R--Arkansas Valley Conduit (AVC) Property Boundary Surveys
ID: 140R4022R0017Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted May 24, 2022, 5:40 PM UTC
  2. 2
    Updated May 24, 2022, 5:40 PM UTC
  3. 3
    Due Not available
Description

Presolicitation notice from the Department of the Interior, Bureau of Reclamation, Upper Colorado Regional Office, for the Arkansas Valley Conduit (AVC) Property Boundary Surveys. This procurement is a Total Small Business Set-Aside and falls under the category of Support-Professional: Land Surveys-Cadastral (Non-Construction). For more information, please refer to the attached document.

Point(s) of Contact
Rock, Lynette
(801) 524-3798
(801) 524-3857
LRock@usbr.gov
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Rocky Mountain Region 2 AE Cadastral Boundary Surveying Services IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide non-personal Architect-Engineer (A-E) services through up to five Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for cadastral boundary surveying within the Rocky Mountain Region. The selected firms will be responsible for a range of professional land surveying services, including retracement of land surveys, boundary marking, and geodetic control surveys, primarily across designated National Forests and Grasslands in Colorado, Wyoming, South Dakota, Nebraska, and Kansas. This procurement is crucial for maintaining accurate land boundary management and supporting the USDA's objectives in efficient natural resource management. Interested firms must submit their qualifications by May 13, 2025, with a total contract value not exceeding $4 million, and should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
Intermountain Region 4 AE Cadastral Boundary Surveying Service IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer firms to provide Non-Personal Architect-Engineer (A-E) Services for the Intermountain Region 4 Cadastral Boundary Surveying Service IDIQ. The procurement aims to establish up to eight Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with a total funding cap of $4 million, focusing on professional land surveying services across Idaho, Wyoming, Utah, Nevada, and California. These services are crucial for effective land management, ensuring accurate boundary delineation, and addressing property-related issues within National Forests and Grasslands. Interested firms must submit their qualifications via the SF 330 form by May 15, 2025, and can direct inquiries to Tanya Spanfellner at tanya.spanfellner@usda.gov.
Rivers Project Office Boundary Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking qualified small businesses for the Rivers Project Office Boundary Maintenance contract. This project entails the maintenance of the USACE boundary line along specified sections of the Mississippi River and the Lower Illinois River, covering a total distance of approximately 50.05 miles, and includes the replacement of missing and damaged monuments by a certified surveyor for up to 108 surveyor hours. The services required fall under the NAICS code 541370, focusing on surveying and mapping services, which are crucial for maintaining accurate boundary lines and ensuring compliance with conservation regulations. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or 314-331-8506, or Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965 for further details regarding this total small business set-aside opportunity.
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.
B--BLM WRFO ABC CULTURAL RESOURCES INVENTORY
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for a Class III cultural resource inventory covering approximately 1,930 acres of public land in Moffat, Rio Blanco, and Garfield Counties, Colorado. The objective of this procurement is to conduct intensive cultural resource evaluations in compliance with the National Historic Preservation Act, ensuring that all necessary assessments are completed prior to any ground-disturbing activities related to vegetation management and prescribed burning. This project underscores the importance of preserving cultural resources while facilitating essential land management activities, with the contract period of performance set from May 16, 2025, to February 27, 2026. Interested contractors should direct inquiries to Daniel Rosales at drosales@blm.gov, and must adhere to the specified submission guidelines and deadlines outlined in the solicitation documents.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
Bayou Meto Canal 1000 Phase 3.2
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the Bayou Meto Canal 1000 Phase 3.2 project located in Lonoke County, Arkansas. This project entails the construction of 14,665 linear feet of irrigation canal, including eight farm off-takes, five siphon structures, one gravity turnout, two pump turnouts, along with associated grading and drainage work. The procurement is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction, and it is a total small business set-aside, with a size standard of $45 million. Interested contractors can reach out to Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or by phone at 901-544-0973, or Judy Stallion at judy.e.stallion@usace.army.mil or 901-544-0776 for further details.
B--VEGETATION SURVEY PROJECTS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Vale Vascular Plant Surveys project in Oregon, aimed at conducting comprehensive botanical assessments across approximately 9,671 acres. The primary objectives include identifying and mapping target vascular plant species and noxious weeds, while providing detailed ecological descriptions of the surveyed areas over a performance period from May 15, 2025, to July 20, 2027. This initiative underscores the importance of environmental stewardship and the conservation of biodiversity, particularly in the Vale District, and is restricted to small businesses under the NAICS code 541620. Interested parties must submit their proposals by May 8, 2025, and direct any inquiries to Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.
R--GSL BASIN STUDY MODELING SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking consulting services for modeling related to the Great Salt Lake Basin (GSLB) Study. The primary objective is to analyze flooding scenarios using the GSLB-PM tool, which involves reviewing existing models, creating new modeling tools, participating in project meetings, and submitting deliverables for review. This opportunity is crucial for long-term basin planning and aims to gather data that will inform future solicitations, particularly from small businesses. Interested firms must respond by May 8, 2025, to Timothy Leff at tleff@usbr.gov or by phone at 801-524-3722.