Professional Land Surveying - USDA Natural Resources Conservation Service - Washington
ID: 12FPC325R0042Type: 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 throughout the State of Washington. Interested firms must submit a Standard Form 330 (SF-330) detailing their qualifications and experience, as the selected contractor will be responsible for conducting surveys related to various easement programs, including Wetland Reserve Easements and Emergency Watershed Protection Program-Floodplain Easements. This opportunity is crucial for ensuring accurate boundary delineation and compliance with federal land conservation efforts, with a total contract budget not exceeding $1.5 million over five years, allowing for multiple task orders ranging from $2,500 to $500,000 each. Interested parties must submit their qualifications by February 13, 2025, and direct inquiries to Amber Maestri or Ruben Mindieta via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 9:05 PM UTC
The USDA Natural Resources Conservation Service is seeking Professional Surveying Services for easement boundary surveys in Washington. Interested surveying firms must submit an electronic Standard Form 330 (SF330) detailing qualifications and experience by February 13, 2025. This contract will last for five years with a total budget not exceeding $1.5 million, providing multiple task orders between $2,500 and $500,000 each. The selected firm must possess a valid Washington land surveyor license, demonstrate the ability to perform GPS surveys, and have experience with local surveying practices. Evaluation criteria include professional qualifications of key personnel (such as licensed land surveyors), local knowledge, specialized experience with similar projects, capacity to perform work, and past performance on recent projects. Firms should highlight their equipment, personnel availability, and previous relevant work completed successfully within the last five years. This opportunity is set aside for small businesses, with a size standard of $19 million. Interested firms must also be registered in the System for Award Management (SAM) to be eligible for consideration. Inquiries are directed to the contracting specialists via specified email addresses.
The NRCS Easement Programs Land Survey Specifications outline detailed procedures for conducting boundary surveys related to easement areas under the U.S. Department of Agriculture. All surveys must be conducted by a licensed land surveyor in compliance with state and NRCS standards, using accurate measurement techniques and appropriate equipment. The process includes initial presurvey meetings with stakeholders, appropriately marking survey areas, and ensuring that legal descriptions of the easement area and access routes are accurately documented. Surveyors must inform the NRCS representative about survey timelines and exclude any conflicting land claims or encroachments identified during the survey. The final survey should include comprehensive documentation such as plat maps, legal descriptions, and digital files formatted for GIS use. Noteworthy requirements also include establishing visible boundary markers and complying with confidentiality and non-discrimination policies. This specification serves to ensure accurate and legally sound easement boundary delineation integral for federal 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. The process begins with a survey conducted by a licensed land surveyor and is divided into two phases. Phase I involves a preliminary survey and evaluation, where NRCS will decide whether to proceed with Phase II, which includes monumentation and marking of boundaries. All work must conform to state and federal surveying standards, ensuring accuracy and compliance with the Bureau of Land Management regulations. Surveyors are expected to conduct onsite visits, prepare legal descriptions of the easements and access routes, and document all findings clearly. The requirements for documenting boundary lines, marking procedures, and deliverables to be submitted to NRCS are detailed, highlighting the importance of clear communication with landowners and adherence to specific guidelines. Additionally, provisions regarding conflict of interest and confidentiality are included to protect sensitive information. This document serves as a guideline for firms seeking to contract with the NRCS for easement surveying services, emphasizing the importance of precision and compliance in protecting natural resources and easement integrity.
Jan 14, 2025, 9:05 PM UTC
The provided document is a Past Performance Questionnaire intended for government contractors as part of the source selection process for federal contracts. The Offeror must complete sections detailing the solicitation and contract information, while assessors evaluate the contractor's past performance based on defined criteria. Assessor input is critical; they are instructed to avoid mailing physical copies and instead submit feedback via email. The evaluation includes categories such as technical quality, cost control, customer satisfaction, and adaptability, rated from 'Exceptional' to 'Unsatisfactory'. There is an emphasis on providing clear rationale for lower ratings and general comments are encouraged for further insights. The purpose of this questionnaire is to systematically gather and assess past performance data to inform future contract awards, ultimately supporting government procurement integrity and efficiency. Overall, this document facilitates a consistent and transparent evaluation process, crucial within the context of federal RFPs and grants.
The document is a solicitation notice by the USDA Natural Resources Conservation Service for Professional Land Surveying services across multiple states. It outlines a request for qualifications (RFQ) under the Federal Acquisition Regulation (FAR), detailing expectations for firms interested in bidding, including necessary qualifications, the submission process, and evaluation criteria. Key points include the requirement for licensed surveyors, the need for evidence of professional qualifications and past performance, and clarification on the evaluation of submissions based on geographic proximity. Firms may bid jointly but must designate a prime contractor for responsibility. The RFQ emphasizes the importance of meeting small business size standards established by the SBA, with specific criteria for educational background and experience for survey personnel. It also provides guidelines regarding submission limits, project examples, and evaluation methods. Lastly, it explains the payment process for services rendered and the minimum value for task orders. The document serves as a comprehensive guide for firms seeking to provide surveying services while ensuring compliance with federal standards and competitive bidding practices.
Lifecycle
Title
Type
Similar Opportunities
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.
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.
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.
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 Forest Inventory Analysis (FIA) Ongrid Area 7
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7 contract. This procurement involves the location, installation, and remeasurement of Forest Inventory plots across various federal and state lands in Oregon, Washington, and Idaho, with a focus on adhering to strict quality standards and environmental preservation protocols. The selected contractor will be responsible for delivering digital data, ensuring compliance with safety regulations, and managing access to plots while maintaining confidentiality as outlined in the Non-Disclosure Agreement. 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.
Northwest Zone Architecture & Engineering Professional Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking qualifications from architect-engineer firms for multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts under the Northwest Zone Architecture & Engineering Professional Services initiative. The procurement aims to secure professional AE services across three engineering disciplines—Transportation, Facilities, and Environmental—essential for the development, design, construction, and maintenance of real property managed by the Forest Service in Regions 6 (Oregon and Washington) and 10 (Alaska). The selected contractors will provide a range of services, including architectural and engineering designs, technical reports, and construction management, with a contract duration of five years. Interested firms must submit their qualifications, including a completed Standard Form 330, by May 21, 2025, at 4:00 PM PST, and can direct inquiries to Janet Paul at janet.paul@usda.gov.
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.
2025 PNW Forest Inventory Analysis (FIA) Ongrid Areas 3 & 5
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 Forest Inventory Analysis (FIA) in designated on-grid areas across Oregon and Washington. The procurement involves locating, measuring, and maintaining Forest Inventory plots on various land ownerships, with a strong emphasis on adhering to quality standards and ensuring accurate data collection. This initiative is crucial for enhancing forest inventory data accuracy and accessibility, supporting environmental assessments, and fostering collaboration with landowners. Quotes are due by May 5, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 28, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
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.
Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.