AVSO SAJH 01-159 CANYON TREE PROPERTY,P240056
ID: 140D0425Q0673Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior is soliciting proposals for land appraisal services for the Canyon Tree Property, which encompasses approximately 460.55 acres in San Juan County, Washington. The objective is to obtain a comprehensive appraisal of this land, which is part of a larger 1,400.38-acre property adjacent to the San Juan Island National Historical Park. This procurement is significant as it supports federal land acquisition processes and requires adherence to the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA). Interested small businesses must submit their quotes by August 14, 2025, and are encouraged to contact Robert Staats at robert_staats@ibc.doi.gov or 208-207-7391 for further information. The contract will be awarded based on technical qualifications, past performance, and price, with a target delivery for the initial appraisal report set for 90 days post-award and final delivery within 120 days.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior is seeking appraisal services for approximately 460.55 acres of undeveloped land in San Juan County, Washington, known as the "Canyon Tree Property," for the San Juan Island National Historical Park. This Request for Quote (RFQ) is a total small business set-aside, operating under FAR Part 12 and 13, for a Firm-Fixed-Price contract with a target performance period of 240 days. Key evaluation criteria include technical qualifications (valid Certified General Appraiser license, experience with comparable land in Western Washington, and UASFLA guidelines), past performance (similar appraisal assignments in the last five years, especially for federal government under UASFLA), and a firm-fixed price quote. Technical qualifications and past performance are more important than price. Offerors must be registered in SAM.gov with a Unique Entity Identifier (UEI) and are subject to various federal acquisition regulations, including those concerning supply chain security and minimum wages.
    Solicitation 140D0425Q0673, issued by the U.S. Department of Interior, Appraisal and Valuation Services Office (AVSO), has been amended. This amendment pertains to land appraisal services in San Juan County, Washington, for the case SAJH 01-159 (CANYON TREE PROPERTY). The key changes include extending the deadline for quotes from August 12, 2025, to August 14, 2025, by 1500hrs Mountain Daylight Time. Additionally, the amendment distributes AWD EX-1 2025, June PTR (Attachment #1), and addresses vendor questions (Attachment #2). All other requirements of the solicitation remain unchanged, with a final delivery date 120 days after the award date. The document also clarifies that certain SAM representations, like those for greenhouse gas emissions, will not be considered by agencies.
    The Department of the Interior is soliciting proposals for real estate appraisal services in San Juan County, Washington, specifically for the 'Canyon Tree Property.' This Request for Quote (RFQ) is a total small business set-aside, using NAICS code 531320 and PSC R411. The contract type will be Firm-Fixed-Price. The appraisal services are for approximately 460.55 acres adjacent to San Juan Island National Historical Park, which are part of a larger 1,400.38-acre property. Key requirements include appraiser state certification, experience with comparable land tracts in Western Washington, and familiarity with Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA). Proposals will be evaluated based on technical qualifications, initial delivery date, past performance, and price, with technical qualifications and past performance being more important than price. The target delivery for the initial appraisal report is 90 calendar days from the contract award, with final delivery 120 days after award. Offerors must be registered in SAM.gov and provide a firm-fixed price quote with a detailed cover letter.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Friday Harbor, Washington - BLM Office Space Lease
    Buyer not available
    The Bureau of Land Management (BLM) is seeking to lease office space in Friday Harbor, Washington, to support its San Juan Islands National Monument operations. The BLM requires between 900 to 1,200 square feet of flexible office space that can accommodate a small team of full-time and seasonal staff, along with necessary facilities for meetings, storage, and utilities. This office will play a crucial role in the conservation and outreach efforts for the unique ecological and cultural resources of the San Juan Islands. Interested parties should submit expressions of interest, including detailed information about the available space, to Airika Padia at apadia@blm.gov, referencing L23PG00002.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    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.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    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.