F--Lower American River Monitoring Spawning and Stranding Surveys
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 Bureau of Reclamation, MP-REGIONAL OFFICE is soliciting proposals for Lower American River Monitoring Spawning and Stranding services. This is a Combined Synopsis/Solicitation for a Firm-Fixed Price Purchase Order to support compliance with National Marine Fisheries Service (NMFS) Biological Opinion (BiOp) and Reasonable and Prudent Measures (RPMs). This opportunity is a Total Small Business Set-Aside. Quotes are due by Tuesday, February 24, 2026, at 10:00 am PT.
Purpose & Scope of Work
The primary purpose is to obtain services for monitoring Central Valley steelhead (CVSH) spawning and stranding/isolation pools in the Lower American River. The contractor will furnish a seasonal work crew, including a fisheries biologist and a fisheries technician with GIS competency, to conduct redds surveys from January to mid-April within a 12.9-mile reach between Nimbus Dam and Watt Avenue Bridge. Key tasks include planning, organizing logistics, collecting and compiling data, analyzing field studies, and preparing comprehensive reports. Special attention is required to distinguish between late-fall Chinook salmon and steelhead trout redds and to monitor flows affecting spawning and egg-to-fry survival.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order.
- Period of Performance: A base year (April 1, 2026 - March 31, 2027) with four option years, for a potential total of five years.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 541690 (Environmental Consulting Services), Size Standard $19.0 Million.
- Place of Performance: Physical work will be conducted at the Lower American River in Folsom, CA. Database and administrative work will be performed at the Contractor's office.
- Product Service Code: F115 (Environmental Systems Protection - Environmental Consulting And Legal Support).
Submission & Evaluation
- Submission Deadline: Tuesday, February 24, 2026, by 10:00 am PT.
- Submission Method: Quotes must be submitted via email to Sarah Anaya at sanaya@usbr.gov.
- Required Documents: Submissions must include Business Information, a Price Schedule, a Capabilities Statement, Past Performance information, and a Technical Proposal Approach.
- Evaluation Factors: Award will be made to the responsible quoter whose quote is most advantageous to the Government, considering Price, Past Performance, and Technical Approach through a comparative evaluation.
- Eligibility: Offerors must be registered in the System for Award Management (SAM.gov) by the closing date.
Special Considerations
This solicitation incorporates Wage Determination (WD 2015-5631) issued by the U.S. Department of Labor. Bidders must adhere to the minimum wage rates and fringe benefits specified for various occupations under the Service Contract Act for contracts performed in El Dorado, Placer, Sacramento, and Yolo Counties, California. Compliance with these labor standards is crucial for proposal validity.