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
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 6:00 PM UTC
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
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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.
Lifecycle
Title
Type
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.
Area Wide Market Analysis (AWMA) for Ohio NRCS
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking proposals for the Area Wide Market Analysis (AWMA) and Annual Re-certifications for the Agricultural Conservation Easement Program (ACEP) in Ohio. The selected contractor will be responsible for assessing fair market values of land for various uses under ACEP, ensuring compliance with specified guidelines and USPAP standards. This initiative is crucial for effective land management and conservation efforts in the state, reflecting USDA's commitment to sustainable agricultural practices. Proposals are due by May 6, 2025, with inquiries accepted until April 29, 2025. Interested parties should contact Andrew Sawyer at andrew.sawyer@usda.gov or Shermeka Showers at shermeka.showers@usda.gov for further information.
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.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
2025 PNW Field Inventory Analysis (FIA) Ongrid Areas 4 & 6
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) project in designated Ongrid Areas 4 and 6 across Oregon and Washington. The procurement involves establishing and remeasuring Forest Inventory plots on various land ownerships, with a focus on ensuring high-quality data collection and compliance with federal standards. This initiative is crucial for sustainable forest management practices and supports small businesses through a Total Small Business Set-Aside contract, with a maximum size standard of $11.5 million. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and interested parties should direct inquiries to Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
A-E Surveying, Mapping, and Monuments Project at Arnold AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified firms to provide professional land surveying services for the A-E Surveying, Mapping, and Monuments Project at Arnold Air Force Base (AFB) in Tennessee. The project entails rehabilitating disturbed boundary monuments and signage across a 38,861-acre area, with services required within a 125-mile radius of Arnold AFB. This procurement will follow federal guidelines, resulting in a Firm-Fixed-Price contract that includes one base CLIN and seven options, emphasizing the importance of maintaining property boundaries. Interested firms must submit their qualifications using Standard Form 330 by May 12, 2025, and can contact James Laney or Mikayla Roland for further information.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.