AWMA Services - USDA FPAC NRCS OH
ID: 12FPC425Q0026Type: Solicitation
Overview

Buyer

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

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), through its Farm Production and Conservation Business Center, is seeking quotations for the Agricultural Conservation Easement Program Wetland Reserve Easement (ACEP-WRE) Areawide Market Analysis in Ohio. The primary objective is to conduct a comprehensive market analysis to assess the fair market value of lands involved in wetland conservation, with a focus on ensuring compliance with federal appraisal standards. This initiative is crucial for supporting wetland restoration and conservation efforts across designated counties in Ohio, thereby enhancing ecological sustainability. Interested small businesses must submit their quotes by June 26, 2025, and can direct inquiries to Andrew Sawyer at andrew.sawyer@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Natural Resources Conservation Service has issued a Request for Quote (RFQ) 12FPC425Q0026 for an Agricultural Conservation Easement Program Wetland Reserve Easement (ACEP-WRE) Areawide Market Analysis. This RFQ invites vendors, especially small businesses, to submit quotations for a firm-fixed-price contract. The primary requirement is to conduct a comprehensive market analysis, with options for annual recertification and amendments over three years. Quotes must be submitted via email by June 26, 2025, with all details such as company information and relevant experience required. An evaluation will follow the Lowest Price Technically Acceptable (LPTA) method, assessing both price and technical capability. Contractors must adhere to safety and security requirements and will need to comply with various federal clauses related to telecommunications and labor standards. This solicitation reflects the government's ongoing effort to enhance conservation initiatives through informed market assessments, emphasizing small business opportunities while ensuring adherence to federal procurement regulations.
    The document outlines the geographic area rate caps (GARC) for the 2026 Ohio Wetland Reserve Easement (WRE) program, as determined by an updated area-wide market analysis (AWMA). It lists numerous counties in Ohio across several regions, indicating the program's scope for fostering wetland restoration and conservation. The USDA, acting as an equal opportunity provider, employer, and lender, has designated these counties to establish financial assistance for wetland protection efforts. The regional breakdown suggests a strategic approach to address ecological needs at the state level, facilitating targeted conservation projects within the listed areas. The document's structure emphasizes geographic delineation, ensuring clarity in the program's application parameters and its impact on local ecosystems.
    The document outlines the 2026 AWMA (Agricultural Water Management Activities) program for the state of Ohio, which will be divided into 11 regions comprising its 88 counties. It primarily focuses on land-use categories pertinent to agricultural lands and their management. Key categories include irrigated and non-irrigated agricultural lands, defined as areas for producing various crops, forage, and horticulture. It specifies that agricultural lands encompass cropped woodlands, marshes, and haylands, with conditions for qualifying lands, such as those currently in the Conservation Reserve Program (CRP) that could be reverted to agriculture. Additionally, there is a category for all other lands that don’t fit into the agricultural classification, excluding urban sites meant for commercial or residential uses. This document serves as part of federal and state RFP frameworks, aiming to manage land resources effectively in Ohio while implementing agricultural practices designed for sustainability and productivity. The explicit definitions and land classifications reflect the governmental intent to foster regulated agricultural development across the state.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for conducting Areawide Market Analyses (AWMA) as part of the Agricultural Conservation Easement Program - Wetland Reserve Easement Component (ACEP-WRE). The purpose of the AWMA is to assess the fair market value (FMV) of lands typically involved in wetland conservation efforts, particularly those linking to protections from flooding and soil saturation. Vendors must be state-certified appraisers with a demonstrated competence in rural property analysis compliant with the Uniform Standards of Professional Appraisal Practice (USPAP). The AWMA involves analyzing specific market areas and land use types determined by NRCS and involves delivering accurate reports and recommendations based on market data, including sold properties and active listings. The document specifies mandatory vendor qualifications, formats for reporting findings, and procedures for collaboration with NRCS personnel. Emphasizing the importance of continuous monitoring of market changes, vendors are required to provide annual recertifications of FMV and submit amendments if significant changes are identified. This structured approach ensures the conservation of wetlands while providing clear guidelines for fair valuation, crucial for ongoing wetland management and conservation funding. The outlined process demonstrates the federal commitment to environmental stewardship through precise economic assessments.
    The U.S. Department of Agriculture (USDA) is soliciting proposals through solicitation number 12FPC425Q0026 for conducting Areawide Market Analysis (AWMA) and Annual Re-certifications for the Agricultural Conservation Easement Program (ACEP) in Ohio. This solicitation is set aside for small businesses and will award a firm-fixed-price contract based on the Lowest Price Technically Acceptable (LPTA) criterion. The contractor will assess fair market values of land for various uses under ACEP, adhering closely to specified guidelines and compliance with USPAP standards. Proposals must include detailed technical narratives and past performance information to demonstrate qualifications for the required analyses, along with adherence to submission deadlines. The selected vendor must possess appropriate state certification and demonstrate competency in land value analyses. Deliverables include initial and annual reports with complete market data and compliance documentation. The deadline for proposals is May 6, 2025, with queries accepted until April 29, 2025. This initiative reflects USDA's commitment to effective land management and conservation efforts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Rotary-Wing Commercial Aviation Services in Illinois
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Appraisal Services for SLW (TRACT 34, R, 1), Sacra
    Interior, Department Of The
    The Department of the Interior is seeking qualified appraisers to provide land appraisal services for a 386.58-acre tract located approximately 8 miles southwest of Elk Grove, Sacramento County, California, intended for the Stone Lakes National Wildlife Refuge. The procurement requires offerors to possess a current California certified general appraiser license, demonstrate experience with comparable agricultural properties, and adhere to federal appraisal guidelines, including USPAP and UASFLA. This total small business set-aside contract, classified under NAICS Code 531320 and PSC R411, is crucial for ensuring accurate valuation of land for conservation purposes. Quotes are due by December 15, 2025, at 15:00 MS Time, and interested parties can contact Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391 for further information.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services for the NRCS's ongoing software delivery activities, which are critical to the mission of the Farm Production and Conservation (FPAC) mission. The bridge contract will be awarded to Alethix LLC under their GSA Schedule, covering a 6-week base period from January 17, 2023, to February 28, 2023, and will replace the expiring services of the current contract. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or by phone at 970-295-5694 for further information.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.