendment 0001. No other changes are made, and the quote due date remains August 28, 2025, at 3:00 PM Pacific Time. The period of performance for the contract is from September 30, 2025, to September 30, 2027. This amendment serves as a clarification and re-attachment of previously intended documentation for the solicitation.
    The Bureau of Reclamation is soliciting proposals under Request for Quotation (RFQ) number 140R2025Q0077 for a scientific review of data and methodologies used in the 1997 Operating Criteria and Procedures (OCAP) for the Newlands Project in Nevada. This solicitation targets small businesses and requires all submissions by August 28, 2025. The project's objectives include assessing the accuracy of reservoir storage targets and improving forecasting methodologies for Truckee River diversions. Contractors must manage various tasks, including proposing updates to Lahontan Reservoir storage objectives and Carson River inflow forecasting, along with mandatory project management duties and meetings. Deliverables, such as technical memoranda, must address current methodologies' advantages and limitations, incorporating best available science and technology. The contractor will document findings and present results to stakeholders to facilitate understanding and future implementation within the OCAP framework. The contract aims to enhance water management efficiency while considering legal and environmental implications affecting water rights in California and Nevada. This initiative shows the Bureau's focus on modernizing operations for effective water resource management amid changing dynamics in the Truckee-Carson Basin.
    Similar Opportunities
    A--Northern California Area Office (NCAO) Cultural Re
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    47--Northern California Area Office (NCAO) Auxilary Sy
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes from qualified small businesses for the procurement of Auxiliary System Runner Replacement Parts for the Northern California Area Office (NCAO). The objective of this procurement is to acquire high-quality stainless steel piping components and fittings, which are essential for maintaining the infrastructure of the NCAO Auxiliary System, with a focus on quick delivery to meet local demands. Interested vendors must submit their quotes via email by 3:00 p.m. PST on December 5, 2025, including a detailed pricing schedule and other required documentation, to Steven Teves at steves@usbr.gov. This opportunity is a total small business set-aside, and the evaluation will consider factors such as price, delivery timeliness, and past performance.