Professional Land Surveying - USDA Natural Resources Conservation Service - Massachusetts
ID: 12FPC325R0037Type: 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 Massachusetts. The procurement aims to engage licensed land surveyors to conduct surveys and re-surveys of easements under various conservation programs, ensuring compliance with state regulations and NRCS specifications. These services are crucial for maintaining accurate land boundaries and supporting environmental conservation efforts. Interested firms must submit their qualifications using the Standard Form 330 (SF-330) by January 21, 2025, with the anticipated award of up to two Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts totaling $6 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 is soliciting professional surveying services in Massachusetts, inviting qualified firms to submit the Standard Form 330 (SF330) for consideration. This solicitation outlines the requirements for legal easement boundary surveys and re-establishment services with an anticipated award of up to two Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, totaling $6 million over five years. The proposals will be evaluated based on five criteria: professional qualifications, knowledge of locality, specialized experience, capacity to perform, and past performance. Firms must demonstrate licensed surveying capabilities, local knowledge, and recent relevant experience, with submission due by January 21, 2025. The project requires compliance with state laws, sufficient resources for multiple simultaneous task orders, and a clear understanding of the local surveying environment. This RFP reflects the government's objective to secure professional services while supporting small businesses, with contracts set aside exclusively for eligible small enterprises. Responses must adhere to specific submission guidelines and are subject to strict evaluation criteria to ensure the selection of highly qualified firms for the project.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for easement boundary surveys to be conducted by licensed professionals. The document emphasizes the necessity for surveyors to work with NRCS to ensure accurate representation of easement boundaries, including ingress and egress routes. It details requirements for survey quality, personnel qualifications, and equipment, mandating adherence to state regulations and the Bureau of Land Management guidelines in Public Land Survey System states. Key procedures include pre-survey consultations with landowners, marked survey areas, and the use of standardized equipment and methods for data collection. Survey deliverables must meet specific formatting and documentation standards, including plats, legal descriptions, and electronic media submissions. The document further addresses potential conflicts of interest to ensure unbiased conduct by surveyors and stipulates necessary legal and privacy considerations. Ultimately, these comprehensive specifications aim to standardize surveying practices under NRCS easement programs while ensuring thorough and accurate documentation of land boundaries, contributing to effective land conservation efforts.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for reestablishing easement boundaries through professional land surveys. This process involves two phases: Phase I focuses on preliminary survey deliverables, where the NRCS assesses whether to proceed with boundary monumentation in Phase II. Surveys must adhere to state regulations and NRCS standards, ensuring accuracy and clarity in surveying documentation, including boundary descriptions, ingress and egress routes, and detailed plat maps. Surveyors are required to use licensed professionals and appropriate equipment. Quality control and inspection protocols include notifications to landowners and pre-survey field visits. The deliverables must include both electronic and hard copy documentation of survey results, adhering to rigorous criteria for legal descriptions and mapping. Furthermore, the document stipulates regulations to avoid conflicts of interest regarding property ownership and requires compliance with confidentiality protections. This specification emphasizes the importance of accurate land surveys to maintain environmental conservation efforts under NRCS programs.
    The document is a Past Performance Questionnaire intended for contractors participating in federal Request for Proposals (RFPs). It serves as a structured form for evaluating a contractor's past performance based on several key criteria, including technical quality, cost control, customer satisfaction, and adherence to schedules. The questionnaire consists of two sections: one for the offeror to fill out regarding their solicitation and contract details, and another for the assessor to evaluate the contractor’s performance against defined standards such as exceptional, very good, satisfactory, marginal, and unsatisfactory. Assessor feedback is vital, particularly for marginal or unsatisfactory ratings. The goal is to collect detailed insights into the contractor's performance, providing necessary information to support informed decision-making for future contract awards. The emphasis on assessing past performance underlines the importance of reliability and effectiveness in government contracting processes.
    The document outlines the solicitation for Professional Land Surveying services under the USDA Natural Resources Conservation Service for various states, elucidating the request for qualifications (RFQ) process. It clarifies that firms can submit qualifications but not bids, emphasizing that one firm can act as a prime contractor while others may serve as subcontractors—all without a formal joint venture unless documented. The RFQ covers multiple states and requires specific qualifications, including licensed personnel for land surveying in certain areas. Importantly, all submissions must adhere to page limits and include relevant project experience, with emphasis on small business compliance under established size standards. Response deadlines will not be extended, and clarity regarding payment and task order procedures is provided. The intention is to award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts with a guarantee of a minimum funding amount for selected firms, with expectations of statewide service capability. This solicitation reflects the government’s commitment to engaging qualified small businesses while ensuring thorough evaluations of capabilities, prior performances, and adherence to regulatory guidelines in land surveying.
    Similar Opportunities
    USDA-NRCS-California National Resources Inventory (NRI) Data Collection
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking quotations for the National Resources Inventory (NRI) Data Collection services in Northern California. This procurement aims to gather essential data regarding soil, water, and related resources, particularly on Bureau of Land Management lands, in compliance with federal guidelines. The contract will be a Firm-Fixed Price agreement with a base period from August 1, 2025, to January 31, 2026, and includes four optional extension periods, with a focus on ensuring quality data collection and adherence to environmental standards. Interested contractors must submit their proposals electronically, demonstrating technical capability and compliance with federal procurement regulations, with all submissions due by the specified deadline. For further inquiries, contact Blake Boyer at blake.boyer@usda.gov.
    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.
    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.
    Indefinite-Delivery Contract for Architect-Engineer Mapping and Survey Services -- USACE Kansas City District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Kansas City District is seeking proposals for an Indefinite Delivery Contract (IDC) focused on architect-engineer mapping and survey services, with a total estimated value of up to $5,000,000 over five years. The contract aims to provide essential services such as aerial photography, topographic, boundary, and hydrographic surveys primarily for civil works, military, and environmental projects within the Kansas City area and potentially in adjoining districts. This initiative underscores the government's commitment to engaging small businesses in delivering critical engineering and survey services for various federal agencies. Interested firms must submit their proposals electronically, ensuring compliance with federal regulations, and are encouraged to contact Erick Ottoson at erick.s.ottoson@usace.army.mil or 816-389-3878 for further information. The anticipated award date is in the fourth quarter of FY2025.
    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.
    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.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    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.