Professional Land Surveying - USDA Natural Resources Conservation Service - Colorado
ID: 12FPC325R0045Type: 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 in Colorado. The procurement is specifically for licensed land surveyors to conduct surveys and re-surveys of easements under various conservation programs, including the Agricultural Conservation Easement Program and the Farm Bill 2018 Regional Conservation Partnership Program. This opportunity is crucial for ensuring compliance and accurate documentation of easement boundaries, which play a significant role in land conservation efforts. Interested firms must submit their qualifications using the SF-330 form by February 13, 2025, and can contact Tasha Kennedy at natasha.kennedy@usda.gov or Brian Dwyer at brian.dwyer@usda.gov for further information. The total contract capacity is set at $1.5 million over five years, with a focus on small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Natural Resources Conservation Service (NRCS) in Colorado is seeking professional surveying firms for a Firm Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) for Easement Boundary Surveying and Re-Establishment Services. This 100% small business set-aside contract, with a total capacity not exceeding $1.5 million over five years, will be awarded in Q2 FY25. Services include legal easement boundary surveys and re-establishment, requiring Colorado-licensed surveyors capable of performing work according to attached specifications. Firms must submit a Standard Form 330 electronically by February 13, 2025, adhering to strict page limits and formatting. Mandatory requirements include active SAM registration, Colorado surveying licensure, and the ability to field multiple survey crews. Evaluation criteria prioritize professional qualifications, knowledge of locality, specialized experience, capacity to perform, and past performance, with an emphasis on experience in rural and remote boundary survey work in Colorado.
    The USDA Natural Resources Conservation Service in Colorado is soliciting proposals for Professional Surveying Services through Solicitation Number 12FPC325R0045. Firms should submit a Standard Form 330 electronically, detailing qualifications and experience, adhering to specific formatting and content guidelines. The contract aims to establish a Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for easement boundary surveying services, with a total capacity not exceeding $1.5 million over five years. The project requires licensed surveyors to perform accurate surveys and re-establish easement boundaries, following state regulations and specifications. Submissions must meet mandatory requirements related to registration and experience, as firms will be evaluated on five main criteria: professional qualifications, knowledge of locality, specialized experience, capacity to perform the work, and past performance. The deadline for submissions is February 13, 2025, and late submissions will not be considered. This RFP is a 100% small business set-aside with a size standard of $19 million. The process underscores the government's commitment to maintaining clear regulations and high standards for professional surveying services in support of conservation efforts in Colorado.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) has issued detailed Land Survey Specifications for its Easement Programs, outlining requirements for professional land surveyors. These specifications, updated in June 2018, govern all aspects of legal easement boundary surveys, including ingress and egress routes. Surveyors must be licensed in the state where the work is performed and adhere to both state and NRCS standards, with the more stringent requirement prevailing in case of discrepancies. The document details personnel and equipment qualifications, pre-survey notification and onsite visit protocols, and precise requirements for defining and marking survey areas, including handling encroachments and excluded zones. It mandates specific monumentation, boundary line markings, and detailed documentation for both preliminary and final survey submittals. Deliverables include various plat maps, legal descriptions, electronic survey data, and a surveyor’s report, all subject to NRCS inspection and review. The specifications also include provisions for conflict of interest, non-disclosure of sensitive information, and civil rights compliance. An addendum for Inflation Reduction Act Enrollments clarifies monumentation approval processes, emphasizing that no monuments are to be set without prior NRCS approval.
    The U.S. Department of Agriculture’s Natural Resources Conservation Service (NRCS) outlines specifications for reestablishing easement boundaries and access routes through legal surveys. These surveys, conducted by licensed professionals, involve two phases: Phase I for preliminary review and Phase II for monumentation and marking. All work must adhere to State and NRCS standards, with the more stringent governing. Surveyors are required to document all findings, provide detailed plat maps, and include specific coordinate data (NAD 83, NSRS). The process involves landowner notification and on-site visits. Deliverables include original and reduced survey plats, legal descriptions, closure tabulations, and electronic files (AutoCAD, shapefiles, PDF). Strict quality, personnel, and equipment standards are enforced, along with conflict of interest and nondisclosure requirements, ensuring accurate and compliant boundary reestablishment for NRCS easement programs.
    The Past Performance Questionnaire is a critical document used in federal government RFPs, federal grants, and state and local RFPs to assess contractor performance. It is divided into seven sections, with the Offeror completing sections I (Solicitation Information) and II (Contract Information). The Assessor, typically a Contracting Officer or Specialist, completes sections III through VII. Section IV provides detailed definitions for performance evaluations: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. Section V requires the Assessor to evaluate the contractor across various performance elements like technical quality, cost control, and customer satisfaction. Section VI captures an overall rating, and Section VII allows for general comments, particularly requiring rationale for marginal or unsatisfactory ratings. The questionnaire aims to gather comprehensive feedback on a contractor’s past performance, aiding agencies in making informed source selection decisions.
