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
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    R-- BIG HOLE NB CULTURAL RESOURCES SURVEY
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to conduct a Class I and Class III cultural resources survey at Big Hole National Battlefield in Wisdom, Montana. This survey is essential prior to the replacement of the aging sewer system and the installation of new utility lines within the park, covering approximately 20 acres and adhering to the National Historic Preservation Act's Section 106 compliance. The project involves various tasks, including site visits, documentation review, and both pedestrian and subsurface investigations, all while navigating the site's remote location and varied terrain. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov. The contract period is set from April 1, 2025, to August 29, 2025, with a total small business set-aside designation.
    Nationwide Recapture Appraisal Services
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Rural Development (RD) program, is seeking proposals for Nationwide Recapture Appraisal Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas, thereby supporting the USDA's mission to improve rural living through housing loans and community development. The contract will require appraisers to adhere to strict qualifications and reporting standards, ensuring compliance with federal regulations and the Uniform Standards of Professional Appraisal Practice (USPAP). Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Maria Calica at maria.calica@usda.gov.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    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.
    VIPR I-BPA for GIS Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for GIS Unit for Region 13, aimed at enhancing their surveying and mapping capabilities. This procurement is set aside for small businesses and focuses on providing essential services related to natural resources and conservation, particularly in forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in supporting the Forest Service's mission to manage and protect national forests and grasslands. Interested vendors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the solicitation process.
    R--CMR NWR Ranch, AVIS Project Number: F250044
    Buyer not available
    The Department of the Interior is seeking qualified small businesses to provide market valuation and appraisal services for the CMR NWR Ranch, encompassing a two-tract property totaling 4,920 acres in Montana. The procurement aims to assess the property's value for just compensation related to property rights, requiring contractors to possess a Certified General Appraiser license from the State of Montana or the ability to obtain a temporary practice permit. This solicitation emphasizes compliance with the Uniform Appraisal Standards for Federal Land Acquisitions and mandates the delivery of the appraisal report within 90 days post-award. Interested parties should contact Morgan Schickler at morganschickler@ibc.doi.gov or call 703-964-3576 for further details and to ensure compliance with submission deadlines.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.