Skip to content
Department of Agriculture

Kimball Creek Culvert Replacement FR-304

Solicitation: 12445526R0001
Notice ID: c50f97f321e44e02a975e6b9b2cade53
TypeSolicitationNAICS 237310PSCZ2LBDepartmentDepartment of AgricultureAgencyForest ServiceStateMNPostedJan 27, 2026, 12:00 AM UTCDueFeb 04, 2026, 07:00 PM UTCExpired

Solicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: MN. Response deadline: Feb 04, 2026. Industry: NAICS 237310 • PSC Z2LB.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$421,921,577
Sector total $33,071,130,462 • Share 1.3%
Live
Median
$3,511,625
P10–P90
$249,776$21,830,563
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($421,921,577)
Deal sizing
$3,511,625 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MN
Live POP
Place of performance
Grand Marais, Minnesota • United States
State: MN
Contracting office
Atlanta, GA • 30309 USA

Point of Contact

Name
Michelle Reed
Email
michelle.r.reed@usda.gov
Phone
Not available

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOREST SERVICE
Subagency
USDA FOREST SERVICE
Office
Not available
Contracting Office Address
Atlanta, GA
30309 USA

More in NAICS 237310

Description

Questions and answer document has been attached. 

The purpose of this update is to add additional attachments for the below:

Sheet R07 and R08 (aka bridge plan sheet 7 and 8 of 10) were missing the dimensions for the reinforcing steel. 

Second, there is a change to sheet S02 “Temporary Diversion Channels”.  There was a question regarding Note 1 on Temporary Diversion Channel drawing S-02.  Note 1 has been revised to explain that the temporary diversion details provided are proposed details and the contractor is responsible for the design of the diversion channel/culvert.  A table of peak flows has also been added to drawing S-02 to assist in the diversion design. 

Updated to change attachment.

The U.S. Department of Agriculture, Forest Service announces an opportunity on the Superior National Forest for the following:

The Superior National Forests has a need 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 Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies necessary to meet the intent of this contract; and shall perform all work in close conformity with the drawings and specifications, and in accordance with the provisions of the contract.

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

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

The Davis-Bacon and Related Acts (DBRA) apply to this solicitation. See attachments for complete details and bid submission instructions. 

There is no site visit scheduled.  Interested bidders can visit on their schedule.

Please contact Peter Lindgren if you have site questions at peter.lindgren@usda.gov or 218-387-3253.

This announcement constitutes a solicitation for construction issued as a Request for Proposal (RFP) in accordance with FAR Part 12.

Interested contractors must be active in SAM.gov on the date the bid is received to be eligible for award. Quotes submitted by contractors without an active record in SAM.gov will not be considered.

The solicitation is posted to SAM.gov and no hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. No reimbursement will be made for any costs associated with providing information in response to this solicitation or any follow-up information requests.

For further information, review the attached RFP solicitation and associated attachments.

All questions shall be submitted by 1/21/2026. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.