Professional Land Surveying - USDA Natural Resources Conservation Service - South Carolina
ID: 12FPC325R0028Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 12, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 13, 2025, 6:00 PM UTC
Description

The U.S. Department of Agriculture's Farm Production and Conservation (FPAC) Business Center is soliciting qualifications from licensed land surveyors for professional surveying services in South Carolina. The selected contractor will perform legal boundary surveys and re-establish easement boundaries under various conservation programs, requiring adherence to specific NRCS standards and state regulations. This procurement is crucial for ensuring compliance with conservation objectives and maintaining high-quality surveying practices. Interested firms must submit their qualifications using Standard Form 330 by January 13, 2025, with a total contract capacity not exceeding $1.5 million over five years. For further inquiries, contact Amber Maestri at amber.maestri@usda.gov or Ruben Mindieta at ruben.mindieta@usda.gov.

Point(s) of Contact
Files
Title
Posted
The document outlines the solicitation for Professional Surveying Services by the USDA Natural Resources Conservation Service in South Carolina, designated as Solicitation Number 12FPC325R0028. Interested firms must submit their qualifications using Standard Form 330, including detailed information on the firm's experience and capabilities. The contract will be a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) task order contract, with a total capacity not exceeding $1.5 million over five years, and is set aside for small businesses. The project involves performing legal easement boundary surveys and re-establishing existing easement boundaries, requiring a licensed surveyor in South Carolina. Submission guidelines are strict, with limits on the number of pages and a deadline of January 13, 2025. Evaluation criteria emphasize professional qualifications, local knowledge, specialized experience, capacity to perform work, and past performance. A thorough understanding of local laws and regulations is imperative for eligibility. Firms must also have an active registration in the System for Award Management (SAM). The detailed, structured format of the submission must adhere to all outlined requirements to ensure consideration.
The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specific Land Survey Specifications for its easement programs, requiring licensed land surveyors to perform boundary surveys and deliver various documentation. The document details the scope of work, emphasizing the importance of adhering to both NRCS standards and state regulations. Surveyors must conduct pre-survey visits with landowners, accurately delineate easement boundaries, and develop detailed plats that include ingress and egress routes. The specifications also mandate thorough documentation, including clear descriptions, coordinate recording, and visible boundary markings, ensuring compliance with NRCS expectations. The contractor must submit both preliminary and final survey materials for review, with key elements such as surveyors' certifications, coordinate systems, and area calculations. Additionally, the surveyor must address potential conflicts of interest and comply with confidentiality regulations while ensuring equitable program delivery. This comprehensive specification aims to maintain high-quality surveying practices and effective project management within NRCS easement initiatives.
The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for the reestablishment of easement boundaries through professional land surveys. Conducted by licensed land surveyors, this process involves phases that include preliminary survey deliverables and potential monumentation. NRCS provides necessary documentation such as the Warranty Easement Deed and aerial maps, and requires adherence to both NRCS standards and applicable state regulations. Surveys must achieve accuracy in boundary descriptions and include detailed reporting of findings. Additionally, proper marking of the easement boundaries with visible monuments is mandated in the second phase of the project. The document emphasizes rigorous quality standards, personnel qualifications, a clear communication protocol with landowners, and expectations for comprehensive deliverables, all while maintaining confidentiality concerning sensitive information. The entire process ensures that the reestablished easements comply with conservation objectives and legal frameworks to benefit environmental stewardship.
Jan 3, 2025, 10:04 PM UTC
The document outlines the process for assessing a Contractor's past performance as part of the federal procurement evaluation process. It is structured into sections guiding both the Offeror and the Assessor on how to fill out the Past Performance Questionnaire. The Offeror is required to provide details regarding the solicitation and contract information, while the Assessor fills out their information and evaluates the Contractor’s performance based on specific metrics, including technical quality, cost control, and customer satisfaction. Performance evaluations fall into categories ranging from 'Exceptional' to 'Unsatisfactory,' helping to gauge the Contractor's reliability and effectiveness on previous projects. The Assessor is encouraged to provide rationale for any ratings of 'Marginal' or 'Unsatisfactory' and must sign and date the questionnaire. The overarching purpose of this document is to gather consistent and structured feedback on Contractor performance to inform future contracting decisions within the context of federal RFPs and grants. This systematic approach supports agencies in identifying reliable contractors for ongoing and future projects, thereby enhancing project outcomes and accountability.
The document outlines Solicitation Notice 12FPC325R0001 through 12FPC325R0030 for Professional Land Surveying services by the USDA Natural Resources Conservation Service across various states such as Louisiana, Illinois, Texas, and others. It provides a series of questions and answers addressing key concerns related to the bidding process for qualifications under FAR Part 36.6. The document specifies that firms may form partnerships but must designate a prime contractor responsible for contract discussions. It emphasizes the need for qualifications, including the requirement for licensed land surveyors and adherence to small business standards. Important criteria for evaluation revolve around professional qualifications, past performance, and the firm's geographic proximity to contract areas. The document also clarifies submission guidelines, including a 75-page limit for the SF330 qualifications package. Furthermore, it confirms that proposals are not being accepted at this stage, with contracts anticipated to be awarded for comprehensive surveying services across the mentioned states. Overall, this solicitation reflects the comprehensive approach the government employs in sourcing professional services while adhering to regulatory standards.
