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 on Forest Road 304 in Grand Marais, MN. This Total Small Business Set-Aside opportunity involves replacing an existing culvert with a new structural plate arch to protect Kimball Creek, a designated trout stream. Proposals are due by February 4, 2026.

Project Overview

This project, located at Milepost 4.285 on Forest Road 304 within the Superior National Forest, requires the replacement of an existing elliptical corrugated metal pipe culvert. The new structure will be a structural plate arch culvert, with an estimated 25-foot span and 8.5-foot rise, made of corrugated aluminum alloy (alternate corrugated galvanized steel is acceptable). The work aims to ensure the structural integrity of the road and protect the sensitive Kimball Creek and associated wetlands from construction impacts.

Scope of Work

The contractor will furnish all labor, materials, equipment, tools, transportation, and supplies to:

  • Demolish and remove the existing culvert and creek debris.
  • Perform dewatering operations.
  • Furnish and install a new structural plate arch culvert, including all components and installation hardware.
  • Install concrete upstream and downstream headwalls and concrete downstream wing walls.
  • Furnish and install rip rap, and place aggregate to the final road grade.
  • Regrade structural plate arch approaches and install permanent traffic signs.
  • Seed and mulch all disturbed areas.
  • Implement measures to protect Kimball Creek and associated wetlands from siltation.

Key Requirements & Clarifications

  • Period of Performance: June 1, 2026, to September 30, 2026. In-stream work is restricted to July 1, 2026, through September 15, 2026.
  • Design Standards: The new culvert must be designed to AASHTO LRFD Bridge Design Specifications, 9th edition, 2020, with an HL93 design load, accommodating Minnesota standard permit vehicles. The 250-kip load requirement is disregarded.
  • Build America, Buy America: These requirements will NOT be in effect for this contract.
  • Structural Plate Arch: The 25’ Span x 8’-5” Rise is an estimated size; alternate aluminum box culvert or structural plate arch sizes are acceptable. The contractor is responsible for the design and cost of spread footings if required.
  • Temporary Diversions: The contractor is responsible for the design of temporary diversion channels/culverts, utilizing provided peak flow data.
  • Geotechnical Data: A geotechnical evaluation report (Braun Intertec, Dec 2011) is available, providing crucial subsurface conditions and foundation recommendations.
  • Davis-Bacon Act: Applies, with wage determination MN20260231.
  • Government Pit Materials: Osprey and Thompson Lake Pits are available, but the contractor is responsible for finding and obtaining suitable material.

Contract Details & Evaluation

This is a Firm-Fixed Price contract issued as a Request for Proposal (RFP). The acquisition is a Total Small Business Set-Aside under NAICS code 237310 ($45 million size standard). Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Offerors must submit information on Past Performance, Technical Capability, a Quality Control and Safety Plan, and a Project Schedule.

Important Dates & Contacts

  • Proposals Due: February 4, 2026, at 7:00 PM UTC.
  • Questions: All questions have been addressed in the "Questions and Answers" document posted on January 27, 2026.
  • Primary Contact: Michelle Reed, michelle.r.reed@usda.gov.
  • Site Questions: Peter Lindgren, peter.lindgren@usda.gov or 218-387-3253.
  • Site Visit: No scheduled site visit; interested bidders can visit on their schedule.
  • SAM.gov: Contractors must be active in SAM.gov to be eligible for award.

People

Points of Contact

Michelle ReedPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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