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
    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
    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.
    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.
    Similar Opportunities
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.