Professional Land Surveying - USDA Natural Resources Conservation Service - Alabama
ID: 12FPC325R0033Type: 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
    Description

    The U.S. Department of Agriculture's Farm Production and Conservation (FPAC) Business Center is soliciting qualifications from licensed land surveying firms for professional surveying services in Alabama. The procurement aims to establish up to two Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for conducting legal boundary surveys and re-establishments related to various conservation easement programs. These services are crucial for effective land management and conservation efforts, ensuring compliance with federal and state regulations. Interested firms must submit their Standard Form 330 (SF-330) qualifications electronically by January 21, 2025, and can direct inquiries to Amber Maestri at amber.maestri@usda.gov or Ruben Mindieta at ruben.mindieta@usda.gov. The total estimated value of the contracts is $6 million over five years, with a focus on small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Natural Resources Conservation Service (NRCS) is soliciting qualifications for Professional Surveying Services in Alabama, as indicated by Solicitation Number 12FPC325R0033. Interested surveying firms must submit a Standard Form 330 (SF330) electronically, detailing qualifications and experience, by January 21, 2025. The contract includes establishing up to two Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for boundary surveying and re-establishment services, spanning five years with a total estimated value of $6 million. The project requires licensed professionals to conduct legal easement boundary surveys in accordance with existing regulations. Key submission criteria include professional qualifications, local knowledge, specialized experience, capacity to perform work, and past performance on relevant projects. The selection process follows federal guidelines under FAR Subpart 36.6 and is 100% set aside for small businesses, with strict limits on page submissions and formatting standards. Firms must demonstrate the ability to field multiple survey crews and perform various survey types in compliance with state requirements. This initiative aims to enhance land management and conservation efforts in Alabama through expert surveying services.
    The NRCS Easement Programs Land Survey Specifications document outlines the necessary procedures and standards for conducting legal boundary surveys associated with the Natural Resources Conservation Service (NRCS) easement programs. A licensed surveyor must perform the surveys, which include measurements, computations, and detailed documentation of easement boundaries and access routes. All work must adhere to both NRCS and strict state guidelines, with collaborative on-site presurvey visits to identify boundaries and access routes. The surveyor is responsible for marking boundary lines visibly, recording survey data accurately, and providing comprehensive final reports and plats that fulfill NRCS requirements. Additionally, the document includes protocols for conflict of interest, confidentiality, and civil rights compliance, ensuring non-discrimination in program delivery. The specifications emphasize the importance of accurate and meticulous record-keeping for legal and operational compliance in government-funded projects, reflecting a commitment to maintaining the integrity of conservation easements.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for land survey reestablishment in its easement programs. The primary goal is to accurately redefine existing easement boundaries, including ingress and egress routes, through a legal survey conducted by a licensed land surveyor. The process is divided into two phases: Phase I involves preliminary surveys and deliverables, followed by NRCS review. If approved, Phase II includes monumentation and marking of boundaries. The standards require adherence to state regulations and NRCS specifications, ensuring clarity and accuracy in survey documentation. Additionally, all survey work must be performed by qualified personnel using appropriate and properly maintained equipment. The document emphasizes the thoroughness required for all data, including comprehensive reports and legal descriptions, along with the necessity of notifying landowners about the survey. It also addresses conflict of interest and confidentiality concerning sensitive information. Overall, this document serves as a comprehensive guideline for ensuring precise reestablishment of easement boundaries, crucial for effective land conservation initiatives.
    The document outlines a Past Performance Questionnaire as part of the source selection process in government contracting. It serves to collect evaluations of a contractor's past performance through input from an Assessor, who is expected to provide insights into the contractor's ability to meet contractual requirements. The questionnaire includes sections for Offeror information — such as solicitation details and contractor information — which must be completed prior to submission. The Assessor is tasked with providing a performance evaluation based on defined criteria: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. Specific performance elements, such as technical quality and customer satisfaction, must be rated and commented on, particularly if the ratings fall into Marginal or Unsatisfactory categories. Additionally, the document emphasizes timely electronic submission of completed questionnaires to streamline the evaluation process. The tool functions within the broader context of federal RFPs, grants, and state/local RFPs, facilitating informed decision-making based on a contractor's historical performance, thus ensuring accountability and effectiveness in government procurement.
    The document is a Solicitation Notice (12FPC325R0001 through 12FPC325R0045) issued by the USDA Natural Resources Conservation Service, requesting qualifications from firms for professional land surveying services across multiple states, including Texas, Illinois, and Missouri. It clarifies the submission process, eligibility criteria, and evaluation factors—including professional qualifications and experience of personnel. The document emphasizes that submissions must not exceed 75 pages and outlines important details regarding past performance evaluations (CPARS and PPQs), noting that these do not contribute to the page limit. The solicitation specifies that the contracts will follow an Indefinite Delivery, Indefinite Quantity (IDIQ) model, with the expectation of awarding contracts to up to two firms per state. The inquiries and answers section addresses various aspects, such as joint bidding opportunities, employee qualifications, and the necessity of local staff for project efficiency. The overarching aim is to establish qualified contractors for ongoing land surveying needs while ensuring compliance with federal regulations and evaluation criteria. This solicitation reflects the government's commitment to engaging small businesses for surveying services, adhering to established procurement policies.
    Similar Opportunities
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    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.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    E-RECORDING AND NON-E-RECORDING LIEN RELEASES RECORDING SERVICES
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rural Housing Service, is seeking information from qualified contractors to provide E-Recording and Non-E-Recording Lien Release Recording Services across all 50 states and U.S. territories. The objective is to ensure timely and efficient recording of lien releases through both electronic and traditional methods, which includes providing access to e-recording systems, training for USDA users, and maintaining a status tracking mechanism. This service is crucial for the USDA Rural Development's Single-Family Housing Program, which supports eligible applicants with housing loans. Interested parties must submit their responses to the Request for Information (RFI) by December 24, 2025, at 4:00 PM EST, to the designated contracting officers, with no costs incurred by the government for the responses.