Professional Land Surveying - USDA Natural Resources Conservation Service - West Virginia
ID: 12FPC325R0041Type: 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 in West Virginia. The procurement aims to engage licensed land surveyors to conduct surveys and re-surveys of easements under various conservation programs, ensuring compliance with state and NRCS standards. This initiative is crucial for maintaining accurate property boundaries and supporting land conservation efforts in the region. Interested small businesses must submit their qualifications using the Standard Form 330 (SF-330) by February 13, 2025, with a total contract value estimated at $1.5 million over five years. For further inquiries, contact 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 (NRCS) in West Virginia is soliciting qualifications from professional surveying firms for the completion of legal easement boundary surveys and re-establishment services. Interested firms are required to submit an electronic Standard Form 330 (SF330) containing their qualifications, notably demonstrating relevant experience, knowledge of local conditions, specialized skills, and capacity to perform the work. The project entails a five-year contract estimated at $1.5 million, with task orders awarded between $2,500 and $500,000 for survey-related services. Only small businesses meeting a $19 million size standard are eligible to respond. Key selection criteria include professional qualifications of the surveying team, knowledge of the locality, specialized experience with legal boundary surveys, capacity for simultaneous task order execution, and past performance on similar projects. The final proposal submission deadline is February 13, 2025, and adherence to strict formatting guidelines is mandatory. This procurement process is a part of federal regulations aimed at ensuring high-quality surveying services essential for land conservation efforts in the specified region.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines the Land Survey Specifications for easement programs. These guidelines dictate that a licensed land surveyor conduct all legal easement boundary surveys, encompassing boundary markings, access routes, and necessary documentation. Key components include adherence to state regulations and NRCS standards, ensuring quality and accuracy of the surveys performed. The document specifies requirements for personnel and equipment, mandates a pre-survey visit with involved parties, and outlines procedures for marking boundaries with visible monuments and signs. The survey area must avoid conflicts with neighboring properties, and all findings must be documented and reported to the NRCS. The final survey submissions must contain meticulous details, including coordinate data and descriptive legal documents. Furthermore, the document emphasizes compliance with civil rights and nondiscrimination policies, while also acknowledging confidentiality commitments regarding sensitive information. Overall, the specifications serve to ensure thorough, legally compliant survey work essential for the execution of NRCS easement programs.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for reestablishing easement boundaries through legally conducted surveys. The process is divided into two phases: Phase I involves preliminary survey submissions, while Phase II entails the actual boundary marking and monumentation if approved. Surveys must be performed by licensed surveyors following state and NRCS standards, ensuring accuracy and clarity in all documentation. The surveyor is responsible for thorough documentation, including GPS data and detailed legal descriptions of the easement area and access routes. The deliverables include comprehensive maps, plat maps, and electronic files, ensuring compliance with specifications and addressing potential conflicts. NRCS will review all materials and may conduct onsite inspections, emphasizing the need for transparency and adherence to privacy regulations. The specifications prioritize high-quality work to ensure accurate property boundaries while maintaining confidentiality concerning sensitive landowner information.
    The document outlines the Past Performance Questionnaire, a critical component in the federal government procurement process, as detailed in the Federal Acquisition Regulation (FAR). It provides a structured format for Offerors and Assessors to evaluate a Contractor's past performance. Offerors fill out sections regarding solicitation and contract information, while Assessors provide insights based on their roles and experience with the contract. The assessment criteria include performance definitions ranging from "Exceptional" to "Unsatisfactory," measuring aspects such as technical quality, cost control, customer satisfaction, and timeliness. Assessors are required to rate performance in each category and provide an overall rating, including rationale for any lower ratings. The document emphasizes the importance of digital submission of the completed questionnaires to expedite the review process. This system ensures that federal agencies effectively evaluate Contractors and maintain a standard of quality in fulfilling government contracts, which is essential for accountability and performance efficiency in public spending.
    The document outlines a Solicitation Notice from the USDA Natural Resources Conservation Service (NRCS) for Professional Land Surveying services across multiple states, including Louisiana, Indiana, and Texas. Several questions and answers pertain to the Request for Qualifications (RFQ) related to land surveying, highlighting that firms are invited to submit qualifications under the FAR Part 36.6 procedures. Notable requirements include that firms must demonstrate professional qualifications relating to land surveying, including having licensed personnel and relevant experience. The solicitation emphasizes the importance of small business participation, with firms needing to meet specific size standards based on the NAICS code 541370. Submission specifics detail constraints such as a 75-page limit for the SF330 forms and outline that past performance evaluations (CPARS or PPQ) are to be included. While multiple firms may be awarded contracts, entities are reminded that this process is for qualifications, not proposals at this stage. The document notifies that due to existing timelines, no extensions for submissions will be granted, underscoring the urgency of compliance with all outlined requirements. This solicitation is part of the government's broader strategy to secure reliable surveying services for land easement and boundary work through an equitable and competitive bidding process.
    Similar Opportunities
    EWP Streambank Stabilization Kanawha County, West Virginia
    Buyer not available
    The Department of Agriculture, through the Farm Production and Conservation Business Center, is soliciting bids for the Emergency Watershed Protection (EWP) Streambank Stabilization Project in Kanawha County, West Virginia. The project aims to restore and stabilize the Two and Three Quarter Mile Creek, involving tasks such as channel shaping, erosion control, and the construction of rock riprap revetments and gabion mattresses. This initiative is crucial for enhancing ecological stability and mitigating environmental impacts in the area. Interested small business contractors must submit a bid guarantee of 20% of the bid price or $3 million, with project costs estimated between $250,000 and $500,000. A site visit is scheduled for July 8, 2025, and firms must be registered with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contractors can contact Christopher Harper at Christopher.Harper2@usda.gov or Brian Dwyer at brian.dwyer@usda.gov.
