SOLICITATION NOTICE
B -- Notice of Intent to Sole Source - FY26 WSD Fish Hatchery Operation and Maintenance
- Notice Date
- 1/13/2026 3:53:09 PM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
- ZIP Code
- 94102-3406
- Solicitation Number
- W912P726RA005
- Response Due
- 2/12/2026 4:00:00 PM
- Archive Date
- 02/27/2026
- Point of Contact
- Logan Champlin, Nairi Freeman, Phone: 4155036574
- E-Mail Address
-
logan.champlin@usace.army.mil, nairi.freeman@usace.army.mil
(logan.champlin@usace.army.mil, nairi.freeman@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The proposed contract action is for operation and maintenance services at the Don Clausen Fish Hatchery (DCFH; also known as Warm Springs Hatchery) and Coyote Valley Fish Facility (CVFF) which the US Army Corps of Engineers (USACE), San Francisco District intends to solicit with the California Department of Fish and Wildlife under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to these requirements. This notice of intent is not a request for quotes; however, all information received after date of publication of this synopsis may be considered by the Government. Interested vendors shall respond to this notice by providing the following information: Organization Name; Address; Point of Contract for information with telephone number and email address; Cage Code; and Capabilities information/statement showing the organization has the ability to fulfill the Government requirement. The contractor must be able to comply with all requirements described herein to be considering capable: Description of Services: The DCFH was first opened in 1980 to mitigate for the loss of fish and fish habitat as a result of the construction of Warm Springs Dam. The CVFF was built at Coyote Valley Dam in 1990-1991, but due to poor summertime water quality, year-round rearing was not possible. At this same time, the DCFH was expanded to accommodate rearing of the Coyote Valley steelhead, and CVFF has continued to be used for spawning returning fish and imprinting prior to release. Between 1999-2000, use of DCFH was expanded again to accommodate a fledgling Coho Broodstock Program, which is now fully incorporated into the operation of the hatchery. The contract is required to provide compensation for the loss of spawning and rearing habitat for 6,000 wild, adult steelhead in Dry Creek, compensation for the loss of spawning and rearing habitat in the East Branch of the Russian River above Coyote Valley Dam for an estimated 4,000 wild, adult steelhead. Requirements for each contract year (Base and Options) are as follows: Propagate, rear and release 200,000 steelhead from the DCFH to compensate for the loss of spawning and rearing habitat for 6,000 wild, adult steelhead. Propagate, rear and release 200,000 steelhead from CVFF to compensate for the loss of spawning and rearing habitat in the East Branch of the Russian River above Coyote Valley Dam for an estimated 4,000 wild, adult steelhead. Relocate Chinook salmon Oncorhynchus tshawytschta adults returning to DCFH to the Russian River above the confluence of Dry Creek and those returning to CVFF to the main- stem Russian River or to the West Fork, Russian River. Provide night and weekend surveillance of the Coho facility (when USACE staff are not present), process any Coho returns to DCFH or CVFF, and provide spawning and releasing transportation support. This synopsis is not considered a Request for Quotation or Proposal. No solicitation document is available, and telephone requests for a copy of the solicitation will not be honored. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses received will be considered. If no affirmative written response is received, the service contract will be awarded without further notice. A determination by the Government not to compete this proposed service contract is based on the authorities necessary to provide the services described herein. Award of this contract will be based upon the possible responses to this notice and is solely within the discretion of the Government. Detailed capabilities must be submitted to the following email address(es) no later than 4:00PM (PDT),Thursday, February 12, 2026 to logan.champlin@usace.army.mil and nairi.freeman@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d866109cbb964127ae7f5b782f0dc665/view)
- Place of Performance
- Address: Geyserville, CA, USA
- Country: USA
- Country: USA
- Record
- SN07685104-F 20260115/260113230037 (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 |