Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

F -- F--Consultation on the Long-Term Operation of the Central Valley Project and State

Notice Date
2/3/2022 8:22:41 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
MP-REGIONAL OFFICE SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140R2022R0007
 
Response Due
2/17/2022 2:00:00 PM
 
Archive Date
04/04/2022
 
Point of Contact
Seggay, Dean, Phone: 916-978-5057, Fax: 916-978-5175
 
E-Mail Address
dseggay@usbr.gov
(dseggay@usbr.gov)
 
Description
Sources Sought Notice Notice Number: BORBDOLTO Consultation on the Long-Term Operation of the Central Valley Project and State Water Project The Bureau of Reclamation (BOR), Interior Region 10, California-Great Basin, Division of Acquisitions, Supply and Services Branch, Sacramento CA is seeking interested vendors to provide environmental consulting services for the Consultation on the Long-Term Operation of the Central Valley Project and State Water Project. A. The Contractor shall develop environmental compliance documentation and all associated analyses and modeling for the Consultation on the Long-Term Operation (LTO) of the Central Valley Project (CVP) and the State Water Project (SWP), in accordance with the National Environmental Policy Act (NEPA), as amended, Endangered Species Act (ESA) Section 7(a)(2), the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA (40 Code of Federal Regulations (CFR) Part 1500-1508), the Department of Interior�s (DOI) regulations for implementing NEPA (43 CFR Part 46), the Bureau of Reclamation (Reclamation) NEPA Handbook (dated February 2012), National Historic Preservation Act, and other applicable laws. B. The four major objectives of the requirement are: 1) Provide technical analysis and modeling support to Reclamation in the formulation and evaluation of potential alternatives and a proposed action, 2) Develop environmental compliance documentation in accordance with NEPA, support Reclamation�s consultation under the ESA, preparation of an Administrative Record, 3) Support the initial implementation for the Proposed Action including modeling, analysis, and coordination. 4) Coordinate and communicate with interested parties and agencies. C. The project area will include the CVP and SWP service areas and facilities, potentially including new Delta conveyance facilities, and new and expanded storage facilities. Activities will include fish and wildlife, water, and power operations; habitat restoration and facility improvements for both project-and non-project tributaries and facilities; conservation and refugial hatchery management; monitoring program design; and the design of scientific studies to reduce uncertainties. It is currently anticipated that a new Proposed Action developed for ESA Section 7 consultation and evaluation under NEPA, while considering contemporaneous programs with separate Biological Opinions and Records of Decision may include the following components: � Shasta Reservoir operations, including temperature management adjustments � Trinity River operations, including the Trinity River Restoration Program, imports to the CVP, and long-term plan for Klamath River fall augmentation flows � Clear Creek operations, including the program of flows under the CVPIA � Feather River operations, including flows in the Lower Feather River and balancing releases from storage under the Coordinated Operations Agreement � Folsom Dam/Lower American River operations, including the Water Control Manual Update and revisions to the Flow Management Standard � New Melones operations, including a revised Plan of Operation � Friant Dam operations, including San Joaquin River Restoration flows � Delta operations, including Delta cross channel closures, barriers, Suisun Marsh Salinity Control Gate operations, Delta outflow, salinity management, measures to limit or reduce entrainment, and measures to support ecosystem functions � Habitat Restoration and Facility Improvements, including creation of spawning and rearing habitat, fish screens and routing structures, predation control and management, and other measures in recovery plans and resiliency strategies. � Refugial and Conservation Hatchery operations and management, including the Livingston-Stone National Fish Hatchery and Delta Smelt Conservation Hatchery � State Water Resources Control Board (Water Board) Water Quality Control Plan updates and CVP and SWP operations to support Voluntary Agreements � Monitoring Design for flows and water quality; primary and secondary productivity; productivity, abundance, and distribution of listed species; and seasonal fish community assemblages. � Actions during droughts for water conservation, facility updates, demand flexibility, temporary urgency change petitions, etc. D. For additional description of tasks and examples see Section 13 (below) and Attachment A. Additional details regarding the efforts are provided in the attached draft Performance Work Statement. Notice number BORBDOLTO has been assigned for this requirement and should be referenced on all correspondence regarding this announcement. Firms that can provide these services must submit a written notice to the Contracting Office and must provide evidence in sufficient detail that demonstrates the respondent�s ability to meet the stated requirement. Firms shall state previous experience of the same or similar scope, capability level (as a prime or subcontractor), personnel qualifications, and so forth. Respondents are encouraged to identify suitable contract type, appropriate pricing arrangement, etc. for this requirement. Responses shall include the firm�s Dun and Bradstreet number and Tax Identification Number. Firms shall identify their business size (small or other than small) in accordance with the size standard $16.5M. for NAICS code 541620 (Environmental Consulting Services). Please note that any prospective offeror must be registered in the System for Award Management (SAM) at www.sam.gov in accordance with FAR Subpart 4.11. The following information is pertinent to this notice: 1. Responses shall be submitted by 1700 EST., February 17, 2022, to the point of contact below. 2. Point of Contact/Contracting Office Address: U.S. Bureau of Reclamation, Mid-Pacific Region Acquisitions Division, Supply and Services Branch 2800 Cottage Way, Sacramento CA 95825 Dean Seggay, Contracting Officer dseggay@usbr.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c15efb8544c544309d21b193f0c2432a/view)
 
Record
SN06232948-F 20220205/220203230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.