    EWP Streambank Stablization Braxton County, West Virginia
    Buyer not available
    The Department of Agriculture is seeking qualified contractors for the Emergency Watershed Protection (EWP) Streambank Stabilization Project in Braxton County, West Virginia. The project involves restoring and stabilizing approximately 300 linear feet of stream channel at two sites, requiring the installation of grouted rock riprap and the grading and seeding of disturbed areas to ensure proper drainage and vegetation cover. This initiative is particularly significant for enhancing environmental sustainability and mitigating erosion risks in the watershed area. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses, must submit a bid guarantee and be registered with the System for Award Management (SAM) by the specified deadlines, with an estimated project value between $250,000 and $500,000. For further inquiries, contractors can contact Christopher Harper at Christopher.Harper2@usda.gov or Brian Dwyer at brian.dwyer@usda.gov.
    BPA Call Order Exceeding $25,000.00
    Buyer not available
    The USDA Forest Service is issuing a Special Notice for a Blanket Purchase Agreement (BPA) Call Order exceeding $25,000 for Forest Inventory & Analysis services in Northwest Oregon, specifically in the Coos Bay-Roseburg and Medford-Lakeview areas. This procurement aims to secure environmental compliance audits as part of the USDA's initiative to enhance forest management and conservation efforts. Interested small businesses that are part of the BPA are encouraged to submit their capability statements and relevant organizational information by 2:00 PM PDST on July 15, 2025, to Jorge Somoza at jorge.somoza@usda.gov. This opportunity is set aside for small businesses under the NAICS code 115310, and the government will evaluate submissions to determine market capacity and capability.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    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.
    EWP – Erosion Control - Plum Bluff Part 2 Emergency Protection – George County, MS
    Buyer not available
    The Department of Agriculture, through the Natural Resources Conservation Service (NRCS), is seeking bids for emergency erosion control services in George County, Mississippi, specifically for the Plumb Bluff Drive 2 area. The procurement aims to establish a Firm Fixed Price contract for debris removal and protective measures in response to damages caused by recent tornadoes and rainfall. This solicitation is particularly significant as it is set aside for 100% veterans-owned small businesses, emphasizing the government's commitment to supporting such entities in federal contracting opportunities. Interested contractors must submit their bids, including a 20% bid bond, by the specified deadline, and are encouraged to contact Mark Domingo at mark.domingo@usda.gov for further information. A site visit is scheduled for June 18, 2025, to facilitate contractor engagement and project understanding.
    Savannah River Site Forest Monitoring Analysis
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Pacific Northwest Research Station, is seeking qualified small businesses to provide Forest Monitoring Analysis for the Savannah River Site. The objective of this procurement is to update maps and analyses that may serve as benchmarks for disaster recovery efforts following Hurricane Helene, including the creation of photogrammetric point clouds with spectral bands for the site. This work is critical for enhancing forest management and conservation efforts in the region. Interested parties must be current holders of the Land Management Integrated Resources Blanket Purchase Agreement (BPA) and can contact Ricky McLellan at ricky.mclellan@usda.gov or by phone at 971-337-6197 for further details.
    C--SURVEY AND DESIGN SERVICES
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide survey and design services for shoreline protection at the Brazoria National Wildlife Refuge in Texas. The project entails surveying and developing 30% design plans for a salt lake, adhering to the Performance Work Statement that will be released with the solicitation. This procurement is crucial for ensuring the ecological integrity and protection of the wildlife refuge, and it falls under the NAICS code 541310 for Architectural Services. Interested contractors must register in the System for Award Management (SAM) to participate, with the solicitation package expected to be available by June 11, 2025. For inquiries, contact JoAnn Mallory at joannmallory@fws.gov or call 404-679-7274.
    NRCS IL WRE Grass Planting MONTGOMERY, Tazewell County, IL
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking qualified contractors for the NRCS IL WRE Grass Planting project in Montgomery and Tazewell County, Illinois. This procurement involves the site preparation, purchase, and seeding of a native grass mix across 74 acres, with a performance period from November 17, 2025, to January 27, 2026, and seeding scheduled between November 15 and March 1. The project is critical for habitat restoration and conservation efforts, emphasizing compliance with federal guidelines and state regulations regarding seed purity and environmental protection. Interested small businesses must submit their quotes by July 30, 2025, and can direct inquiries to Tamara Sawyer at tamara.sawyer@usda.gov or Oksana Strekha at oksana.strekha@usda.gov.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    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.
    Crazy Creek Fence Construction
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting bids for the Crazy Creek Fence Construction project in Prineville, Oregon. This initiative involves the repair and reconstruction of approximately 30 miles of three-wire and 44 miles of four-wire fencing in the Ochoco National Forest, following damage from wildfires. The project is essential for restoring ecological balance and ensuring the functionality of existing fence lines, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit sealed bids electronically by July 30, 2025, and can direct inquiries to Chad A.T. Bullock at chad.bullock@usda.gov or Jim Kaminski at james.kaminski@usda.gov for further details.