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
    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.
    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.
    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.
    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.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    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.
    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.