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 Steelhead spawning and stranding surveys along the Lower American River in Folsom, CA. This is a 100% Small Business Set-Aside for field support and data analysis to ensure compliance with National Marine Fisheries Service (NMFS) Biological Opinion. Quotes are due by February 24, 2026, at 10:00 am PT.
Scope of Work
The contractor will provide a seasonal work crew (fisheries biologist, GIS-competent fisheries technician, support staff) to conduct surveys for Central Valley steelhead (CVSH) redds (January to mid-April) and stranding/isolation pools within a 12.9-mile reach of the Lower American River (Nimbus Dam to Watt Avenue Bridge). Key tasks include:
- Planning, organizing logistics, and collecting field data.
- Compiling and analyzing data, preparing reports.
- Distinguishing between Chinook salmon and steelhead redds.
- Monitoring flows affecting spawning and egg-to-fry survival.
- Obtaining all necessary field data for Reclamation's compliance.
- Providing all necessary equipment, including safety gear.
- Obtaining regulatory permits for handling listed species.
Deliverables
Deliverables include a work plan, monthly progress reports, communication plan, safety plan, data quality control plan, bi-weekly spawning survey reports, stranding/isolation survey reports, and an annual report estimating steelhead abundance.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order.
- Period of Performance: A base year (April 1, 2026 - March 31, 2027) with four option years, totaling a potential five years.
- NAICS: 541690 (Environmental Consulting Services), Size Standard $19.0 Million.
- Set-Aside: 100% Small Business Set-Aside.
- Submission Deadline: Tuesday, February 24, 2026, by 10:00 am PT.
- Solicitation Published: January 27, 2026.
Submission & Evaluation
Quotes must be submitted via email to Sarah Anaya at sanaya@usbr.gov. Required documents include Business Information, Price Schedule, Capabilities Statement, Past Performance, and a Technical Proposal Approach. Award will be made to the responsible quoter whose proposal is most advantageous to the Government, considering Price, Past Performance, and Technical Approach through a comparative evaluation.
Additional Notes
Offerors must be registered in the System for Award Management (SAM.gov) by the closing date. A Wage Determination (WD 2015-5631) is applicable, establishing minimum wage rates and fringe benefits for contracts performed in California (El Dorado, Placer, Sacramento, and Yolo Counties) under the Service Contract Act.