SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Environmental Monitoring and Biological Sampling Services for the Newport Bay Watershed

    Issued by Orange County - California
    countyRFPOrange County - CaliforniaSol. 232232
    Closed
    STATUS
    Closed
    due Mar 17, 2026
    PUBLISHED
    Feb 18, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    541620
    AI-classified industry

    AI Summary

    County of Orange seeks qualified firms for environmental monitoring and biological sampling services in the Newport Bay Watershed. Proposals must be submitted electronically by March 17, 2026.

    Opportunity details

    Solicitation No.
    232232
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 18, 2026
    Due Date
    March 17, 2026
    NAICS Code
    541620AI guide
    Agency
    Orange County - California

    Description

    The County of Orange, OC Public Works (hereinafter referred to as “County”), is soliciting proposals from qualified firms (hereinafter referred to as “Respondents”) for Environmental Monitoring and Biological Sampling Services for the Newport Bay Watershed.  Respondents must meet the minimum qualifications and requirements as set forth within the RFP and be capable of providing services identified in the Scope of Work herein.

    The proposed schedule below is subject to change.  Any changes to the schedule for the RFP process will be issued to all Respondents via addenda on the County's eProcurement Portal.

    This is a fully electronic Request for Proposals (RFP). Respondents must submit their proposals online via the County’s online bidding system. Only electronic proposals will be accepted. Facsimile and e-mail proposals will NOT be allowed. For assistance on uploading proposals via County’s eProcurement Portal, please contact procurement-support@opengov.com or https://help.procurement.opengov.com/en/.

    All questions or requests for interpretations must be received within this solicitation by Tuesday, March 3, 2026, before 2:00 pm as specified in the solicitation. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation. Verbal clarifications or responses will not be considered binding.

    Background

    The County of Orange, through OC Public Works, conducts ongoing environmental monitoring within the Newport Bay watershed to support compliance with state and federal water quality regulations, including Total Maximum Daily Load (TMDL) requirements for selenium and organochlorine compounds. These regulatory programs require periodic biological tissue sampling and habitat assessments to evaluate the presence, distribution, and bioaccumulation of contaminants in aquatic ecosystems.

    The Newport Bay watershed includes a mix of urbanized drainage systems, constructed wetlands, natural channels, and ecological reserves that provide habitat for a variety of freshwater and estuarine fish and bird species. Monitoring of fish tissue, bird eggs, and fish community structure is necessary to assess ecological conditions, track trends over time, and evaluate compliance with regulatory objectives established by the Regional Water Quality Control Board and the U.S. Environmental Protection Agency.

    The County requires qualified environmental professionals with appropriate regulatory permits and technical expertise to conduct biological sampling, habitat and community surveys, quality-assured data collection, laboratory coordination, and reporting in accordance with approved Quality Assurance Project Plans (QAPPs) and applicable monitoring protocols, including California Surface Water Ambient Monitoring Program (SWAMP) guidelines and California Environmental Data Exchange Network (CEDEN) reporting requirements.

    These services are professional environmental monitoring and scientific support services and do not involve architectural design, engineering design, or construction-related activities. The selected Contractor will provide field sampling, data analysis support, and regulatory reporting services to assist the County in meeting ongoing environmental compliance and watershed management objectives.

    This scope of work will provide a Vendor with experienced biologists and appropriate state and federal permits to collect fish and bird egg samples and to conduct fish community/habitat surveys principally in the Newport Bay watershed (Watershed), County of Orange, California. This scope of work is part of a watershed-wide environmental assessment for selenium and other bio accumulative contaminants, most notably organochlorine compounds.

    Project Details

    • Reference ID: 080-2997708-RE
    • Department: OC Public Works
    • Department Head: Kevin Onuma (Director)

    Important Dates

    • Questions Due: 2026-03-03T22:00:25.538Z

    Addenda

    • Addendum #1 (released 2026-02-20T22:12:50.537Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-02-27T05:43:02.176Z) —

      Please use the See What Changed link to view all the changes made by this addendum. Revised OCLSB and DVBE sections. 

    • Addendum #3 (released 2026-03-06T22:51:46.355Z) —

      Please use the See What Changed link to view all the changes made by this addendum. Protest section. 

