A--Northern California Area Office (NCAO) Cultural Re
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, Interior Region 10, is soliciting quotes for Cultural Resources Support Services for the Trinity River Fish Hatchery (TRFH) Infrastructure Modernization Project. This is a 100% Total Small Business Set-Aside opportunity. An amendment (0001) has been issued to address vendor questions and incorporate a revised Performance Work Statement. Quotes are due December 15, 2025, at 3:00 PM Pacific Time.
Scope of Work
The contractor will provide cultural resources support, including:
- Mandatory Task 1: National Register Inventory and Evaluation Study, encompassing site visits, inventory assessments, documentation of built environment resources, National Register eligibility evaluation, and a Finding of Effects analysis. This includes preparing draft and final reports with geospatial data.
- Mandatory Task 2: Regular web-based Management Meetings with Reclamation staff for updates and coordination.
- Optional Task 3: National Historic Preservation Act (NHPA) Memorandum of Agreement Preparation Support, if an Adverse Effects determination is made.
- Optional Task 4: Deliverables in Support of the Treatment Plan, if an Adverse Effects determination is made.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: Twelve (12) months, from February 1, 2026, through January 31, 2027.
- Estimated Value: Not explicitly stated, but the NAICS Size Standard is $19 Million.
- Offer Due Date: December 15, 2025, at 3:00 PM Pacific Time.
- Published Date: November 19, 2025 (original solicitation), with Amendment 0001 published December 4, 2025.
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to srodrigues@usbr.gov.
- Required Documents: Technical documentation, completed Pages 4-6 of the solicitation, and completed FAR Clause 52.212-3 (Offeror's Representations and Certifications).
- Evaluation Factors: Award will be based on a comparative evaluation of Technical approach, Past Performance, and Price.
- Quote Validity: Quotes must be valid for 60 days from the offer due date.
Key Clarifications & Amendments
Amendment 0001 addressed vendor questions and revised the PWS. A draft inventory report is available upon request from Sarah Rodrigues. Clarifications include that hard copies of draft documents are not required, specific mitigation measures for Task 2.4 will be determined with Reclamation, payments will be monthly based on FFP, and pricing abbreviations 'MO' (month) and 'AU' (lump sum) were defined. No external Tribal support is required.