Culvert Replacement Meadow Creek
ID: 1240LT25Q0054Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the emergency replacement of a failed culvert at Meadow Creek in the San Juan National Forest, Colorado. The project involves replacing a 72-inch diameter pipe on West Dolores Road (NFSR 535) with a steel polycoated culvert, constructing a bypass road for traffic, and utilizing on-site materials for rip-rap and road base. This culvert replacement is critical to prevent further erosion and hazardous road conditions, ensuring safe passage for vehicles. Interested contractors must submit proposals by October 20, 2025, and can direct inquiries to Lucas Dahlman at lucas.dahlman@usda.gov. The contract will adhere to federal standards and is set under NAICS code 237310, with a performance period from October 31 to November 26, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is issuing Solicitation No. 1240LT25Q0054 for the emergency replacement of a culvert at Meadow Creek within the San Juan National Forest in Colorado. This firm-fixed-price construction contract, under NAICS code 237310 ($45M size standard), requires contractors to replace the culvert due to failure, adhering to the provided Statement of Work, specifications, and drawings. Key dates include a site visit on October 3rd, 2025, questions due by October 7th, 2025, and proposals due by October 20th, 2025. The performance period is from October 31st, 2025, to November 26th, 2025. Offerors must submit technical and price proposals, including a signed SF-1442, completed Schedule of Items (Attachment 2), and required representations/certifications. The evaluation will use a Tradeoff Process, where non-price factors are more important than price. A performance and payment bond of 100% of the contract price is required within 10 days of award. The project emphasizes compliance with Buy American Act requirements for construction materials.
    The US Department of Agriculture (USDA) is seeking a contractor for an emergency culvert replacement on Meadow Creek in the San Juan National Forest. The existing 72-inch diameter pipe on West Dolores Road (NFSR 535) at milepost 24.72 has failed, causing erosion and a hazardous road condition. The project involves replacing the culvert with a steel polycoated pipe to resist rust, constructing a bypass road, and using on-site rip-rap and commercially purchased ¾-inch minus road base. Key installation details include raising the outlet three feet with a minimum 5% grade and placing rip-rap to protect endangered cutthroat trout. The contractor will be responsible for purchasing and installing the culvert, disposing of removed material off federal land, and managing traffic control with delays not exceeding 30 minutes. Work hours are Monday to Friday, 7:00 a.m. to 7:00 p.m., excluding federal holidays. Payment will be based on specific pay items, including mobilization, culvert removal and disposal, aggregate base, and culverts and drains.
    The provided document, titled “SCHEDULE OF ITEMS Emergency Culvert Replacement - Meadow Creek,” outlines the required services and estimated quantities for an emergency culvert replacement project. It specifies five key pay items: Mobilization (Lump Sum, 1 unit), Removal of structures and obstructions (Each, 1 unit), Excavation and embankment (Ton, 3693 units), Aggregate base, grading 1”-minus PI 2-9 (Ton, 48 units), and Laying Plastic Pipe (Foot, 68 units). The document indicates that profit and overhead are incidental to pay items 20301, 20401, 30102, and 60206. This schedule is designed for vendors to submit their unit prices and total costs, likely as part of a government Request for Proposal (RFP) or a similar procurement process for infrastructure repair.
    This document outlines the Forest Service Supplemental Specifications for the San Juan Cattle Guard Replacement Contract, detailing amendments and deletions to the FP-03 standards for constructing National Forest System Roads. Key areas covered include definitions of terms like "Bid Schedule," "Contractor," and "Right-of-Way," as well as requirements for the control of work, material sources, and acceptance procedures. The contract emphasizes contractor responsibilities for environmental protection, hazardous spill plans, and public traffic control, including temporary closures and safety measures. It also specifies procedures for handling non-conforming work, measurement, and payment adjustments. Additionally, the document addresses mobilization requirements, noxious weed control, and technical specifications for aggregate materials and compaction methods for structure excavation and backfill.
    The "STANDARD SPECIFICATION LIST FP-14 FOR SAN JUAN EMERGENCY CULVERT REPLACEMENT" outlines the comprehensive requirements for a federal government project. This document, likely part of an RFP, details general requirements, project-specific needs, earthwork, aggregate and base courses, incidental construction, and material specifications. Key sections cover bid procedures, scope of work, quality control, scheduling, traffic management, and legal obligations. It also specifies the removal of structures, excavation, road reconditioning, and culvert installation, alongside material standards for aggregates. The FP-14 serves as a foundational guide for contractors, ensuring adherence to federal standards for the emergency culvert replacement project.
    This government file addresses questions regarding a road construction project. Key points include that a road closure is not feasible due to the road's importance, necessitating a temporary roadway. Material for this temporary road is available on-site, and it will be rehabilitated rather than deconstructed, serving various vehicles from sedans to horse trailers. Minor vegetation removal is acceptable for its construction. A temporary pipe/culvert is not needed for the primary work area due to space constraints, and no permits are required for the waterway work. The creek has a 5% grade, with open upstream and steeper downstream sections, which should not impede the project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of Forest Service Roads (FSR) 535 and 536 in the Coconino National Forest near Flagstaff, Arizona. The project includes the removal and replacement of six culverts and optional work for an additional 1.41 miles on FSR 535, with all work adhering to federal construction standards. This initiative is crucial for maintaining the integrity and accessibility of forest roads, which are vital for transportation and resource management in the area. Proposals are due by January 9, 2026, at 15:30 local time, with an estimated contract value between $250,000 and $500,000. Interested contractors should contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further details.
    WA ERFO FS OLYMP609 2022-1(1), Olympic FS ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking bids for the WA ERFO FS OLYMP609 2022-1(1) project, which involves emergency repairs to federal roads in the Olympic National Forest, Washington. The project aims to restore damaged road sections along Forest Roads 2900 and 2922, primarily due to severe weather events, and includes specific requirements for construction materials and methods, such as the prohibition of aluminized steel pipe and metal headwall systems. This initiative is crucial for maintaining access and safety in federally owned lands, ensuring compliance with environmental standards and engineering specifications. Interested small businesses must submit their bids by the specified deadline, and for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets to address health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, ensuring that the facilities meet modern standards. Interested contractors should note that the estimated project value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Water System Upgrades project at the Santa Fe National Forest in New Mexico. This procurement involves the replacement of three drinking water systems located at Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, which are critical for supporting high-use recreational areas and administrative functions. The project includes extensive demolition and construction tasks, such as installing new water lines, pump houses, and associated infrastructure, with a firm-fixed-price contract valued between $500,000 and $1,000,000. Interested parties must attend a mandatory site visit on December 2, 2025, at 11:00 AM and submit their proposals by December 9, 2025, at 3:30 PM PST; for further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Smokey Circle quarters 214 Floor and Roof replacement
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.