    • Addendum #4 (released 2026-03-06T23:43:56.451Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #5 (released 2026-03-07T00:01:05.692Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #6 (released 2026-03-07T00:13:07.902Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #7 (released 2026-03-23T18:30:43.835Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Firm’s Background, Qualifications & Experience (175 pts)
    • Key Personnel/Proposed Staffing (150 pts)
    • Quality/Effectiveness of Work Plan/Project Approach (125 pts)
    • Organization/Completeness of Response (25 pts)
    • Compliance with the County Model Contract (25 pts)

      *Note:  Respondents submitting exceptions to the County Model Contract of this RFP, will receive a score of “0” for this criterion.

    • Presentation/Interview Scoring Format: 400 points maximum: (400 pts)

      County reserves the right to conduct, or to not conduct, oral interviews and/or presentations with the highest-scored Respondent(s). The decision whether to conduct oral interviews/presentations rests solely with County and the decision of the DPA is final. Respondents shall be ready to attend interview within fifteen (15) calendar days of notification. Any inquiry to determine the responsibility of a Respondent to this RFP may be conducted. Respondent agrees that the submission of a Response is permission by Respondent for County to verify all information contained therein. If County believes it necessary, additional information may be requested from Respondent. The County may also send written questions and ask for written responses within five (5) business days. Failure to comply with any such request may disqualify a Respondent from further consideration. Respondents must be prepared to discuss all aspects of their Response in detail, including technical questions. Respondents will not be allowed to alter or amend their Response through the use of the presentation process.

      NOTE: If interview/presentations are not conducted, the Written Response shall account for 900 total points of the scoring.

    • Preference Policy Applicable to Cost Proposal (8 pts)
      1. Request for Proposal (RFP):
        An additional five percent (5%) shall be applied to the tallied cost score of each certified OCLSB or DVBE to obtain their final score. If the final score of any OCLSB or DVBE matches the final score of a non-OCLSB or non-DVBE, preference shall be given to the certified OCLSB. If two or more OCLSB or DVBEs have the same final score, the County shall determine the contract award based on the County’s best interest.
      2. Dual OCLSB and DVBE Preference provides for the following:
        1. Business Certified as OCLSB and DVBE
          If a State-certified OCLSB is also a State-certified DVBE, the preference given to that business shall be 8% instead of 5%.
      3. Subcontractors:
        If bidder is submitting subcontractors to qualify for the OCLSB or DVBE preference, bidder must demonstrate through the Staffing Plan that 20% of the total bid amount is allocated to the OCLSB and/or DVBE subcontractor(s).

      *NOTE: DVBE PREFERENCE IS NOT APPLICABLE TO PUBLIC WORKS OR A-E CONSTRUCTION PROJECTS.

    • Price Proposal: 100 points maximum (100 pts)

      Respondent shall upload the Cost Proposal for both Respondent and, if applicable, any subcontractors.  The Cost Proposal will be evaluated as follows:

      1. Lowest price receives the full score of 100 points. 
      2. Other scores are proportional to the lowest price.

    Submission Requirements

    • PART 1: COMPLIANCE STATEMENTS

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Cover Letter/Executive Summary (required)

      All Responses must be accompanied by a cover letter of introduction and executive summary of the Response. The cover letter must be signed by person(s) with authority to bind the Respondent.

      If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above-described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation.

      An unsigned or improperly signed Response submission is grounds for rejection of the Response and disqualification from further participation in this RFP process. All Responses shall include this Cover Page with appropriate signatures as required.

    • Validity of Response (required)

      The County requires that all response be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) days will be considered nonresponsive. The Respondent shall state the length of time for which the submitted response shall remain valid below: 

      Please state 365 calendar Days if your response will be valid for that period of time.  If your response will be valid for a different period of time please list the appropriate number of calendar days. 

    • Certification of Understanding (required)

      The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless: 

      1. Such understanding or representations are expressly stated in the Contract; and 
      2. The Contract expressly provides that the County therefore assumes the responsibility. 

      Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent. 

      Respondent certifies that such understanding has been considered in this response.

    • Minimum Qualifications/Requirements Statement (required)

      The Respondent certifies that it has thoroughly examined the County’s requirements and meets all minimum qualifications and requirements set forth in this RFP.

