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
Original Source
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 on low volume Forest Road 304 in Grand Marais, MN. This project involves replacing an existing culvert with a new structural plate arch, including associated road 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 at MP 4.285. 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 or alternate galvanized steel) with all components. The estimated size is 25’ Span x 8’-5” Rise, but alternate sizes/types are acceptable, with the contractor responsible for design and cost of spread footings if required. The structure must be designed for HL93 vehicles and all Minnesota standard permit vehicles.
- Furnishing and installing rip rap, headwall, and wing walls.
- Furnishing and placing 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.
- Temporary diversion channel design is the contractor's responsibility, guided by provided peak flow data.
- Reinforcing steel schedules and bar bend diagrams are provided for headwalls and wingwalls.
Contract Details & Timeline
- Contract Type: Firm-Fixed Price Request for Proposal (RFP) in accordance with FAR Part 12.
- Set-Aside: Total Small Business Set-Aside (NAICS 237310, $45 million size standard).
- Period of Performance: 30 days between June 30th and September 15th, 2026. In-stream work must occur within this window.
- Davis-Bacon Act: Applies to this solicitation, with wage determination MN20260231 effective 01/02/2026.
- Build America, Buy America: Not applicable to this contract.
- Liquidated Damages: None specified.
- Government Pit Materials: Osprey and Thompson Lake Pits are available, but suitability and quantity are not guaranteed; contractor is responsible for obtaining suitable material.
- Contact for Site Questions: Peter Lindgren (peter.lindgren@usda.gov, 218-387-3253). No scheduled site visit.
Submission & Evaluation
- Proposals Due: February 4, 2026, by 7:00 PM UTC (1:00 PM CST).
- Questions Due: January 21, 2026.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Required Submissions: Past Performance, Technical Capability, Quality Control and Safety Plan, and Project Schedule.
- Eligibility: Contractors must have an active SAM.gov registration.
- Contact for Solicitation: Michelle Reed (michelle.r.reed@usda.gov).
People
Points of Contact
Michelle ReedPRIMARY