San Juaquin River Restoration Project (SJRRP)
This is a Sources Sought Notice. In preparation for an upcoming procurement, Department of the Interior (DOI), Bureau of Reclamation (BOR), Region 10 California Great Basin Region Supply & Service Acquisitions Office, Sacramento, CA, is conducting market research to all eligible and qualified
contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the experience, technical level of expertise, administration and management capability to perform the effort described below. The capability statements received will be used to determine the Bureau of Reclamation¿s (Reclamation) overall procurement strategy.
The North American Industrial Classification System (NAICS) code is 541620¿ Environmental Consulting Services. The Small Business size standard for this code is $19 Million.
This notice is not a request for proposal/quote and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. BOR intends to solicit this requirement using Federal Acquisitions Regulation (FAR) Part 13, Simplified Acquisition Procedures.
Businesses designated as Small Business with the capability to fulfill the requirements briefly described herein are encouraged to submit responses.
The San Joaquin River Stipulation of Settlement (Settlement) includes actions to restore flows and salmon populations to California¿s second longest river, the San Joaquin River; and increase certainty to farmers that they will continue to be able to access the water supplies upon which they rely. The San Joaquin River Restoration Program (SJRRP) implements the Settlement and is currently focused on completing construction of two of the highest priority infrastructure projects required to implement the Settlement ¿ the Arroyo Canal Fish Screen and Sack Dam Fish Passage Project (Arroyo Project) and the Mendota Pool Bypass and Reach 2B Improvements Project (Reach 2B Project). This contract is required to support the U.S. Bureau of Reclamation (Reclamation) in complying with all construction related biological aspects of Reclamation¿s environmental commitments for these projects as described in the project decision documents. Tasks include those related to project management and reporting; pre-construction surveys; installation, maintenance and removal of special status species and habitat buffers and exclusions; special status species relocations; worker environmental awareness training; biological monitoring during construction; and Qualified Stormwater Pollution Prevention Plan Practitioner services.
Interested parties should include the following information in response to this Sources Sought announcement:
(1) Company name and address
(2) SAM.gov UEID number and CAGE Code
(3) Type of business (e.g., small business, 8(a), veteran-owned small business, service- disabled veteran owned small business, HUBZone small business, small-disadvantaged business, and/ or women owned small business) as validated via the System for Award Management (SAM)
(4) Company point of contact (name, phone, and e-mail address)
(5) A positive statement of intent to submit a quote to a solicitation for this work as the prime contractor.
(6) Capability Statement/ Evidence of recent (within the last 5 years) experience in performing work of a similar scope
Responses are due: by 10:00 AM (PST), Thursday, April 3, 2025.
Please send all responses and/ or questions to George L. Ramos via email to gramos@usbr.gov