    • Documents Required After Award (required)

      Proposer understands and agrees that upon recommendation of contract award, CMARE will be required to submit the following documents within ten (10) days of notification by County, unless otherwise specified in the RFP:

      1. Insurance Certificate(s) of Insurance including additional Insured Endorsement(s) (see Model Contract).
      2. W-9 Current signed form W-9 (Taxpayer Identification Number & Certification) which includes D-BE’s legal business name(s).
      3. Signed Contract – Selected CMARE will be required to sign a contract upon award.  If CMARE is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Certificate of Insurance (required)

      The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.

    • Department of the Treasury, Internal Revenue Service Form W-9 Requirements

      All Contractors will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors.  County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.

      In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to the agency Deputy Procurement Agent (DPA) the required W-9 or W-8.

      You may upload the appropriate form here or comply within the ten (10) days as described above. 

    • Conflict of Interest (required)

      Does the Respondent have an existing relationship with the County, past or current, for any financial or business reasons, or any other reason?

      An answer of "NO" shall be considered as Respondent certifying that no relationship exists or has existed as outlined below. An answer of "YES" will allow you to disclose the necessary information to the County.

      Respondent with an existing or past relationship with the County, for any reason, shall answer "YES" to this question and disclose:

      1. Any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
      2. Any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
    • Conflict of Interest Follow Up Question 1 (required)

      Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.

    • Conflict of Interest Follow Up Question 2 (required)

      Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.

    • Skilled Apprentice Requirements (required)

      By confirming here, Respondent certifies an enforceable commitment to the County of Orange to meet the requirements of PCC 22164 (c). 

    • Skilled and Trained Workforce Commitment (required)

      By confirming below, Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticeable occupation in the building and constructions trades as required by Public Contract Code 22185.3(b). Respondent understands that it will not be evaluated for selection unless this commitment is provided.

    • Compliance with Public Contract Code Section 20146(c) (required)

      Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticable occupation in the building and constructions trades as required by Public Contract Code 20146(c). Respondent understands its response shall not be considered unless this commitment is given.

    • Liquidated Damages (required)

      State YES or NO that you are aware of and agree to the Liquidated Damages Clause below, which will be a part of an ensuing contract.

      In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of TBD per day for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE.

      If the Liquidated Damages exceed the unpaid balance of the Contract Price otherwise owed to CMARE, then CMARE shall immediately pay County the difference.

    • Statement of Compliance (required)

      A statement of compliance with all parts of this RFP or a listing of exceptions and suggested changes must be submitted in response to this RFP. 

      • Yes = No Exceptions: This response is in strict compliance with said RFP, including, but not limited to, the terms and conditions set forth in the Contract and its Attachments, and no exceptions thereto are proposed. 


      • No = Exceptions: If there are any proposed exceptions, This response shall proceed to upload a list of any and all exceptions in accordance with the instructions provided  after "No" is selected.

      Note: Respondents submitting exceptions to the County Model Contract listed in this RFP will receive a score of “0” for that criteria.

    • Attachment for each proposed exception must include: (required)
      1. The RFP page number and section of the provision Respondent is taking exception to; 
      2. The complete provision Respondent is taking exception to; 
      3. The Respondent’s suggested rewording; 
      4. Reason(s) for submitting the proposed exception; and 
      5. Any impact the proposed exception may have on cost, scheduling, or other areas.
    • Non-Collusion Affidavit (required)

      Each Respondent must execute the Non-Collusion Declaration contained in the RFP and submit it with the Response.

      The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. 

    • Non-Collusion Declaration - A (required)

      Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange? Respondent must select one (1).

      If Respondent selects Yes answer, Respondent must provide a brief explanation below. A “Yes” answer may preclude you from moving forward in the RFP Process. Respondent must certify both questions below: 

    • Reason for Collusion: (required)
    • Non-Collusion Declaration - B (required)

      If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFP Process. 

    • Provide names of competing firms: (required)
    • Iran Contracting Act Certification Form (required)

      Please download the below documents, complete, and upload.

    • In-Use Off-Road Diesel-Fueled Fleets Regulation form (required)

      Please download the below documents, complete, and upload.

