Appraisal Services for SLW (TRACT 34, R, 1), Sacra
ID: 140D0426Q0071Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, 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 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 robert_staats@ibc.doi.gov or by phone at 208-207-7391 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Quote (RFQ) (Document No. 140D0426Q0071) from the Department of the Interior seeks qualified appraisers for land appraisal services in Sacramento County, California. Specifically, it targets the acquisition of a 386.58-acre tract for the Stone Lakes (SLW) National Wildlife Refuge, including associated access easements. The solicitation is a total small business set-aside with NAICS Code 531320 (Offices of Real Estate Appraisers) and PSC R411 (Support-Professional: Real Property Appraisals), leading to a Firm-Fixed-Price (FFP) contract. Key requirements for offerors include a current California certified general appraiser license, demonstrated experience with comparable agricultural properties and federal appraisal guidelines (USPAP and UASFLA), and past performance with UASFLA-compliant reports for federal agencies. Quotes will be evaluated on State Certification, Technical Acceptability, Past Performance, Delivery, and Price, with the first four factors being more important than price. The target period of performance is 111 calendar days, with an initial appraisal target of 75-90 days. Quotes are due by December 15, 2025, at 15:00 MS Time.
    Lifecycle
    Title
    Type
    Similar Opportunities
    A--Northern California Area Office (NCAO) Cultural Re
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Forest Service - Groveland Storm Damage Repair
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    U.S. Government Space Required in Visalia, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Almanor Ranger District Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    Agriculture Outlease for NWS Seal Beach Parcel 4B01
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is inviting bids for the agricultural outlease of approximately 764 acres of land at Naval Weapons Station Seal Beach, California, specifically Parcel 4B01. The lease encompasses around 560 farmable acres, 200 acres designated for grazing and maintenance, and 4 acres for laydown, with a firm term of four years starting from February 1, 2026, to January 31, 2030, and includes six optional one-year extensions. This opportunity is significant for agricultural operations, as it allows for the cultivation and maintenance of crops while adhering to environmental regulations and military land use requirements. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.