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
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 6:00 PM UTC
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
Jan 14, 2025, 9:05 PM UTC
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.
Jan 14, 2025, 9:05 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
Medicine Bow-Routt NF/Laramie RD Post Fire Common Stand Exams - SOL. UPDATE
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for conducting Common Stand Exams (CSE) in the Medicine Bow-Routt National Forest, focusing on the Laramie Ranger District in Wyoming. The project aims to assess forest conditions post-wildfire, requiring contractors to provide all necessary labor, equipment, and supervision for the examination of both mandatory and optional plots from June 1, 2025, to November 30, 2025. This initiative is crucial for ecological recovery and sustainable forest management, ensuring accurate data collection on tree health and regeneration following fire disturbances. Interested small businesses must submit their proposals electronically by April 14, 2025, and can direct inquiries to Jane Pedrotti at jane.pedrotti@usda.gov or by phone at 605-800-1305.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
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.
BLM-WY HYDROSEEDING SUPPLIES FOR SAGEBRUSH STEPPE
Buyer not available
The Bureau of Land Management (BLM) Wyoming State Office is seeking proposals for hydroseeding supplies to support habitat restoration efforts in sagebrush steppe ecosystems. The procurement specifically requires 30,000 pounds of 100% wood fiber hydromulch and 1,100 pounds of organic guar-based tackifier, aimed at enhancing vegetation success, reducing erosion, and improving sediment quality in the Colorado River Drainage Basin. This initiative is part of the Sagebrush Strategic Plan, which focuses on bolstering habitats for the Greater Sage-Grouse. Proposals are due by April 14, 2025, at 10:00 AM Mountain Time, and must be submitted via email to Contract Specialist Jennifer Vedsted at jvedsted@blm.gov. The contract is set to be awarded based on the lowest price technically acceptable criteria, with a requested delivery date of July 1, 2025.
Intermountain Stewardship BPA
Buyer not available
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.
FY25 PNW FIA Kenai On Grid Plots
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Rocky Mountain Research Station, is seeking proposals for the "FY25 PNW FIA Kenai On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in the Kenai area of Alaska. The contractor will be responsible for providing all necessary labor, equipment, and logistics, while ensuring digital delivery of data in accordance with established protocols. This project is crucial for systematic forest inventory efforts, contributing to environmental monitoring and resource management in Alaska's coastal regions. The total budget ceiling for this contract is $11.5 million, with proposals due by May 5, 2025, and the performance period running from June 1, 2025, to September 30, 2025. Interested parties can contact Anthony O Salas at anthony.salas@usda.gov for further information.
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.
F--WY GL GU WEED & PEST
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is soliciting quotes for weed control services at the Glendo and Guernsey Powerplant Operations Areas in Wyoming, under Solicitation No. 140R6025Q0022. The contract requires the control of woody and broadleaf weeds on federal lands, with specific performance periods from May 1, 2025, to September 30, 2030, and additional pesticide support from April 1, 2025, to March 31, 2026. This initiative underscores the federal government's commitment to environmental management and land stewardship, ensuring compliance with safety and herbicide regulations. Interested small businesses must acknowledge receipt of amendments, participate in a mandatory site inspection on April 3, 2025, and submit their proposals by the specified deadlines; for further inquiries, contact Melissa Parkison at MParkison@usbr.gov or call 801-524-3880.
C--Disaster Recovery Architecture & Engineering IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service (USFS) is seeking qualified firms to provide architectural and engineering services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on disaster recovery efforts. The contract will encompass a range of services including design, construction administration, inspection, and project management, with a minimum task order value of $250,000 and an estimated total contract value of $250 million over five years. This initiative is critical for supporting the Forest Service's infrastructure needs across the continental U.S., Hawaii, and U.S. territories, ensuring compliance with federal regulations and sustainability standards. Interested firms must submit a capabilities package by April 18, 2025, and can participate in a virtual industry day on April 17, 2025; for inquiries, contact Christopher Keck at christopher.keck@usda.gov.
Snowplowing Spring Planting access Superior Ranger District Mineral County, MT
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for snowplowing and debris removal services in the Superior Ranger District of the Lolo National Forest, Montana. The objective of this procurement is to ensure safe access for early spring tree planting by removing snow, earthen barriers, debris, and fallen trees from designated roads. This project is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracts. Interested vendors must submit their bids by March 25, 2025, with all inquiries directed to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the lowest priced technically acceptable offers, with no guaranteed minimum or maximum hours of work.