    This document addresses frequently asked questions regarding multiple solicitations (12FPC325R0001-12FPC325R0038, 12FPC325R0040-12FPC325R0045) for Professional Land Surveying services for the USDA Natural Resources Conservation Service across numerous states. The solicitations are Requests for Qualifications (RFQs) under FAR Part 36.6, not bids, and are set aside for Total Small Businesses with a NAICS code of 541370 ($19.5 million threshold). Key points clarify that qualifications, not proposals, are being accepted, and that firms must respond individually for each state they wish to be considered for, even if previously prequalified. Submissions require SF330 forms, with specific page limits for Part I. Evaluation criteria prioritize professional qualifications of personnel (PLS, Survey Party Chief, Surveying Technician), particularly those licensed in the specific state (e.g., Louisiana, Texas), and relevant experience. Firms with in-state field and office staff will be rated higher. The project anticipates awarding two Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) per state, each with a maximum ordering limitation of $3 million and a guaranteed minimum of $2,500. Progress payments are authorized based on work completion and acceptance. CPARS or Past Performance Questionnaires (PPQs) are required for projects listed under Criterion 3 (firm/team performance) but not for Criterion 1 (individual staff examples). Extensions for submission dates will not be granted.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines land survey specifications for its Easement Programs. Licensed professional land surveyors must conduct legal easement boundary surveys, ensuring accuracy and compliance with both NRCS and state regulations. The survey includes detailed aspects such as boundary markings, ingress and egress routes, and documentation of encroachments. Necessary equipment and personnel qualifications are emphasized, with compliance obligations for notification prior to survey commencement and detailing the surveying area. Key deliverables include signed survey plats, legal descriptions, and electronic files, which must conform to specified standards regarding content and format. The process demands close coordination between surveyors, landowners, and NRCS representatives to resolve any discrepancies in property boundaries or encroachments. Additionally, considerations for conflict of interest and confidentiality are established within the contract terms. These specifications ensure that surveys contribute accurately to environmental conservation goals by clearly defining easement areas without overlapping adjacent properties, thus enhancing the integrity of NRCS programs.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines the specifications for reestablishing easement boundaries under its easement programs. The work involves a legal survey by licensed surveyors, detailing the tasks involved in boundary reestablishment, including measurements, computations, and monumentation. The process includes two phases: Phase I requires preliminary survey submissions and potential resolution of discrepancies; Phase II entails finalizing the survey with physical boundary marking. The document emphasizes adherence to professional and state regulatory standards, ensuring surveys are accurate, complete, and well-documented. Key deliverables include detailed survey plats, legal descriptions, and electronic data formatted for GIS systems. The document also stipulates a notification protocol for landowners and outlines conflict of interest and confidentiality requirements for surveyors. Overall, it provides a structured approach to boundary reestablishment, ensuring compliance with NRCS standards and state regulations while promoting effective land conservation.
    The document outlines the procedures for evaluating the past performance of contractors in federal and state/local requests for proposals (RFPs). It consists of sections that must be filled out by both the Offeror (contractor) and the Assessor (evaluator). The Offeror must provide solicitation and contract information, while the Assessor offers insights on the contractor's performance across various metrics, including technical quality, cost control, customer satisfaction, and adherence to schedules. Performance ratings range from "Exceptional" to "Unsatisfactory" and are accompanied by definitions to guide evaluation. Each performance element requires a rating and justifications, particularly for lower scores. The document emphasizes email submission of assessments to expedite the process and clearly lays out expectations for feedback on contractor performance, aiming to facilitate informed decision-making in future contract awards. Overall, the document serves as a structured approach to assess and document the effectiveness of contractors, reinforcing accountability and quality in governmental contracting processes.
    The USDA Natural Resources Conservation Service has issued a solicitation notice for Professional Land Surveying in multiple states, specifically identified through solicitation numbers 12FPC325R0001 to 12FPC325R0045. The notice includes a series of questions and answers aimed at clarifying the submission process for firms seeking to participate in this request for qualifications (RFQ). Key aspects highlighted include that firms can bid jointly under certain conditions, the need for submissions to encompass the entirety of respective state projects rather than specific areas, and the requirement for firms to demonstrate qualifications regarding licensed personnel and relevant past experience. Additionally, the solicitation emphasizes that only firms meeting the small business size standards set by the SBA are eligible for awards, and submissions are limited to a specified number of pages for the SF330 form, with separate guidance for including additional documentation like Past Performance Questionnaires (PPQs) and project examples. The process is designed for establishing long-term Indefinite Delivery, Indefinite Quantity contracts for boundary surveying, with the expectation that work will be conducted statewide. Overall, this solicitation represents a methodical and structured approach to engage professional surveying services across specified states, ensuring compliance with local regulations while prioritizing qualifications and past performance in the selection process.
    Similar Opportunities
    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.
    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.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    VRS License Access
    Agriculture, Department Of
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking to procure access to 21 Virtual Reference Stations (VRS), also known as The Utah Reference Network (TURN), from the Utah Geospatial Resource Center (UGRC). This procurement aims to facilitate the determination of fixed positions on the earth's surface, which is crucial for various agricultural and environmental applications. The services provided through this contract will support the USDA's Natural Resources Conservation Service in Utah, enhancing their operational capabilities. Interested parties can reach out to Ms. C. Thomas at chauquetta.thomas@usda.gov or call 817.509.3209 for further details regarding this opportunity.
    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.
    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.
    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.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    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.