Rotary Screw Trap
ID: 140R2025Q0081Type: Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation seeks environmental information through the Rotary Screw Trap Data contract to manage the Central Valley Project (CVP) and minimize its impact on fish species. This involves real-time operations and status/trend monitoring in the American and Stanislaus Rivers, focusing on juvenile Chinook salmon and steelhead. Objectives include estimating annual fish production, comparing juvenile and adult populations, and providing real-time data. Tasks involve operating rotary screw traps, conducting capture-efficiency trials, collecting biological data, and enhancing databases. Deliverables include study plans, technical memoranda, daily/monthly data uploads to public platforms, and annual data files. The project runs from November 1, 2025, to October 31, 2028, and aims to inform management actions to increase fish abundance and improve ecosystem health.
    This government solicitation, RFP 140R2025Q0081, issued by the Bureau of Reclamation, is a 100% small business set-aside for environmental monitoring services. The purpose is to collect rotary screw trap data from the American and Stanislaus Rivers to inform real-time operations and status/trend monitoring of Chinook salmon and steelhead. Key objectives include estimating annual juvenile production, comparing it to adult escapement, and providing real-time data. The contractor will operate rotary screw traps, conduct capture-efficiency trials, collect biological information, and enhance the RST database. Deliverables include a study plan, annual technical memoranda, daily/monthly data uploads to public platforms, data management plans, and project summaries for the Delta Science Tracker. The contract is a Firm-Fixed Price Purchase Order with an anticipated period of performance from February 1, 2026, to January 31, 2027, with two option years. Quotes are due by January 7, 2026, and offerors must be registered in SAM.gov. The document also details various Federal Acquisition Regulation (FAR) clauses and Department of the Interior Acquisition Regulation (DIAR) clauses incorporated by reference, covering aspects like safeguarding information systems, option to extend services, and electronic invoicing.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Bradbury Dam Pump Rental
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the rental and operation of a temporary water supply pump system at Bradbury Dam, as outlined in Solicitation Number 140R2026Q0017. The project requires the contractor to furnish, install, test, operate, disassemble, and remove a system capable of delivering an adjustable flow rate of 9-11 cubic feet per second (cfs) from Lake Cachuma to the Bradbury Dam spillway, with operations scheduled from January 12 to January 16, 2026. This acquisition is a 100% small business set-aside, emphasizing the importance of small business participation in government contracts, and quotes are due by January 5, 2026, at 12:00 PM Pacific Time, to be submitted via email to Joe Molina at joemolina@usbr.gov.
    F--Nimbus Fish Hatchery Operations and Maintenance
    Interior, Department Of The
    The Bureau of Reclamation is seeking qualified contractors for the operation and maintenance of the Nimbus Fish Hatchery located in Gold River, California, from July 2026 to June 2031. The contractor will be responsible for managing all aspects of hatchery operations, including fish spawning, rearing, and release, with specific production goals for Fall-run Chinook salmon and Central Valley steelhead, alongside ensuring compliance with environmental regulations. This opportunity is crucial for supporting fish populations and maintaining ecological balance in the region. Interested parties must submit their business information, capability statements, and past performance documentation by January 26, 2026, at 1:00 PM Pacific Time to Denard Fobbs Jr. at dfobbs@usbr.gov, noting that this notice is for market research purposes only and does not constitute a solicitation.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    In-Stream and Log Hauling Services - Mining Reach Phase II
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, identified by Solicitation Number 1240BF25Q0057, will be awarded as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031. Interested contractors must submit their proposals electronically by January 19, 2026, at 1:00 PM (PST), and can direct inquiries to Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091.
    Z--Digital Governor Modernization
    Interior, Department Of The
    The U.S. Bureau of Reclamation is seeking to award a sole source contract for the modernization of digital governors at the Shasta Power Plant in California. This project involves upgrading existing, over 20-year-old Programmable Logic Controllers (PLCs) and Human-Machine Interfaces (HMIs) to enhance operational efficiency and extend the lifespan of the equipment by 15-20 years. The selected contractor, L&S Electric Inc., will replace obsolete components with Modicon M580 PLCs and Magelis HMI touchscreen panels, while also incorporating new operational modes for improved functionality. Interested firms must submit their qualifications and demonstrate their capability to meet the requirements by 10:00 AM Pacific Standard Time on January 5, 2026, to the Contract Specialist, Mouang Phan, at mphan@usbr.gov.
    44--Thrust Bearing Oil Cooler
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for the procurement of 10 thrust bearing oil coolers as part of a total small business set-aside contract. The objective is to replace four original oil coolers for a 75 MW hydroelectric generator at the Spring Creek Power Plant with modern units that meet or exceed the original specifications, adhering to ASME and TEMA standards. Interested vendors must submit their quotes by January 16, 2026, at 2:00 PM Pacific Standard Time, and should direct their inquiries to Mouang Phan at mphan@usbr.gov or by phone at (916) 978-5127.
    LAKE ROOSEVELT FORUM DUES BASE YR +4
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the Lake Roosevelt Forum Dues for a base year plus four option years, covering the period from January 1, 2026, to December 31, 2030. The contract requires the provision of services including the production of print and electronic newsletters, website management, and the planning of multiple Lake Roosevelt Forum Conferences. These services are vital for fostering community engagement and environmental stewardship in the Lake Roosevelt area. Interested parties, particularly Women-Owned Small Businesses (WOSB), should contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details and to ensure compliance with the proposal submission requirements.
    ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for acoustic equipment, specifically "Brand Name or Equal" Innovasea acoustic receivers, transmitters, and activation probes, under solicitation number RFQ 140G0325Q0009. The procurement includes 8 acoustic receivers, 4 activation probes, and 70 acoustic transmitters, with specific requirements regarding operating frequencies, temperature ranges, data storage, and waterproof capabilities. This equipment is crucial for research conducted by the Columbia River Research Laboratory, and the contract is set aside for small businesses with a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their firm, fixed-price quotes along with technical descriptions and other required documentation by January 5, 2026, to the primary contact, Joahnne Ongjoco, at jongjoco@usgs.gov.
    MRG SFD Boom Mower Attachment
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is seeking to procure a MowerMax Boom Mower Attachment for the Middle Rio Grande Socorro Field Division. This procurement involves a single MowerMax Boom Attachment with a Twin Saw, 90-inch, 90-degree articulating knuckle, which is essential for maintaining the Bureau's operational efficiency in managing vegetation along waterways. The contract requires delivery by January 11, 2027, with a performance period from January 12, 2026, to January 11, 2027, and interested vendors must submit their proposals, including a signed SF-1449 and a completed Price Schedule, to Valerie Jiron at vjiron@usbr.gov by the specified deadlines. The procurement is set aside for small businesses, and the successful contractor must comply with federal regulations and provide a warranty of at least 12 months.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.