Lifecycle
Title
Type
Similar Opportunities
Rocky Mountain Region 2 AE Cadastral Boundary Surveying Services IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide non-personal Architect-Engineer (A-E) services through up to five Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for cadastral boundary surveying within the Rocky Mountain Region. The selected firms will be responsible for a range of professional land surveying services, including retracement of land surveys, boundary marking, and geodetic control surveys, primarily across designated National Forests and Grasslands in Colorado, Wyoming, South Dakota, Nebraska, and Kansas. This procurement is crucial for maintaining accurate land boundary management and supporting the USDA's objectives in efficient natural resource management. Interested firms must submit their qualifications by May 13, 2025, with a total contract value not exceeding $4 million, and should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
Intermountain Region 4 AE Cadastral Boundary Surveying Service IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer firms to provide Non-Personal Architect-Engineer (A-E) Services for the Intermountain Region 4 Cadastral Boundary Surveying Service IDIQ. The procurement aims to establish up to eight Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with a total funding cap of $4 million, focusing on professional land surveying services across Idaho, Wyoming, Utah, Nevada, and California. These services are crucial for effective land management, ensuring accurate boundary delineation, and addressing property-related issues within National Forests and Grasslands. Interested firms must submit their qualifications via the SF 330 form by May 15, 2025, and can direct inquiries to Tanya Spanfellner at tanya.spanfellner@usda.gov.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
A-E Surveying, Mapping, and Monuments Project at Arnold AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified firms to provide professional land surveying services for the A-E Surveying, Mapping, and Monuments Project at Arnold Air Force Base (AFB) in Tennessee. The project entails rehabilitating disturbed boundary monuments and signage across a 38,861-acre area, with services required within a 125-mile radius of Arnold AFB. This procurement will follow federal guidelines, resulting in a Firm-Fixed-Price contract that includes one base CLIN and seven options, emphasizing the importance of maintaining property boundaries. Interested firms must submit their qualifications using Standard Form 330 by May 12, 2025, and can contact James Laney or Mikayla Roland for further information.
Area Wide Market Analysis (AWMA) for Ohio NRCS
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking proposals for the Area Wide Market Analysis (AWMA) and Annual Re-certifications for the Agricultural Conservation Easement Program (ACEP) in Ohio. The selected contractor will be responsible for assessing fair market values of land for various uses under ACEP, ensuring compliance with specified guidelines and USPAP standards. This initiative is crucial for effective land management and conservation efforts in the state, reflecting USDA's commitment to sustainable agricultural practices. Proposals are due by May 6, 2025, with inquiries accepted until April 29, 2025. Interested parties should contact Andrew Sawyer at andrew.sawyer@usda.gov or Shermeka Showers at shermeka.showers@usda.gov for further information.
2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
Forest Inventory and Analysis BPA Suite
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7 contract. This procurement involves the location, installation, and remeasurement of Forest Inventory plots across various federal and state lands in Oregon, Washington, and Idaho, with a focus on adhering to strict quality standards and environmental preservation protocols. The selected contractor will be responsible for delivering digital data, ensuring compliance with safety regulations, and managing access to plots while maintaining confidentiality as outlined in the Non-Disclosure Agreement. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov.
2025 PNW Field Inventory Analysis (FIA) Ongrid Areas 4 & 6
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) project in designated Ongrid Areas 4 and 6 across Oregon and Washington. The procurement involves establishing and remeasuring Forest Inventory plots on various land ownerships, with a focus on ensuring high-quality data collection and compliance with federal standards. This initiative is crucial for sustainable forest management practices and supports small businesses through a Total Small Business Set-Aside contract, with a maximum size standard of $11.5 million. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and interested parties should direct inquiries to Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.
Northwest Zone Architecture & Engineering Professional Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking qualifications from architect-engineer firms for multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts under the Northwest Zone Architecture & Engineering Professional Services initiative. The procurement aims to secure professional AE services across three engineering disciplines—Transportation, Facilities, and Environmental—essential for the development, design, construction, and maintenance of real property managed by the Forest Service in Regions 6 (Oregon and Washington) and 10 (Alaska). The selected contractors will provide a range of services, including architectural and engineering designs, technical reports, and construction management, with a contract duration of five years. Interested firms must submit their qualifications, including a completed Standard Form 330, by May 21, 2025, at 4:00 PM PST, and can direct inquiries to Janet Paul at janet.paul@usda.gov.