Kimball Creek Culvert Replacement FR-304
SOL #: 12445526R0001Pre-Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA FOREST SERVICE
ATLANTA, GA, 30309, United States
Place of Performance
Grand Marais, MN
NAICS
Highway (237310)
PSC
Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 19, 2025
2
Last Updated
Jan 29, 2026
3
Response Deadline
Jan 7, 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.
Quick Summary
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the Kimball Creek Culvert Replacement FR-304 project on the Superior National Forest in Grand Marais, MN. This project involves replacing a flood-damaged culvert with a new structural plate arch, including associated civil and environmental protection work. Proposals are due February 4, 2026.
Scope of Work
The contractor will furnish all labor, materials, and equipment to replace the existing culvert on Forest Road 304. Key tasks include:
- Demolition and removal of the existing culvert and creek debris.
- Dewatering operations.
- Furnishing and installing a new structural plate arch (corrugated aluminum, with corrugated galvanized steel as an alternate), including all components, installation hardware, rip rap, headwall, and wing walls.
- Furnishing and placing aggregate to final road grade, regrading structural plate arch approaches, and installing permanent traffic signs.
- Seeding and mulching all disturbed areas.
- Protecting Kimball Creek, a designated trout stream, and associated wetlands from construction impacts.
- Contractor is responsible for designing temporary stream diversions based on provided peak flow data.
Contract Details & Requirements
- Contract Type: Firm-Fixed Price.
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 237310 ($45 million size standard).
- Period of Performance: 30 days between June 1, 2026, and September 30, 2026. In-stream work must occur between July 1, 2026, and September 15, 2026.
- Design Standards: The structure must be designed for HL93 vehicles and all Minnesota standard permit vehicles (including seasonal weight increases), with an operating load rating of at least 1.0 per AASHTO's Manual for Bridge Evaluation.
- Key Clarifications:
- Build America, Buy America (BABA) requirements DO NOT apply.
- The Davis-Bacon and Related Acts apply.
- A geotechnical report is available for review.
- Government pit materials are available, but suitability and acquisition are the contractor's responsibility.
- Progress payments are based on percentage of completion, with materials onsite eligible for payment.
- Equitable adjustments may be made per FAR 52.211-18 if estimated quantities vary by more than 15%.
Submission & Evaluation
- Proposals Due: February 4, 2026, at 1:00 PM CST.
- Questions Due: January 21, 2026.
- Evaluation: Lowest Price Technically Acceptable (LPTA), requiring submission of Past Performance, Technical Capability, Quality Control and Safety Plan, and Project Schedule.
- Eligibility: Contractors must have an active SAM.gov registration.
Contacts
- General Inquiries: Michelle Reed (michelle.r.reed@usda.gov)
- Site Questions: Peter Lindgren (peter.lindgren@usda.gov or 218-387-3253)
People
Points of Contact
Michelle ReedPRIMARY
Files
Files
No files attached to this opportunity