Kimball Creek Culvert Replacement FR-304

SOL #: 12445526R0001Solicitation

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

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 4, 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 in Grand Marais, MN. This project involves replacing an existing culvert with a new structural plate arch, including associated civil and environmental work. This is a Total Small Business Set-Aside. Proposals are due February 4, 2026.

Scope of Work

The project requires the replacement of the Kimball Creek Culvert on low volume 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 culvert (corrugated aluminum, 25' span x 8.5' rise x 45' length) with all components, including concrete headwalls and wing walls.
  • Furnishing and installing rip rap, aggregate to final road grade, and regrading structural plate arch approaches.
  • Installing permanent traffic signs, seeding, and mulching all disturbed areas.
  • Protecting Kimball Creek (a designated trout stream) and associated wetlands from construction impacts.
  • The contractor is responsible for furnishing all labor, materials, equipment, tools, transportation, and supplies.
  • In-stream work must be completed between June 30th and September 15th, 2026.
  • The contractor is responsible for the design of temporary diversion channels, using provided peak flow data.

Contract & Timeline

  • Type: Request for Proposal (RFP), Firm-Fixed Price
  • NAICS: 237310 (Highways, Streets, and Bridges Construction)
  • Set-Aside: Total Small Business
  • Period of Performance: 30 days between June 30th and September 15th, 2026.
  • Proposal Due: February 4, 2026, 1:00 PM CST
  • Questions Due: January 21, 2026
  • Published: January 21, 2026

Evaluation

Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Offerors must provide:

  • Past Performance (rated Acceptable, Neutral, or Unacceptable)
  • Technical Capability
  • Quality Control and Safety Plan
  • Project Schedule Price will be evaluated for fairness and reasonableness. Offers must remain firm for 90 calendar days.

Additional Notes

  • The Davis-Bacon and Related Acts (DBRA) apply, requiring adherence to prevailing wage rates (MN20260231).
  • No site visit is scheduled; interested bidders can visit on their own.
  • Contractors must be active in SAM.gov to be eligible for award.
  • Contact Michelle Reed (michelle.r.reed@usda.gov) for solicitation questions and Peter Lindgren (peter.lindgren@usda.gov, 218-387-3253) for site questions.

People

Points of Contact

Michelle ReedPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Jan 29, 2026
View
Version 5
Solicitation
Posted: Jan 28, 2026
View
Version 4
Solicitation
Posted: Jan 27, 2026
View
Version 3Viewing
Solicitation
Posted: Jan 21, 2026
Version 2
Solicitation
Posted: Jan 7, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 19, 2025
View