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
    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.
    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.
    VRS License Access
    Agriculture, Department Of
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking to procure access to 21 Virtual Reference Stations (VRS), also known as The Utah Reference Network (TURN), from the Utah Geospatial Resource Center (UGRC). This procurement aims to facilitate the determination of fixed positions on the earth's surface, which is crucial for various agricultural and environmental applications. The services provided through this contract will support the USDA's Natural Resources Conservation Service in Utah, enhancing their operational capabilities. Interested parties can reach out to Ms. C. Thomas at chauquetta.thomas@usda.gov or call 817.509.3209 for further details regarding this opportunity.
    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.
    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.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.