B--Model Development and Support CalSim Model Logic
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation is seeking proposals for Model Development & Support for CalSim Model Logic. This is a Combined Synopsis/Solicitation (RFQ 140R2026Q0024) for a Labor-Hour Service Contract to enhance the CalSim model and support related operations analysis. The acquisition is conducted under Full and Open Competition (no set-aside). Quotes are due by May 20, 2026, at 3:00 PM PST.
Purpose and Scope
The objective is to acquire contractor services to support improvements to operational assumptions within the CalSim model and assist the Bureau of Reclamation in related operations analysis. This includes focusing on allocation, export, rescheduling, model efficiency, Cooperating Operations Agreement (COA) considerations, and Millerton operations logic.
Key areas of work include:
- CalSim Model Development: Enhancing allocation procedures, implementing flexibility in CVP/SWP COA accounting, improving model efficiency (e.g., cycle structure, groundwater simulation), redesigning Millerton Lake operations logic, and creating a historical water sources/uses database.
- Operations and Modeling Staff Support: Providing on-demand modeling and training support to Central Valley Operations and the Bay-Delta Office Modeling Division for unforeseen and time-sensitive tasks.
- Project Management & Coordination: Establishing recurring weekly meetings, managing project schedules, and providing progress reports.
- Data Management & Documentation: Delivering final models and documentation, including WRESL code with comments and memorandums, accessible via a secure online platform.
Contract Details
- Contract Type: Labor-Hour Service Contract (Purchase Order)
- NAICS Code: 541690 (Environmental Studies And Assessments) with a $19.0 million size standard.
- Product Service Code: B510 (Environmental Studies And Assessments).
- Period of Performance: A Base Year from June 15, 2026, to June 14, 2027, with four (4) subsequent Option Years, extending the contract through June 14, 2031.
- Place of Performance: Contractor's facility and other appropriate meeting locations.
- Estimated Ceiling: The overall contract ceiling amount is $1,600,000.00.
Submission & Evaluation
- Quotes Due: May 20, 2026, by 3:00 PM Pacific Standard Time (PDT).
- Submission Method: Quotes must be emailed as PDF documents to Sherry Heibeck at sherry_heibeck@ios.doi.gov.
- Evaluation Criteria: A comparative evaluation will be conducted to determine the best value, considering:
- Technical Approach (PWS approach/understanding and Contractor Experience)
- Past Performance
- Price
- Small Business Participation
- Required Attachments: Offerors must complete and submit the Price Schedule (Attachment 1), filling in fully burdened rates for each labor category without altering estimated hours. A Subcontracting Plan (Attachment 2) template is also provided for completion.
- Eligibility: Offerors must be registered in the System for Award Management (SAM.gov).
Contact Information
For questions, contact Sherry Heibeck at sherry_heibeck@ios.doi.gov or 916-978-6188.