Professional Land Surveying - USDA Natural Resources Conservation Service - Idaho
ID: 12FPC325R0044Type: 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 small business firms to provide professional land surveying services for legal boundary surveys across the State of Idaho. The selected contractor must be licensed in Idaho and will conduct surveys related to various easement programs, including the Agricultural Conservation Easement Program, ensuring compliance with federal and state regulations while adhering to strict accuracy standards. This opportunity is critical for effective easement management and preservation of natural resources, with a total contract value not exceeding $1.5 million over five years. Interested firms must submit their qualifications via Standard Form 330 (SF330) by February 13, 2025, at 1:00 PM EST, and can direct inquiries to 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 invites qualified professional surveying firms to submit electronic responses for a contract, identified by Solicitation Number 12FPC325R0044, to provide surveying services in Idaho. The contract is a Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC), with a total not exceeding $1.5 million over five years. Interested firms must submit a Standard Form 330 (SF330) addressing specific evaluation criteria: professional qualifications, knowledge of the locality, specialized experience, capacity to perform work, and past performance. All submissions must be received by February 13, 2025, at 1:00 PM EST. The selected firm must be licensed in Idaho and demonstrate the ability to conduct legal easement boundary surveys, providing comprehensive project details and adhering to local regulations. This opportunity is set aside for small businesses. The selection process will evaluate qualifications based on the firm’s experience, team members’ qualifications, and relevant project history to ensure compliance and competency in surveying services.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) provides Land Survey Specifications for its easement programs. Licensed professional land surveyors must conduct comprehensive legal boundary surveys, which include assessing easement areas, ingress and egress routes, and documenting findings with accurate drawings, descriptions, and plat maps. The surveyor must adhere to the strict accuracy standards of both federal and state regulations, using suitable methods and equipment for data collection. Before commencing fieldwork, surveyors are required to conduct an onsite presurvey meeting with landowners and NRCS representatives to identify easement boundaries and potential conflicts. Survey areas must be marked clearly, and any discrepancies in ownership must be reported. Monuments and witness posts must visibly mark easement boundaries, and surveyors must compile detailed final reports and digital files for NRCS approval. Additionally, the document emphasizes maintaining confidentiality, avoiding conflicts of interest, and ensuring non-discrimination during survey activities. The emphasis on thorough documentation, compliance with mapping regulations, and precise communication aligns with federal RFP requirements and promotes effective easement management.
    The U.S. Department of Agriculture’s Natural Resources Conservation Service (NRCS) outlines specifications for reestablishing easement boundaries through legal surveys conducted by licensed surveyors. The process is conducted in two phases: Phase I involves submitting preliminary survey data for NRCS review, while Phase II allows for monumentation and marking of the established boundaries. Quality standards mandate compliance with state regulations and NRCS specifications, emphasizing the accuracy of descriptions and the use of professional methodologies. Surveyors are required to notify affected landowners, conduct site inspections, and utilize approved equipment and techniques to collect data. The document details requirements for documentation, inspections, and deliverables, which include signed plats, legal descriptions, and electronic files. There is a strong emphasis on maintaining confidentiality, avoiding conflicts of interest, and ensuring all survey work meets high professional standards. Overall, this guidance ensures the integrity of easement boundaries while adhering to federal and state requirements, reflecting NRCS's commitment to preserving natural resources effectively.
    The document outlines a Past Performance Questionnaire designed for contractors participating in federal RFPs, federal grants, and state/local RFPs. It serves to gather performance evaluations from assessors regarding a contractor's past projects. The Offeror is required to fill out initial sections, detailing solicitation and contract information, while the Assessor completes subsequent sections to evaluate the contractor's performance across various elements, including technical quality, cost control, customer satisfaction, and timeliness. Performance is rated using defined categories: Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. The document encourages assessors to provide comments, particularly if ratings of Marginal or Unsatisfactory are given. This structured feedback mechanism aims to ensure transparent evaluation of contractor performance, which is critical in sourcing decisions and maintaining accountability in government contracting. The emphasis on electronic submission streamlines communication and facilitates efficiency in the assessment process, ultimately reinforcing the government's commitment to accountability and quality in contract execution.
    The document is a solicitation notice from the USDA Natural Resources Conservation Service concerning professional land surveying services across multiple states including Louisiana, Indiana, Illinois, Arkansas, and others. It invites firms to submit qualifications under FAR Part 36.6 procedures for IDIQ contracts related to easement boundary surveying and re-establishment. The questions and answers section addresses various facets of the solicitation, including eligibility for teaming bids, qualifications of personnel, and the submission of required documentation such as the SF330 form. Key considerations include the requirement for firms to be small businesses per SBA size standards, the need for licensed land surveyors in specific states, and clarity on selection criteria which involve professional qualifications and past performance of the firms. The document emphasizes that proposals are not yet being accepted, but qualifications must be submitted following the outlined instructions, which include page limits for submissions and clarification on the assessment of past performance via PPQs and CPARS. Notably, progress payments will be based on completed work and all submissions must adhere strictly to provided guidelines and timelines. This solicitation is indicative of the federal government’s structured approach to acquiring professional services through clear eligibility criteria and detailed procedural requirements.
    Similar Opportunities
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    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.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    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.