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 soliciting qualifications from licensed land surveyors for professional surveying services in Colorado. The selected contractor will perform legal boundary surveys and re-surveys for various easement programs, including the Agricultural Conservation Easement Program, ensuring compliance with NRCS specifications and state regulations. This procurement is critical for maintaining accurate property boundaries and supporting environmental conservation efforts across the state. Interested firms must submit their qualifications using the Standard Form 330 by February 13, 2025, and can contact Amber Maestri at amber.maestri@usda.gov or Ruben Mindieta at ruben.mindieta@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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) 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
    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.
    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.
    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.
    R--Arkansas Valley Conduit (AVC) Property Boundary Surveys
    Buyer not available
    Presolicitation notice from the Department of the Interior, Bureau of Reclamation, Upper Colorado Regional Office, for the Arkansas Valley Conduit (AVC) Property Boundary Surveys. This procurement is a Total Small Business Set-Aside and falls under the category of Support-Professional: Land Surveys-Cadastral (Non-Construction). For more information, please refer to the attached document.
    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.
    FY25-Expert-Board-Reviews-01
    Buyer not available
    The Department of Agriculture, specifically the Risk Management Agency (RMA), is seeking qualified entities to participate in Blanket Purchase Agreements (BPAs) for actuarial and underwriting expertise related to federal crop insurance policies. The objective is to identify sources capable of conducting independent reviews of insurance policies, as mandated by the Federal Crop Insurance Act, ensuring compliance with statutory requirements for oversight and risk management in agricultural contexts. This initiative is crucial for maintaining the integrity and effectiveness of crop insurance programs, which play a vital role in supporting farmers and managing agricultural risks. Interested parties must submit their qualifications and relevant information by September 30, 2025, to the primary contacts Eugene Jackson and Brantt Lindsey via their provided email addresses.
    Utility Buildings for the San Juan National Forest
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction and installation of utility buildings at the Monument Fire Center in Colorado. This project involves supplying, delivering, and installing precast concrete utility buildings, with a focus on enhancing operational capabilities for fire management and utility functions within the national forest. The contract is set aside for small businesses, with an estimated project cost between $25,000 and $100,000, and proposals are due by March 27, 2025, with questions accepted until March 13, 2025. Interested contractors should contact Erick Plamann at erick.plamann@usda.gov for further details and must comply with various regulations, including the Buy American Act, throughout the proposal process.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Rocky Mountain Region 2. This procurement is specifically set aside for small businesses and encompasses a range of construction tasks, including new road construction, road maintenance, and bridge construction, with a total shared ceiling of $50 million and a minimum of 10 anticipated contracts. The projects are critical for enhancing infrastructure within national forests, ensuring compliance with federal standards, and promoting environmental stewardship. Interested contractors must submit their proposals by March 13, 2025, and can direct inquiries to Contracting Officer Paul Larsen at paul.larsen@usda.gov.
    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.
    BLM-CO SEEDING FOR DAWSON PROJECT AREA
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors to provide seeding services for the Dawson Project Area in Colorado. The project involves the seeding of 780 acres using government-furnished mixed seeds, with operations scheduled to commence on or after April 1, 2025, and conclude by May 1, 2025. This procurement is critical for effective land management and restoration practices, ensuring compliance with federal regulations while promoting participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Interested vendors should contact Anthony Morales at amorales@blm.gov or by phone at 303-239-3630 for further details, and must adhere to the specified wage determinations and submission guidelines outlined in the Request for Quotation.