Tracy Fish Collection Facility O&M Services
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 Tracy Fish Collection Facility O&M Services. This combined synopsis/solicitation seeks a hybrid Time & Material and Firm Fixed Price (FFP) purchase order for the operation and maintenance of the Tracy Fish Collection Facility (TFCF), Delta Cross Channel Facility (DXC), and Fish Release Sites (FRS). This opportunity is unrestricted. Quotes are due by February 25, 2026, at 3:00 PM PST.
Scope of Work
The contractor will provide all personnel, materials, and equipment necessary for the comprehensive operation and maintenance of the TFCF, DXC, and FRS. Key tasks include, but are not limited to, repair, preventive maintenance, debris removal, electrical work, and rodent prevention. The facilities operate 24/7 and are subject to upgrades. Specific services will be requested via Work Requests.
Contract Details
- Contract Type: Hybrid Firm Fixed Price (FFP) and Time & Materials.
- Period of Performance: One (1) base year of 12 months, plus four (4) 12-month option years.
- Set-Aside: Unrestricted.
- Product Service Code: S216 (Facilities Operations Support Services).
Submission & Evaluation
- Quotes Due: Monday, February 25, 2026, by 3:00 PM PST.
- Requests for Information (RFIs) Due: February 4, 2026, by 12:00 PM PST.
- Submission Method: Electronic mail to Joe Molina at joemolina@usbr.gov.
- Evaluation Factors: Technical Approach (PWS approach, project understanding, contractor experience), Past Performance, Price, and Small Business Subcontracting. Award will be made to the offeror most advantageous to the Government.
- Eligibility: Offerors must be registered in SAM.gov.
Key Attachments & Notes
- Site Visit: A mandatory site visit is scheduled for Monday, February 2, 2026, at 09:00 AM PST at the Tracy Fish Collection Facility. Registration is required.
- Labor Rates (Attachment 1): Provides fully burdened labor categories and rates for the base and option years, crucial for proposal pricing.
- Equipment Rates (Attachment 2): Lists daily/weekly/monthly equipment rates for various machinery, relevant for T&M components and option year pricing.
- Subcontracting Plan Worksheet (Attachment 3): Requires offerors to detail their plans for subcontracting with small businesses, adhering to FAR 19.704(a) elements.
- Wage Determination (Attachment 4): Specifies minimum wage rates and fringe benefits for Alameda and Contra Costa Counties, California, under the Service Contract Act, impacting labor cost calculations.
- The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06.