Kimball Creek Culvert Replacement FR-304

SOL #: 12445526B0001Pre-Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
ATLANTA, GA, 30309, United States

Place of Performance

Grand Marais, MN

NAICS

No NAICS code specified

PSC

Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Response Deadline
Jan 2, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.

Solicitation #: 12445526B0001

Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.


Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals and at the time of award.  

This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.

Proposed Solicitation Issue Date: Estimated on/about January 5, 2026.

Description:

The work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows:

The intent of this contract is to provide for the replacement of the Kimball Creek Culvert on low volume Forest Road 304; traffic control monitoring, demolition and removal existing culvert and creek debris, dewatering, furnish and install new structural plate arch (corrugated aluminum, alternate-corrugated galvanized steel) including all components and installation hardware; furnish and install rip rap, installation of headwall and wing walls; furnish and place aggregate to final road grade; regrading structural plate arch approaches; install permanent traffic signs; seed and mulch all disturbed areas; and protect Kimball Creek and associated wetlands from siltation and other destructive impacts of construction.

The CO must approve any deviation in the specifications or drawings.

** Kimball Creek is a designated trout stream. All in-stream work must be performed between June 30th and September 15th. **


Type of Procurement:  This will be sealed bid in accordance with FAR Part 14. 
 

GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $1 million and $5 million.

Estimated Period of Performance: 30 days between June 30th and September 15th, 2026.

Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents

A pre-proposal meeting may be posted, and date/location will be noted in the solicitation.

This project is subject to the Davis-Bacon Act. Bonds will be required as follows:

Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds.

Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes.

This procurement is a Total Small Business set aside set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $45 million.

All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov.

 

Place of Performance:
Superior National Forest, Gunflint Ranger District, MN



Primary Point of Contact:
Michelle Reed
michelle.r.reed@usda.gov

People

Points of Contact

Michelle ReedPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 17, 2025
Kimball Creek Culvert Replacement FR-304 | GovScope