Professional Land Surveying - USDA Natural Resources Conservation Service - Wyoming
ID: 12FPC325R0043Type: 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 Wyoming. The procurement aims to establish multiple contracts for easement boundary surveying under various conservation programs, emphasizing the need for licensed surveyors with experience in the state. Interested firms must submit their qualifications using the Standard Form 330 (SF330) by February 13, 2025, with a total contract value expected to reach $3 million over five years. For 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 seeking professional surveying services in Wyoming through Solicitation Number 12FPC325R0043. Interested firms must submit an electronic Standard Form 330 (SF330), demonstrating qualifications for land surveying and mapping services. The anticipated contract includes a Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for easement boundary surveying, with a total limit of $1.5 million over five years. Working conditions will require firms to possess licenses and evidence of previous relevant work within the state. Key evaluation criteria include professional qualifications of staff, specific knowledge of Wyoming's geography, specialized experience in boundary surveys, capability to perform required work in a timely manner, and proven past performance on similar projects. The submission deadline for proposals is February 13, 2025, with inquiries directed to designated USDA contacts. Importantly, this announcement is set aside for small businesses, ensuring opportunities within the local community.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) establishes Land Survey Specifications for its easement programs to ensure accurate and professional boundary surveys. Professional land surveyors must conduct surveys under state regulations, producing documents that include plat maps and legal descriptions of easement areas. Key prerequisites include conducting initial site visits with landowners and NRCS representatives, documenting survey results thoroughly, and adhering to stringent quality standards. Land surveyors are responsible for marking boundary lines with visible monuments and ensuring detailed and transparent reporting of any conflicts or discrepancies in land ownership. The process involves precise measurement and recording of coordinates, and all survey data must comply with local state survey standards. A complete survey submission includes electronic files, legal descriptions, and dynamic map visuals. Moreover, surveyors cannot have personal or financial interests in the land being surveyed. Confidentiality regarding sensitive landowner and governmental information must be maintained. The overall aim is to facilitate accurate easement boundaries, ensuring compliance with federal guidelines while preventing conflicts and misunderstandings in land ownership.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specifications for the reestablishment of easement boundaries under its easement programs. This process involves certified professional land surveyors reestablishing existing boundary lines and access routes per detailed NRCS guidelines. The work progresses in two phases: Phase I allows for initial assessments and submission of preliminary survey documents, while Phase II permits the actual monumentation and marking of boundaries upon NRCS approval. Key requirements include adherence to state-specific regulations, use of appropriate surveying methods, and thorough documentation of survey processes. Surveyors must notify landowners about work schedules, conduct pre-survey visits, and ensure all findings are compliant with NRCS specifications. Final deliverables must encompass comprehensive survey plats, legal descriptions of properties and access routes, and digital media adhering to established coordinate systems. The specifications emphasize professionalism, accuracy, and transparency, mandating surveys be conducted without conflict of interest and safeguarding confidentiality concerning sensitive landowner information. This framework showcases NRCS's commitment to preserving conservation easements through systematic and regulated survey methodologies.
    The document outlines a Past Performance Questionnaire used by federal agencies to assess contractors' performance on government projects. It includes sections for Offerors to provide solicitation and contract information, and for Assessors to evaluate contractor performance based on specific criteria. The Assessor is required to rate the contractor's performance in areas such as technical quality, customer satisfaction, and adherence to schedules, using a predefined scale ranging from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes the importance of providing feedback efficiently, encouraging electronic submission instead of hard copies. Assessor feedback is essential for evaluating the reliability and effectiveness of contractors in future procurements. This document plays a crucial role in the sourcing decisions for government contracts, ensuring that past performance is heavily weighted in awarding future contracts, facilitating informed choice among bidders.
    The solicitation notice (12FPC325R0001 through 12FPC325R0045) outlines the USDA Natural Resources Conservation Service’s request for qualifications in professional land surveying across various states, including Illinois, Texas, and Louisiana. It clarifies bidding procedures, stating that submissions must adhere to FAR Part 36.6, with firms allowed to collaborate as prime or subcontractors. State-wise qualifications will be evaluated through an Individual Delivery Order Contracts (IDIQ) mechanism. Respondents must meet the Small Business Administration's size standards, provide comprehensive SF330 forms detailing personnel qualifications, previous survey work, and past performance, while no extensions to submission deadlines will be granted despite requests. The agency emphasizes the importance of local presence for evaluation, and successful contractors will operate under fixed-price contracts totaling an expected maximum of $3 million over five years. Payments will be milestone-based and contingent on deliverable approval, with a minimum task order value of $2,500. The intent is to establish multiple contracts for easement boundary surveying and related services, with an emphasis on small business participation and comprehensive capability demonstration from firms across the specified states.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    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.
    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.
    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.
    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.
    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.