    • Litigation against County of Orange in the past seven (7) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above. 
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving any proposed subcontractors, or any company that holds a controlling interest in subcontractor firm(s), against County of Orange in the past seven (7) years. (required)
    • Name/Ownership Changes: (required)

      Respondent must certify either Yes or No below:

      1. (Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:

        1. Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.

      1. (No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.

    • Respondent shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • The Levine Act: County of Orange Campaign Contribution Disclosure (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. 

      Please complete and sign  the County of Orange Campaign Contribution Disclosure Form attached hereto. A proposer’s failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

    • Political Reform Act Confirmation (Statement of Economic Interest - Form 700) (required)

      Check the box to confirm - If subject to the Political Reform Act, Respondent shall conform to all requirements of the Act.

      Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section. 

    • Preference Policy - OCLSB/DVBE (required)

      Orange County Local Small Business (OCLSB) or a Disabled Veteran Business Enterprise (DVBE)

      To participate as an OCLSB and/or DVBE, the requirements in the OCLSB AND DVBE PREFERENCE POLICIES CERTIFICATION REQUIREMENTS must be met

    • OC Local Small Business (OCLSB) Preference And Disabled Veteran Business Enterprise (DVBE) Certifications (required)

      Instructions are located here: https://cpo.ocgov.com/doing-business-oc/preference-policies

    • Will a sub-contractor meet this preference policy certification requirement? (required)
    • Upload the proof of certification for each sub-contractor that meets this preference policy certification requirement?

      Required for projects exceeding $5 million

    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor  Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and  Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation  and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall  comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor  shall submit other safety programs that pertain to the type of job that will be performed on site. County  reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect  of safety performance under this Contract.

    • Homeless Service System Pillars Attestation (required)

      Please download the below documents, complete, and upload.

    • Safety Data Sheets (SDS) (required)

      Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or  services provided by Contractor to County. The SDS for each substance must be sent to either the County  Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or  provision of goods/services.

    • Contract Signatures (required)

      Upon recommendation of contract award, Respondent will be required to submit the Signed Contract within ten (10) days of County notification, unless otherwise specified in the RFP.

      Selected Respondent will be required to sign a contract upon award. If selected Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation. 

    • I HAVE READ, UNDERSTOOD AND AGREE TO ALL STATEMENTS IN THIS REQUEST FOR PROPOSAL, AND TO THE TERMS, CONDITIONS AND ATTACHMENTS REFERENCED HEREIN (required)
    • PART 2: COMPANY PROFILE & REFERENCES

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Company Legal Name: (required)
    • Company Legal Status (corporation, partnership, etc.): (required)
    • Active licenses issued by the California State Contractor’s License Board: (required)

      Enter License Number

    • DIR Registration No: (required)

      Please enter your DIR (Department of Industrial Relations) Public Works Registration Number.

    • DVBE Certification No: (required)

      To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (1) and (2) below:

      1. Must be certified as a DVBE by the State of California Department of General Services (DGS); and, 

      2. DGS DVBE requirements must be valid at the time of bid/proposal submittal.

    • SBA Certification No: (required)

      Enter certification number

    • SAM.gov Confirmation (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Corporate Office Address (required)

      What is the address of the company's corporate office? Please provide the full street/mailing address.

    • Local Business Address(es): (required)

      Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.

    • Telephone Number: (required)
    • Fax Number: (required)
    • Email Address: (required)
    • Length of time Respondent has been in business: (required)
    • Length of time at current location: (required)
    • Is your firm a sole proprietorship doing business under a different name? (required)
    • If yes, please indicate sole proprietor’s name and the name you are doing business under: (required)
    • Is Respondent incorporated? (required)
    • If yes, State of Incorporation: (required)
    • Contract Signature Authority - Executive Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority - Financial Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority (required)

      If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.

      • Contact Full Name:
      • Contact Title:
      • Contact Number:
      • E-mail Address:
    • Unique Entity Identifier Number (UEI) (required)

      The County requires a valid UEI number and complete registration.  Your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • Federal Taxpayer ID Number: (required)
    • D-U-N-S Number (required)

      Please provide your company's DUNS number. 

      The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com.  If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.

