A--Northern California Area Office (NCAO) Cultural Re
ID: 140R2026Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; CONSERVATION AND LAND MANAGEMENT; BASIC RESEARCH (AH21)

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 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.

    Point(s) of Contact
    Rodrigues, Sarah
    (916) 978-5445
    (916) 978-5175
    srodrigues@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation, Interior Region 10, Sacramento, California, has issued Solicitation 140R2026Q0008, a Request for Quotation (RFQ) for cultural resources support services. This 100% small business set-aside aims to modernize the Trinity River Fish Hatchery (TRFH) and involves cultural resources inventory, evaluation, and compliance with the National Historic Preservation Act (NHPA). Key tasks include updating built environment resource inventories, conducting National Register evaluations, performing finding of effects analyses, and preparing reports. Optional tasks include support for NHPA Memorandum of Agreement preparation and treatment plan deliverables. The contract is a Firm-Fixed Price (FFP) for a 12-month period, from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time. Contractors must have expertise in federal cultural resource laws and regulations, particularly Section 106 of the NHPA, and Northern California architectural history. Deliverables include monthly progress reports, draft and final reports, and digital geospatial data. Security requirements emphasize safeguarding
    The RFQ: 140R2026Q0008 Questions and Answers document clarifies several aspects of a government request for quotation. Key points include the availability of a draft inventory report for quoting purposes, with instructions to email the contracting officer for access. Hard copies of draft documents are not required, but three hard copies of final reports are. For Task 2.4, the contractor will be responsible for creating and delivering mitigation measures, to be determined in discussion with Reclamation. Payment intervals can be monthly based on invoices and progress reports, as this is a firm fixed price order. The abbreviations MO and AU in the Quote/Pricing Schedule stand for 'month' and 'lump sum,' respectively, with AU used in place of LS by the contract writing system. Tribal support for Section 106 obligations is handled in-house. The last records search for the project was performed on September 27, 2023.
    Amendment 0001 for solicitation 140R2026Q0008, issued by the Bureau of Reclamation, Mid-Pacific Region, addresses questions, incorporates a revised performance work statement, and includes an "Attachment 1 - Draft Inventory Report." This amendment ensures clarity and provides additional documentation for the solicitation. The quote due date remains December 15, 2025, at 3:00 PM Pacific Time, and the period of performance is from February 1, 2026, to January 31, 2027. All other terms and conditions of the original solicitation remain unchanged.
    The Bureau of Reclamation, Mid-Pacific Region, has issued Solicitation No. 140R2026Q0008, a Request for Quotation (RFQ) for Cultural Resources Support Services for the Trinity River Fish Hatchery Infrastructure Modernization Project. This 100% small business set-aside acquisition seeks a contractor with expertise in cultural resource management, particularly in irrigation, agricultural, and governmental buildings. The project involves a National Register Inventory and Evaluation Study, including updating built environment resources and conducting a finding of effects analysis, along with mandatory management meetings. Optional tasks include support for NHPA Memorandum of Agreement preparation and treatment plan deliverables. The contract is a Firm-Fixed Price for a 12-month period, from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time and must be submitted via email to Sarah Rodrigues (srodrigues@usbr.gov).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    47--Northern California Area Office (NCAO) Auxilary Sy
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of Auxiliary System Runner Replacement Parts for the Northern California Area Office (NCAO). The objective is to acquire high-quality stainless steel piping components and fittings, which are essential for maintaining the infrastructure of the NCAO, with a focus on quick delivery to meet local customer demands. This procurement is a total small business set-aside, and interested vendors must submit their quotes by December 5, 2025, at 3:00 p.m. PST, including a completed pricing schedule and relevant certifications. For further inquiries, vendors can contact Steven Teves at steves@usbr.gov or by phone at 916-978-4302.
    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).
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Fort Hunter Liggett (FHL) - Modernize Potable Water Transmission and Storage Infrastructure
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a project to modernize the potable water transmission and storage infrastructure at Fort Hunter Liggett, California. The project involves the design and construction of a new 5.25-mile transmission line, installation of two new storage tanks, construction of an access road, and upgrades to existing water source facilities, with an estimated contract duration of 540 days and a budget range of $25 million to $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond to the sources sought notice by December 5, 2025, at 3:00 PM EST, providing necessary documentation and experience details through the designated survey link. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    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.