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
    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.
    USDA-NRCS-California National Resources Inventory (NRI) Data Collection
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking quotations for the National Resources Inventory (NRI) Data Collection services in Northern California. This procurement aims to gather essential data regarding soil, water, and related resources, particularly on Bureau of Land Management lands, in compliance with federal guidelines. The contract will be a Firm-Fixed Price agreement with a base period from August 1, 2025, to January 31, 2026, and includes four optional extension periods, with a focus on ensuring quality data collection and adherence to environmental standards. Interested contractors must submit their proposals electronically, demonstrating technical capability and compliance with federal procurement regulations, with all submissions due by the specified deadline. For further inquiries, contact Blake Boyer at blake.boyer@usda.gov.
    Appraisal Services for Oracle Extension Lode Claim-Culver Land Purchase (Land Appraisal)
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide appraisal services for the Oracle Extension Lode Claim-Culver land purchase in Southcentral Alaska. The contractor will be responsible for conducting a site inspection and delivering a comprehensive final appraisal report for approximately 19.99 acres of undeveloped land, adhering to professional standards such as the Uniform Standards of Professional Appraisal Practice (USPAP). This procurement is crucial for facilitating government land transactions and ensuring compliance with federal appraisal standards. Interested parties must submit their proposals by the specified deadlines, with the contract expected to be awarded under a firm-fixed-price arrangement, valid until December 31, 2026. For inquiries, contact Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    Tree Stocking Surveys
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to conduct tree stocking surveys within the Pike National Forest, focusing on areas affected by the Hayman fire. The contract entails the collection of regeneration stocking survey data, assessing the presence of seedlings and overstory trees, and evaluating the plantability of surveyed areas according to established protocols. This initiative is crucial for enhancing forest recovery and maintaining ecological integrity following wildfire damage. Proposals must be submitted by interested small businesses, with the performance period set from July 28, 2025, to December 1, 2025. For further inquiries, potential bidders can contact Steven Dahlgren at steven.dahlgren@usda.gov.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    NRCS IL WRE Grass Planting MONTGOMERY, Tazewell County, IL
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking qualified contractors for the NRCS IL WRE Grass Planting project in Montgomery and Tazewell County, Illinois. This procurement involves the site preparation, purchase, and seeding of a native grass mix across 74 acres, with a performance period from November 17, 2025, to January 27, 2026, and seeding scheduled between November 15 and March 1. The project is critical for habitat restoration and conservation efforts, emphasizing compliance with federal guidelines and state regulations regarding seed purity and environmental protection. Interested small businesses must submit their quotes by July 30, 2025, and can direct inquiries to Tamara Sawyer at tamara.sawyer@usda.gov or Oksana Strekha at oksana.strekha@usda.gov.
    Indefinite-Delivery Contract for Architect-Engineer Mapping and Survey Services -- USACE Kansas City District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Kansas City District is seeking proposals for an Indefinite Delivery Contract (IDC) focused on architect-engineer mapping and survey services, with a total estimated value of up to $5,000,000 over five years. The contract aims to provide essential services such as aerial photography, topographic, boundary, and hydrographic surveys primarily for civil works, military, and environmental projects within the Kansas City area and potentially in adjoining districts. This initiative underscores the government's commitment to engaging small businesses in delivering critical engineering and survey services for various federal agencies. Interested firms must submit their proposals electronically, ensuring compliance with federal regulations, and are encouraged to contact Erick Ottoson at erick.s.ottoson@usace.army.mil or 816-389-3878 for further information. The anticipated award date is in the fourth quarter of FY2025.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    AVSO Land APPRAISAL: TRACT 108_TRINITY RIVER, Loca
    Buyer not available
    The Department of the Interior is seeking qualified contractors to provide professional real property appraisal services for approximately 46 acres of land known as Tract 108, located near the Trinity River National Wildlife Refuge in Liberty County, Texas. The objective of this procurement is to acquire appraisal services under a Firm-Fixed-Price (FFP) contract, ensuring compliance with the Uniform Standards of Professional Appraisal Practice (USPAP) and requiring contractors to hold a Certified General Appraiser license in Texas. This appraisal is crucial for the government's land acquisition efforts and reflects its commitment to engaging small businesses, as the opportunity is set aside for total small business participation. Interested parties must submit their quotations by July 21, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.