Professional Land Surveying - USDA Natural Resources Conservation Service - Florida
ID: 12FPC325R0035Type: Solicitation
Overview

Buyer

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

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

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

Set Aside

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

    The U.S. Department of Agriculture's Farm Production and Conservation (FPAC) Business Center is seeking qualified firms to provide professional land surveying services for legal boundary surveys across Florida. The procurement aims to secure licensed land surveyors to conduct surveys and re-surveys of easements under various conservation programs, ensuring compliance with both NRCS and state-specific standards. This opportunity is crucial for supporting conservation efforts and maintaining accurate land boundaries, with a total contract value not exceeding $6 million over five years. Interested small businesses must submit their qualifications via the SF-330 form by January 21, 2025, and can direct inquiries to Amber Maestri at amber.maestri@usda.gov or Ruben Mindieta at ruben.mindieta@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Natural Resources Conservation Service is soliciting proposals for professional surveying services in Florida through Solicitation Number 12FPC325R0035. Interested surveying firms must submit an electronic Standard Form 330 by January 21, 2025. The government plans to award up to two firm fixed-price Indefinite Delivery, Indefinite Quantity contracts for easement boundary surveying and re-establishment services, with a total contract value not exceeding $6 million over five years. Offerors must demonstrate qualifications, including registered land surveyor status in Florida, ability to manage multiple survey crews, and experience with property boundary surveys. Proposals will be evaluated based on professional qualifications, local knowledge, specialized experience, capability to complete work timely, and past performance. The contract aims to secure licensed professionals who can effectively perform survey services in compliance with state laws. Key submission requirements include adherence to formatting guidelines, a clear index of files, and timely electronic submission. Each submitted project must showcase the firm’s experience within the past five years related to the specified surveying services, emphasizing technical competence and regulatory compliance in Florida. The announcement is open exclusively to small businesses.
    The NRCS (Natural Resources Conservation Service) Easement Programs Land Survey Specifications detail the requirements for conducting boundary surveys on easement properties. Professional land surveyors, licensed in the respective states, must perform all activities associated with legal easement boundary surveys, including data collection, monumentation, and documentation. The scope emphasizes adherence to both NRCS and state-specific quality standards, with a focus on precise mapping, ingress and egress routes, and resolving discrepancies in boundary lines. Key points include the need for prior communication with landowners, the importance of marking survey areas, and thorough documentation of boundary lines using appropriate equipment and methods. The survey process involves a preliminary review, final submissions, and compliance inspections by NRCS representatives. Additionally, sections address conflict of interest, nondisclosure regulations, and civil rights compliance, underscoring the ethical standards required in survey work. By providing clear guidelines and deliverables, the specifications ensure that the surveys meet program requirements while supporting conservation efforts effectively.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for the reestablishment of easement boundaries through legally conducted land surveys. The process requires licensed surveyors to carry out all necessary surveying tasks, including measurements, monumentation, and documentation, as guided by NRCS. The project is divided into two phases: Phase I involves preliminary submission and review, while Phase II includes the marking and monumentation of boundary lines. The surveyors must adhere to state-specific regulations and NRCS standards for accurate and clear boundary delineation. Equipment must be well-maintained, and all work needs to meet professional standards. The NRCS will notify landowners before commencing work, and thorough documentation is required at each step, including legal descriptions and survey data. Final deliverables must include a signed survey plat, areas of easement, and thorough justification for methodologies used. Additionally, conflicts of interest are prohibited, and all personnel must maintain confidentiality regarding sensitive landowner and governmental information. This structured approach ensures that easement boundaries are clearly reestablished, facilitating conservation efforts across the nation.
    The document outlines a Past Performance Questionnaire for contractors participating in federal government RFPs (Requests for Proposals). It is structured into several sections. The Offeror must fill out Sections I and II, providing solicitation and contract information. The Assessor is responsible for completing Sections III to VII, which include their contact details and involvement with the contract. Performance is to be rated based on defined categories like 'Exceptional', 'Very Good', 'Satisfactory', 'Marginal', and 'Unsatisfactory', focusing on elements such as technical quality and timeliness. The Assessor is encouraged to provide comments, particularly for less favorable ratings. This document serves as a tool for evaluating contractor past performance, crucial for informed decision-making in future federal and state contracts, ensuring accountability and quality in public procurement processes. The emphasis on electronic submission aims to expedite assessments effectively.
    The document outlines the solicitation notices for professional land surveying services issued by the USDA Natural Resources Conservation Service across multiple states. It emphasizes that firms must submit qualifications via the SF330 form as part of the response process, without submitting bids directly. Key details include the requirement for qualified personnel such as Professional Land Surveyors and Survey Technicians, as well as specifications around past performance evaluations and the submission process. The responses to inquiries clarify certain aspects of the solicitation, including the expectations for joint bidding, geographic service areas, certification requirements, and project evaluation criteria. The government intends to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for easement boundary surveying services, emphasizing small business eligibility. Other significant points include page limits for submissions, file size requirements, and the lack of extensions for response deadlines. Overall, the document serves as a vital informational guide for prospective contractors navigating this procurement opportunity.
    Similar Opportunities
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    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.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    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.
    E-RECORDING AND NON-E-RECORDING LIEN RELEASES RECORDING SERVICES
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rural Housing Service, is seeking information from qualified contractors to provide E-Recording and Non-E-Recording Lien Release Recording Services across all 50 states and U.S. territories. The objective is to ensure timely and efficient recording of lien releases through both electronic and traditional methods, which includes providing access to e-recording systems, training for USDA users, and maintaining a status tracking mechanism. This service is crucial for the USDA Rural Development's Single-Family Housing Program, which supports eligible applicants with housing loans. Interested parties must submit their responses to the Request for Information (RFI) by December 24, 2025, at 4:00 PM EST, to the designated contracting officers, with no costs incurred by the government for the responses.
    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.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    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.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.