C--Land Surveying-Request for A-E Qualifications
ID: DOIFFBO250042Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    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 Cindy_Salazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (USFWS) has issued a public announcement, DOIFFB0250042, seeking qualifications from Architect-Engineering firms for surveying projects across all U.S. States and Territories. This opportunity focuses on boundary, topographic, and water rights surveying, involving tasks such as fieldwork, mapping, and drafting legal descriptions. The call for submissions is open for 365 days, with only small businesses eligible for contract awards. Eligible firms must be registered with the System for Award Management (SAM) and be licensed engineering firms to qualify. Interested firms are instructed to complete the SF-330 Package and submit it via email, providing specific required documentation, including geographic location and licensing details. Evaluation of the submissions will consider professional qualifications, technical competence, capacity to complete the work in a timely manner, and past performance, along with geographical knowledge of the project area. This RFP highlights the USFWS's commitment to engaging small businesses while adhering to federal procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    OR WAPATO LAKE NWR KIOSK AND PANELS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the design, fabrication, and installation of an orientation kiosk, interpretive panels, and an entrance sign at Wapato Lake National Wildlife Refuge in Sherwood, Oregon. The project aims to enhance visitor experience through the creation of a multi-sided covered kiosk that incorporates tribal art and adheres to ADA guidelines, along with additional features such as bike racks, benches, and a picnic area, all designed with interpretive elements. This total small business set-aside opportunity is critical for promoting environmental education and accessibility at the refuge, with quotes due by January 15, 2026, and a required completion date of November 1, 2026. Interested contractors must be registered with SAM and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD), is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This procurement aims to award up to five Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a shared ceiling of $60 million, to provide multi-discipline engineering services primarily for transportation infrastructure projects across Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. The selected firms will be responsible for a range of services including project management, highway design, environmental compliance, and construction support, with two contracts set aside for small businesses. Interested firms must submit a completed SF 330 by January 15, 2026, and be registered in SAM.gov, while ensuring they meet specific experience and licensing requirements. For further inquiries, contact Kyle M. Wood at WFL.AE@DOT.GOV or call 360-619-7860.
    Y--SC WACCAMAW NWR RICE TRUNKS REPAIR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of rice trunks at the Waccamaw National Wildlife Refuge in Georgetown County, South Carolina. The project entails replacing rice trunks and a spillway box, enhancing dikes, repairing boards and bulkheads, fixing tractor bridges, and removing invasive plant species. This procurement is crucial for maintaining the ecological integrity of the refuge and ensuring the effective management of water resources. The solicitation package will be available on SAM.gov on January 12, 2025, and interested contractors must be registered in SAM to participate. For further inquiries, contact Nelson T. Crawford at nelsoncrawford@fws.gov or call 404-679-4077.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Wildlife Enhancement Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors to provide wildlife enhancement services for the Raystown Lake Project located in Huntingdon County, Pennsylvania. The procurement aims to enhance local wildlife habitats through various landscaping services, which are critical for conservation efforts and maintaining ecological balance in the area. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Monique Euter at monique.l.jones@usace.army.mil or by phone at 410-962-0972 for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their proposals accordingly.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    In-Stream and Log Hauling Services - Mining Reach Phase II
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The primary objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, under Solicitation Number 1240BF25Q0057, is structured as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031, and requires offers to be submitted electronically by January 19, 2026, at 1:00 PM (PST). Interested parties can contact Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091 for further information.