Professional Land Surveying - USDA Natural Resources Conservation Service - Rhode Island
ID: 12FPC325R0030Type: 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 soliciting qualifications from licensed land surveyors for professional surveying services in Rhode Island. The objective is to conduct legal boundary surveys for various easement programs, including Wetland Reserve Easements and Emergency Watershed Protection Program-Floodplain Easements, ensuring compliance with specific Land Survey Specifications. These services are crucial for effective land conservation and management, supporting the USDA's initiatives under the Agricultural Conservation Easement Program. Interested firms must submit their qualifications using the SF-330 form by January 13, 2025, with a total contract value of up to $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 in Rhode Island is soliciting proposals for Professional Surveying Services, with the objective of establishing a single-award Task Order Contract for Easement Boundary Surveying. Interested surveying firms must submit a Standard Form 330 electronically by January 13, 2025, detailing their qualifications, project experience, and technical competence. The contract will cover a base period of one year with four one-year options, totaling $1.5 million over five years. Key requirements include being a licensed land surveyor in Rhode Island, having prior experience with property boundary surveys, and the capacity to manage multiple simultaneous surveys. Evaluations will focus on professional qualifications, local knowledge, experience with similar projects, capacity to perform the work, and past performance. The solicitation emphasizes a 100% small business set-aside, mandating firms to be registered in the System for Award Management (SAM) and to provide specific evidence regarding their capabilities and technical knowledge within the requested fields. This RFP process reflects the federal initiative to engage qualified firms while ensuring compliance with national and local surveying laws and regulations.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines Land Survey Specifications for easement programs. Professional land surveyors, licensed in their respective states, must complete easement boundary surveys that include necessary measurements, drawings, and monumentation. The NRCS provides surveyors with relevant documents, but the surveyor must determine the true boundaries as NRCS maps are approximate. Quality standards demand adherence to state and NRCS specifications, with the more stringent regulations taking precedence. Survey personnel must be qualified, and all equipment used must deliver the required accuracy. Prior to survey work, an onsite presurvey meeting with NRCS representatives and landowners is mandatory to identify boundaries and access routes. The documentation process includes delivering comprehensive survey plats, legal descriptions, and data that ensure compliance with specified standards, including clear identification of easement areas. Deliverables must also include electronic data formatted for GIS systems. Additionally, the document emphasizes the importance of confidentiality and non-discrimination in the conduct of survey work. This framework is essential for effective easement management and is aligned with federal and local government procedures for land conservation and management.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines Land Survey Reestablishment Specifications for easement programs. These specifications detail the process of reestablishing easement boundaries through legally conducted surveys by licensed professionals in the relevant state. The work involves multiple phases, beginning with a preliminary survey to assess the existing boundary, followed by a potential marking of the easement if approved by NRCS. Quality of work must adhere to professional standards and accuracy requirements, with NRCS providing necessary documentation, including maps and deeds. The surveyor, guided by a designated contracting officer, is responsible for conducting onsite field visits and inspections. Key deliverables include detailed survey plats, electronic files, legal descriptions of easements, and proper monumentation marking where required. Compliance with state regulations and NRCS guidelines is emphasized, addressing potential conflicts of interest and ensuring confidentiality of information handled during the surveying process. The specifications collectively aim to standardize the reestablishment of easement boundaries, promoting effective land conservation and management while ensuring all parties' rights and responsibilities are upheld.
    The document outlines a Past Performance Questionnaire used in the federal contracting process, emphasizing its purpose for assessing the performance of contractors during project execution. It consists of sections to be filled out by both the offeror and an independent assessor, which include solicitation information, contract details, assessor information, performance evaluation criteria, and overall ratings of contractor performance. The evaluation definitions categorize performance into six ratings, from "Exceptional" to "Unsatisfactory," providing a structured method for assessing how well contractors meet contractual obligations. Specific performance elements assessed include technical quality, management, cost control, customer satisfaction, adherence to schedules, and responsiveness to changes. At the end of the evaluation form, assessors are encouraged to provide additional comments, particularly if the contractor's performance is rated as "Marginal" or "Unsatisfactory." This document is essential for agencies in making informed decisions based on past contractor performance, aligning with federal mandates for accountability in government contracting. Overall, the questionnaire promotes transparency and objectivity in the evaluation process, reinforcing best practices in procurement and contract management.
    The document outlines a series of solicitations by the USDA Natural Resources Conservation Service for professional land surveying services across multiple states, including Illinois, Texas, and Louisiana. It primarily serves as a request for qualifications under FAR Part 36.6, emphasizing the importance of the SF330 form in submissions. Questions from the potential offerors cover various aspects: joint bidding, the necessity of licensed surveyors, submission requirements, and evaluation criteria based on professional qualifications and past performance. Specific criteria underscore the need for firms to demonstrate relevant experience and the availability of qualified personnel, particularly licensed land surveyors (PLS), while focusing on the complexity of previous survey projects. The document specifies that small businesses must meet SBA size standards under NAICS 541370 to be eligible for awards. Additionally, it provides guidance on submission guidelines and evaluation processes, with deadlines firmly established and no extensions granted. The aim is to create a competitive environment that ensures high-quality proposals from qualified firms capable of meeting the surveying needs of various states while adhering to federal contracting requirements.
    Similar Opportunities
    USDA NRCS SOURCES SOUGHT SYNOPSIS for CULTURAL RESOURCES SITE INVESTIGATIONS FOR MASSACHUSETTS
    Agriculture, Department Of
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) is seeking qualified large and small businesses to provide cultural resources site investigations and management services in Massachusetts through a non-personal services Blanket Purchase Agreement (BPA). The procurement aims to identify firms capable of conducting archaeological services, including background research, architectural reviews, and Phase 1A and Phase 1B surveys, in compliance with federal and state historic preservation acts. This initiative is crucial for ensuring adherence to cultural resource management standards and guidelines, with an estimated performance period of five years starting February 23, 2026. Interested firms must submit their contact information, SAM.GOV UEI, GSA Schedule Number (if applicable), small business status, and a statement of interest to Crystina Lopez and Shermeka Showers via email by January 9, 2026, at 5 PM EST.
    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.
    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.
    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.
    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.
    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.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    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.
    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.