Professional Land Surveying - USDA Natural Resources Conservation Service - California
ID: 12FPC325R0024Type: 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 California. The procurement aims to engage licensed land surveyors to conduct surveys and re-surveys of easements under various conservation programs, ensuring compliance with both state regulations and NRCS standards. These services are critical for the effective management and conservation of agricultural lands, supporting the USDA's mission to enhance environmental quality and agricultural productivity. Interested firms must submit their qualifications via Standard Form 330 (SF-330) by January 6, 2025, with a potential contract value of up to $6 million over five years. For further 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 (NRCS) is seeking professional surveying services in California through Solicitation Number 12FPC325R0024. Interested firms must submit a Standard Form 330 (SF330) electronically, detailing qualifications, no later than January 6, 2025. The contract will result in up to two Indefinite Delivery, Indefinite Quantity contracts, each with a base period of one year and four optional extensions, totaling a maximum of $6 million over five years. Services will include legal easement boundary surveys and re-establishment of existing easement boundaries. This request is exclusively small business set-aside, and firms must possess necessary licenses and local knowledge. Proposals will be evaluated based on five criteria: professional qualifications, knowledge of the locality, specialized experience, capacity to perform the work, and past performance. The evaluation will scrutinize a firm’s technical competencies, resources, relevant experience within the last five years, and compliance with regulations. The contracting process will uphold strict adherence to proposal guidelines and deadlines. Interested parties are encouraged to check the SAM website for updates and submit any inquiries to designated contract officials.
    The "NRCS Easement Programs Land Survey Specifications" document outlines the requirements for conducting legal boundary surveys for easements under the U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS). It mandates that licensed surveyors perform thorough surveys, including boundary markings, ingress and egress routes, and must adhere to both state regulations and NRCS standards. Key elements include: 1. **Survey Preparation**: Surveyors must review provided NRCS documentation and conduct onsite meetings with landowners to determine easement boundaries. 2. **Work Quality**: Surveys should adhere to recognized professional standards and address any discrepancies found during the process. 3. **Survey Equipment and Personnel**: Only qualified individuals can conduct surveys, and proper equipment is necessary for accuracy. 4. **Boundary Marking**: Boundaries must be clearly marked with monuments, and all markers must comply with specific NRCS installation requirements. 5. **Documentation**: Surveyors are required to prepare and submit comprehensive documentation, including legal descriptions and survey plats, for NRCS review. This document is essential for ensuring that all land surveys related to NRCS easement programs are carried out with accuracy and transparency, thus promoting efficient land conservation efforts while adhering to governmental regulations.
    The U.S. Department of Agriculture's NRCS Easement Programs outlines the specifications for reestablishing easement boundaries through legal surveys conducted by licensed land surveyors. The process is divided into two phases: Phase I involves preliminary survey submissions and potential delays in marking, while Phase II includes the finalization and marking of the easement boundaries upon NRCS approval. The document emphasizes adherence to state and NRCS accuracy standards, requiring the surveyor to produce detailed survey plats, coordinate data, and reports on the easement area and access routes. Survey personnel must possess the necessary qualifications and use appropriate equipment to ensure the accuracy of the work. A pre-survey onsite visit with NRCS is mandatory, and all surveys must reflect existing conditions, with boundaries clearly marked using monuments and signs. The final documentation must include comprehensive survey data and descriptions, ensuring transparency and compliance with governmental regulations. Overall, the document serves as a guideline for contractors engaged in delivering precise and legally compliant easement boundary surveys in coordination with NRCS objectives.
    The document outlines a Past Performance Questionnaire designed for assessing contractors involved in federal projects. It stipulates that Offerors must fill in Sections I and II, providing solicitation and contract information, while Assessors complete Sections III-VII focused on evaluating contractor performance. The assessment criteria include definitions of performance ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral), guiding the Assessor in providing a detailed evaluation across various performance elements such as technical quality, cost control, and customer satisfaction. The Assessor is expected to evaluate each performance element and assign an overall performance rating, coupled with any general comments, especially if ratings are marginal or unsatisfactory. The objective of this questionnaire is to facilitate an informed decision-making process during the source selection for government contracts, ensuring that only qualified contractors with suitable past performance records are considered for future projects. This systematic approach reinforces accountability and aids in maintaining high standards in government procurement activities.
    The USDA Natural Resources Conservation Service issued a solicitation notice for Professional Land Surveying services across multiple states, including Louisiana, Indiana, and Texas. This is a request for qualifications rather than traditional bidding, adhering to FAR Part 36.6 acquisition procedures. Interested firms may submit qualifications as primes or sub-contractors, but the prime contractor will be the only point of contact for the government. The solicitation covers statewide services and includes distinct criteria for evaluating professional qualifications, previous experience, and local presence. Key points include the requirement for firms to demonstrate expertise in legal boundary and easement surveys, providing a detailed SF330 form with specific project examples. Qualifications should highlight licensed personnel and previous relevant survey work. Additionally, the solicitation emphasizes that firms must meet small business size standards under NAICS 541370 to be eligible for consideration. Payment terms, project timelines, and other logistical details are outlined, focusing on the importance of timely submissions without extensions due to holidays. Overall, this solicitation aims to secure qualified surveying firms for ongoing conservation projects across the designated states.
    Similar Opportunities
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    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.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to participate in the Sawmill Liebre Reforestation Project Area located in the Angeles National Forest, California. This procurement involves a firm-fixed-price request for quotations (RFQ) for hand grubbing services over 626 acres to enhance the growth and survival of government seedlings and natural trees, with proposals due by March 21, 2025. This initiative is part of the federal government's commitment to environmental restoration and conservation, emphasizing the importance of engaging small businesses in forestry management efforts. Interested contractors must be registered in the System for Award Management (SAM) and adhere to various compliance requirements, including labor standards and safety protocols, with the contract expected to commence upon award and last for 60 days. For further inquiries, potential bidders can contact Megan Acord at megan.acord@usda.gov.
    Nationwide Recapture Appraisal Services
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Rural Development division, is seeking proposals for Nationwide Recapture Appraisal Services under Solicitation No. 12SAD225R0001. The objective is to engage a qualified firm to provide appraisal services for single-family homes and vacant lots in rural areas, determining their Market Value, Disposition Value, or Liquidation Value to support USDA's housing programs. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span five years with a potential six-month extension, emphasizing compliance with federal appraisal standards and timely delivery of reports. Interested parties should direct inquiries to Maria Calica at maria.calica@usda.gov, with proposals due by the specified deadline.
    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.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project falls under the NAICS code 236220 for Commercial and Institutional Building Construction and is set aside for small businesses, with a total budget of approximately $13 million. The initiative aims to modernize fire service facilities, enhancing operational efficiency and sustainability within the national forests. Interested contractors must submit their proposals by April 2, 2025, and can direct inquiries to Matthew Killian at matthew.killian@usda.gov for further clarification on the solicitation requirements.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with all work required to meet USDA standards. This remodel is crucial for enhancing research capabilities within the facility, reflecting the USDA's commitment to maintaining high standards for scientific research environments. Interested small businesses must submit sealed offers by January 24, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Mr. Lam Pham at lam.pham@usda.gov for further details.
    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.
    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.