Rotary Screw Trap Data from the American and Stanislaus Rivers
ID: 140R2025Q0081Type: Sources Sought
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)
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
    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.
    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.
    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.
    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.
    48--PRESSURE VESSEL RECERTIFICATION
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide pressure relief valves (PRVs) for the Hoover Dam as part of a Sources Sought announcement. The procurement aims to acquire several dozen PRVs of various sizes and specifications to ensure compliance with the ASME Boiler and Pressure Vessel Code, thereby enhancing the safety of the dam's pressurized systems and personnel. These valves are critical for the operation of the dam's boilers and pressure vessels, underscoring their importance in maintaining safe operational standards. Interested firms must submit their capability statements and relevant information by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, referencing number AGBOR300170 in the subject line.
    37--MRG SFD Boom Mower Attachment
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    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.
    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.