    • Regular business hours: (required)
    • Regular holidays observed: (required)
    • Contact person in reference to this RFP: (required)

      Please include the following information in this response and note that this person is responsible for monitoring and responding to all communications for this solicitation:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Accounts Payable: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Project Manager: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Company Emergency Contact (required)

      State the following for the emergency contact person in reference to this services:

      • Full Name (First and Last) of contact during non-business hours
      • Telephone Number (including area code)
      • Fax Number (including area code), if applicable
      • Cell Phone Number (if different than regular phone)
      • Full Email Address
    • References (required)

      Respondent must demonstrate successful prior performance of comparable services in the public sector arena and provide a minimum five (5) references with three (3) references from public sector entities and clients that are comparable to the County of Orange for which these types of services have been performed within the past five (5) years.  References cannot be from one of the County of Orange departments or from more than one of the same entity.

      Please provide the following information for each of the five references: 

      • Company Name
      • Contact Name
      • Email
      • Telephone number 
      • Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Description
    • Minimum five (5) years of experience providing environmental monitoring services involving biological sampling and regulatory reporting. (required)
    • Demonstrated experience with fish tissue and/or avian biological sampling and watershed monitoring programs. (required)
    • Proposed personnel with appropriate technical qualifications and project management experience. (required)
    • Ability to obtain and maintain all required state and federal permits for fish tissue and avian biological sampling activities . (required)
    • Experience preparing and implementing Quality Assurance Project Plans (QAPPs). (required)
    • Experience with SWAMP guidelines and CEDEN Data Reporting (required)
    • Orange County Projects (required)

      State the number of projects the Prime has completed in Orange County.

    • PART 3: RESPONDENT'S RESPONSE

      This section shall not exceed the page limit. No Exceptions.

      Note: Responses that exceed the page limit noted above will be disqualified from further consideration.

    • Respondent's Response (required)

      1. Firm Background, Qualifications, and Relevant Experience

      Scoring Method: Points Based
      Weight: 175 Points (35%)

      Company Background and Qualifications

      Provide an overview of the firm and a brief description of its history, including:

      • Length of time in business providing environmental monitoring, fish tissue/avian biological sampling, or related environmental consulting services.
      • Description of services relevant to this RFP, including fish tissue/avian biological field sampling, habitat assessments, laboratory coordination, QA/QC procedures, and regulatory reporting.
      • Description of experience performing similar environmental monitoring programs, preferably in watershed, wetland, or estuarine environments.
      • Relevant certifications, permits, and professional affiliations (e.g., CDFW Scientific Collecting Permits, USFWS permits, SWAMP training, CEDEN experience, etc.).

      Provide the following firm information:

      • Name and title of person(s) authorized to bind the Respondent.
      • Main office address.
      • Telephone number and email address.

      County Experience

      List any previous or current contracts with the County of Orange within the last five (5) years, including:

      • Agency/Department name and contact person.
      • Contract number.
      • Contract amount and brief description of services.

      Financial Stability

      Provide a general description of the firm’s financial condition and identify any circumstances (e.g., bankruptcy, pending litigation, planned office closures, or mergers/acquisitions) that may impair the Respondent’s ability to perform the required services.


      2. Key Personnel and Proposed Staffing

      Scoring Method: Points Based
      Weight: 150 Points (30%)

      Assigned personnel must have demonstrated experience in environmental monitoring and biological field studies, preferably in public-sector regulatory programs.

      Provide the following:

      • Description of the proposed project team, including Project Manager, field staff, and any key technical personnel;
      • Identification of the prime contractor and any subcontractors, including the general role of each firm;
      • Organizational chart showing reporting relationships and functional responsibilities;
      • Description of qualifications and experience of each key team member, including relevant biological, environmental, or scientific experience;
      • One-page resumes for all key personnel, including office location and relevant project experience.

      3. Quality and Effectiveness of Work Plan and Project Approach

      Scoring Method: Points Based
      Weight: 125 Points (25%)

      Respondents shall demonstrate a clear understanding of the Scope of Work and regulatory context.

      Provide the following:

      • Detailed description of the proposed approach to completing all required tasks, including biological sampling, habitat surveys, laboratory coordination, QA/QC procedures, data management, reporting, and CEDEN data formatting.
      • Proposed project schedule and timeline for completing deliverables.
      • Description of methods to ensure compliance with permit requirements, safety protocols, and Quality Assurance Project Plan (QAPP) standards.
      • Description of coordination plan to conduct field work with multiple agencies and property owners, where applicable.
      • Identification of potential challenges related to biological sampling, seasonal timing, access, or species availability, and proposed strategies to address those challenges.

