Skip to content
Department of the Interior

F--Nimbus Fish Hatchery Operations and Maintenance

Solicitation: 140R2026Q0060
Notice ID: 870b7e1801d74e55895cddec1bb87a42
TypeSources SoughtNAICS 561210PSCF020DepartmentDepartment of the InteriorAgencyBureau Of ReclamationPostedMar 31, 2026, 12:00 AM UTCDueApr 07, 2026, 05:00 PM UTCExpired

Sources Sought from BUREAU OF RECLAMATION • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 07, 2026. Industry: NAICS 561210 • PSC F020.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$852,121,724
Sector total $2,037,827,672 • Share 41.8%
Live
Median
$393,775
P10–P90
$59,586$2,597,803
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
41.8%
share
Momentum (last 3 vs prior 3 buckets)
-19%(-$89,099,482)
Deal sizing
$393,775 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Sacramento, CA • 95825 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Kullar, Davinder
Email
davinder_kullar@ios.doi.gov
Phone
9169785110

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
BUREAU OF RECLAMATION
Subagency
MP-REGIONAL OFFICE
Office
Not available
Contracting Office Address
Sacramento, CA
95825 USA

More in NAICS 561210

Description

The U.S. Bureau of Reclamation (Reclamation), Central California Area Office (CCAO), is seeking businesses capable of providing operation and maintenance services for the Nimbus Fish Hatchery, located in Gold River, California. The requirement is to support continuous hatchery operations and maintenance of all associated facilities and systems.

Services shall include the following:
1. Hatchery Operations: Full operation of fish hatchery activities, including spawning, rearing, and release of Fall-run Chinook salmon and Central Valley steelhead.
2. Facility Maintenance: Maintenance and repair of hatchery buildings, mechanical, electrical, plumbing, and water systems, and associated equipment.
3. Custodial and Grounds Services: Custodial services, groundskeeping, and pest/invasive species control to maintain a safe and operational facility.
4. Compliance: Compliance with all applicable Federal, State, and local laws and regulations, including environmental and safety requirements.
5. Coordination and Reporting: Coordination with Reclamation and other resource agencies (e.g., NMFS, USFWS, CDFW), preparation of operational plans, and support for reporting and biological monitoring activities.
6. Staffing and Operations: Provision of all personnel, supervision, equipment, materials, and supplies necessary to support continuous 24/7/365 operations.

The Performance Work Statement (PWS) attached is a draft and may change based on information received from industry. The final PWS will be issued with the solicitation. The anticipated contract will be a firm-fixed-price contract with a base period and four (4) option periods.

The North American Industry Classification System (NAICS) code for this requirement is 561210 – Facilities Support Services with a small business size standard of $47.0 million.

This notice is not to be construed as a commitment by the Government to issue a solicitation or award a contract. Responses will not be considered proposals, and the Government will not be responsible for any costs incurred in responding to this notice. This notice is for market research and information purposes only. No award will be made as a result of this notice.

Any businesses with the capability to fulfil the requirement under the applicable NAICS code are encouraged to submit a response.

The information requested is:
1. Company name, address, SAM UEI number, and point of contact (name and email).
2. Business size and socioeconomic classification (e.g., Small Business, HUBZone, SDVOSB, WOSB, Large Business, etc).
3. Information demonstrating your capability to perform fish hatchery operations and maintenance, including 24/7 operations and facility management.
4. Relevant experience performing similar work, including biological production, facility maintenance, and compliance with environmental regulations.
5. Your intent to submit a quote if a solicitation is issued.
Submission shall be in the form of a capability statement demonstrating the information requested above.

All responses to this Sources Sought notice shall be submitted electronically (via email) to Davinder Kullar at davinder_kullar@ios.doi.gov no later than 10:00 AM (PST) on April 7, 2026.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.