Appraisal services: Bangor WPA - USA Tracts 1,2,3
ID: 140D0425Q0342Type: 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)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of the Interior is soliciting proposals for appraisal services related to land exchanges in Pope County, Minnesota, specifically for Bangor WPA - USA Tracts 1, 2, and 3. Contractors are required to provide technical qualifications, past performance references, and price quotes, with a strong emphasis on experience in federal acquisitions, as the contract is reserved for small businesses. This procurement is crucial for accurately valuing the lands involved in the exchange, ensuring compliance with federal regulations and supporting the government's commitment to transparency and small business participation. Interested bidders must submit their proposals by April 15, 2025, and can contact Morgan Schickler at morgan_schickler@ibc.doi.gov or 703-964-3576 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 3:07 PM UTC
The document is a Request for Quotation (RFQ) issued by the Department of the Interior (DOI) through its Interior Business Center. It solicits proposals for the appraisal and market valuation of lands involved in a land exchange in Pope County, Minnesota. The announcement includes critical details about the solicitation process, evaluation criteria, and requirements for bidders, emphasizing that the contract is reserved for small businesses. Key aspects include the requirement for contractors to provide technical qualifications, past performance references, and price quotes, with a focus on experience in federal acquisitions. Submissions must be completed by April 15, 2025, and should include essential business information, including a Tax Identification Number and Unique Entity Identifier. The RFQ details the contract will be firm-fixed-price, with an expected delivery period of 90 days from the award date, and stresses the importance of technical qualifications leading over price in the evaluation process. Additionally, it incorporates various federal regulations and clauses relevant to procurement practices. The document illustrates the federal government's commitment to transparency and support for small businesses in federal contracting processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
R--EHW (39) Perry Smith Family, Ltd., AVIS Number: F2
Buyer not available
The U.S. Department of the Interior is soliciting qualified small businesses to provide appraisal services for approximately 1,364.02 acres of non-federal, semi-improved, encumbered land located in Okeechobee County, Florida, on behalf of the U.S. Fish & Wildlife Service. The procurement aims to secure a firm-fixed price quote for a comprehensive land appraisal that adheres to the Uniform Standards of Professional Appraisal Practice (USPAP) and the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA). This appraisal is crucial for federal land acquisition initiatives and requires the selected contractor to deliver an initial report within 60 days of award, followed by a review and final revision phase. Interested parties must submit their quotes by April 25, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
R--Appraisal services: 25-02, 25-03, 24-22, 24-09, AVIS Project Number: C57-207-20
Buyer not available
The Department of the Interior (DOI) is seeking qualified vendors to provide appraisal services for specific properties under the AVIS Project Number: C57-207-20. The procurement aims to secure independent market value opinions of fee simple estates, with a focus on enhancing real estate transactions associated with Indian trust land and ensuring regulatory compliance. Interested parties, particularly Indian-owned Small Business Economic Enterprises (ISBEE) and Indian-owned Economic Enterprises (IEE), must submit their qualifications, including company size and relevant experience, by April 25, 2025. For further inquiries, vendors can contact Jacqueline Hernandez at jacquelinehernandez@ibc.doi.gov or call 703-964-3600.
R--AVSO Land Appraisal for SAN JOAQUIN (SNQ) NWR TRT (55) VELASQUEZ, AVIS# F250075
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a qualified contractor to conduct a land appraisal for a 163.37-acre tract located at 13625 and 13807 S. Carpenter Road in Stanislaus County, California. The objective of this procurement is to obtain a market valuation and appraisal report to support the proposed land acquisition. This appraisal is crucial for ensuring that the government meets its needs through a responsible source, as outlined in the Federal Acquisition Regulation. Interested parties are invited to submit a four-page capabilities statement by April 25, 2025, to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391, although submission is voluntary and does not guarantee contract award.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.
Superior National Forest - Roadway Grading
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide roadway grading services within the Superior National Forest in Minnesota. The project involves maintaining approximately 1,579 miles of various roadway types across the East and West Zones of the forest, with the objective of enhancing safety and comfort for motorists while ensuring effective drainage and reducing the need for costly major maintenance. This procurement is critical for maintaining infrastructure in protected natural areas, supporting both environmental management and public access. Interested contractors must submit their proposals by April 30, 2025, and can contact Scott Beeman at scott.beeman@usda.gov or 218-481-8981 for further details.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.
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.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Beach Access Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. The project involves the removal of existing structures and the installation of new facilities, including a parking area, pathway, staircase, and retaining walls, aimed at enhancing visitor access and promoting ecological restoration. This initiative is particularly significant as it aligns with federal mandates for accessibility and environmental preservation, ensuring that facilities are accessible to all visitors while maintaining the natural landscape. The estimated contract value ranges from $500,000 to $750,000, with a total small business set-aside, and bids must be submitted electronically by the specified deadline. Interested contractors can contact Craig D. Bryant at craigbryant@nps.gov or call 440-717-3706 for further details.
P--VOYA RLVC Wastewater Mound System Removal
Buyer not available
The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.