      4. Organization and Completeness of Response

      Scoring Method: Points Based
      Weight: 25 Points (5%)

      Evaluation will consider:

      • Clarity and organization of the proposal.
      • Completeness and responsiveness to all RFP requirements.
      • Logical structure and ease of evaluation.

      5. Compliance with County Model Contract

      Scoring Method: Points Based
      Weight: 25 Points (5%)

      Respondents must review and accept the County Model Contract.

      Note: Respondents submitting exceptions to the County Model Contract will receive a score of zero (0) for this criterion.

       

       

    • Proposal Bond (required)
    • Qualifications and Related Experience/Technical Expertise

      This section of the Proposal will establish the ability of Respondent company or team to satisfactorily perform the required work by reasons of experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, workload, record of meeting schedules on similar projects, and supportive client references. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements specified below have been satisfied.

      1. Respondent shall provide:
        1. A brief profile of your firm, including the name, a brief history, description of your firm, types of services offered;
          1. The year founded;
          2. Form of the organization (corporation, partnership, sole proprietorship)
          3. Number of employees
          4. Size and location of offices
          5. Staff and technical capabilities and the type of services that the Respondent is qualified to perform, including any discipline where the Respondent has special expertise.
        2. Describe the Respondent’s experience in performing work of a similar nature described in Attachment A, Scope of Work of the Model Contract.
        3. Describe the Respondent’s experience providing the Services described in Attachment A, Scope of Work of the Model Contract to other governmental agencies in California.
        4. Describe at least three (3) project examples completed in Southern California in the past five (5) years, that demonstrate the Respondent’s qualifications, experience, ability to control costs and adhere to project schedules to accomplish the services noted in Attachment A, Scope of Work of the Model Contract (included in Section III, of this Request for Proposal).
          1. Include the following information for each project: project description and location, project schedule including start and completion dates, description of services provided, total cost of services provided, project progress reporting, schedules performance, key personnel utilized, and photos.
        5. Evidence to demonstrate that Respondent’s personnel and/or firms are licensed in all areas relevant to this Contract.
      1.  
    • Technical Proposal Summary Statement (required)

      This Statement will be completed by the Respondent using as much detail as possible. In addition to providing various development statistics, the Respondent is encouraged to provide a paragraph description of the design highlights. The narrative should stress those elements that exceed minimum standards required in the related RFQ and those found in this RFP.

    • Value Added Enhancement (required)

      Respondent shall describe relevant information concerning the services offered in this RFP that it considers important in evaluating its services.

        1. System design – practicality of design and systems/equipment and order of operation proposed
        2. Design and construction for maintenance and operations
          1. System layout for operational circulation and efficiency
          2. Functionality
          3. Maintenance and Operations costs
          4. Life-cycle costs for 15 or more years
        3. Security and Safety for staff and public
        4. Aesthetics, odor and noise control
        5. Site Plans – architectural, utilities, structural, mechanical, and electrical.
        6. Specifications.
        7. Adherence to Model Contract and Exhibits.
    • Schedule (required)

      Respondent shall provide a proposed design and construction critical path schedule showing proposed progress from award, including design and start of construction through completion, including significant milestones, such as site work, utilities, foundation, structure, and landscaping.

    • Proposed Staffing/Key Personnel Plan (required)

      Respondent shall use County form provided, otherwise all other pages used for this section will be counted against Respondent’s page limit.

    • Subcontractors List (required)

      Please download the below documents, complete, and upload.

      NOTE: If you are choosing to use no subcontractors and entirely self perform then please note such on the attached form and upload it as part of your proposal.

    • Respondent's confirmation re: Key Personnel (required)

      CMARE understands that the personnel represented as assigned to the Contract must remain working on the Contract throughout the duration of the Contract unless otherwise requested or approved by the County. Substitution or addition of CMARE’s key personnel in any given category or classification shall be allowed only with written approval of the County’s Project Manager. Note: The written approval of substituted CMARE Key Personnel is for the departmental use only and shall not be used for auditing purposes outside OC Public Works.

      CMARE may reserve the right to involve other CMARE personnel, as their services are required. The specific individuals will be assigned based on the need and timing of the services/classification required. Assignment of additional key personnel shall be subject to County Project Manager written approval. Note: the written approval of additional CMARE Key Personnel is for departmental use only and shall not be used for auditing purposes outside OC Public Works. County reserves the right to have any CMARE personnel removed from providing services to County under this Contract. County is not required to provide any reason for the request for removal of any CMARE personnel.

    • Approach/Understanding of Project (required)

      Respondent shall provide a brief narrative that addresses the services noted in the Scope of Work and demonstrates the Respondent’s understanding of County’s needs and requirements.

      1. Respondent shall:
        1. Describe the Respondent’s understanding of the County’s needs and the proposed approach for effectively providing the services specified within the Scope of Services.
        2. Provide proposed methods of approaching/completing the Project, including identification/acknowledgement of general issues and the necessary resources/solutions to accomplish the required services.
        3. Any recommended changes or additions to the scope of work that would better serve the County’s goals.
    • Proposal Organization/Completeness of Response (required)
    • Certification Regarding Debarment (required)

      Please download the below documents, complete, and upload.

    • Additional Information (Optional)

      Any pages provided in this section will be counted against the Respondents page limit.

      Respondent may provide any additional information or documentation that demonstrates their ability to perform services.  Please do not upload any information already provided in any previous responses.

    • Type of Request for Proposal: (required)

      Please select the type of RFP you are wanting for your solicitation.

    • Project Address(es) (required)

      Insert Project Address(es) here:

    • Liquidated Damages Amount (required)

      Please enter the Liquidated Damages amount (highlighted section below for reference)

      "In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of <insert amount> per day (“Liquidated Damages”) for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE."

    • A-E Name (required)

      What is the firm name of the Architect-Engineering firm providing bridging documents, requirements and other related supporting technical documents for this project?

    • A-E Address Part 1 (required)

      What is the street/office address of the above named A-E for this project?

      Only the street/office address should be given here, you will be asked to provide the City, State, and ZIP Code in the next question.

    • A-E Address Part 2 (required)

      For the above noted A-E Address, what are the City, State, and ZIP Code?

    • Stipend Amount (required)

      This RFP states:

      When the project award is brought to the Board of Supervisors for approval, staff will request the Board to approve a stipend in the amount of $<0> to each Respondent not awarded the Contract.

      What is the stipend amount that you wish to state? Please state only the numeric value without using a dollar sign. If there is no stipend amount, you may skip this question and it will default to $0.

      EXAMPLE (if $1,000)
      1,000.00

    • Is this a Construction project over $5 Million (required)
    • Was a Request for Qualification (RFQ) required as a 1st step for this RFP? (required)
    • Enter the Phase 1 RFQ # (required)

      Provide the full RFQ # that occurred prior to this RFP? 

      EXAMPLE:
      017-FF#-XXX

    • Description of Services (required)

      Please provide a brief description of services being requested for your solicitation.

    • Does this solicitation require any of these? (required)
    • Is there a license(s) requirement for this project.

      Please enter the license(s) requirement for this project.

    • Staffing Plan? (required)

      Do you want vendors to submit a staffing plan for this project?

    • Pre-Submittal Meeting and Site Visit (required)
    • Respondents Proposal Maximum Page Limit (required)

      Enter the maximum # of pages allowed for the respondent's proposal.

    • Will you need a pricing table section for bidders? (required)

    Questions & Answers

    Q (No subject): Please confirm that securing a laboratory and determining the costs of analytical chemistry will be part of the Vendors job under the contract and does not need to be determined at this time. If analytical chemistry costs are needed at this time, please provide a comprehensive list of analytes and approved methods.

    A: Thank you for your question. The County currently contracts directly with a laboratory for analytical services. As such, analytical laboratory services and associated costs are not included in the Vendor’s scope of work under this contract. The selected Vendor will be responsible for sample collection, handling, and submittal to the County-designated laboratory, as well as data analysis, data quality review, and preparation of reports based on the laboratory results. Vendors are not required to secure a laboratory or include analytical chemistry costs in their proposal.


    Key dates

    1. February 18, 2026Published
    2. March 17, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.