Active SLED Opportunity · ALASKA · KETCHIKAN GATEWAY BOROUGH

    2026 Revilla Road Recreational Master Plan

    Issued by Ketchikan Gateway Borough
    localRFPKetchikan Gateway BoroughSol. 242530
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due May 20, 2026
    PUBLISHED
    Apr 24, 2026
    Posting date
    JURISDICTION
    Ketchikan Gateway
    local
    NAICS CODE
    541320
    AI-classified industry

    AI Summary

    Ketchikan Gateway Borough seeks a landscape architectural firm to develop a recreational master plan for a 300-acre parcel along Revilla Road, Alaska. The plan will assess current recreational uses, engage the public, and recommend enhancements for year-round activities including trails, parks, and wildlife observation. Proposals are due May 20, 2026.

    Opportunity details

    Solicitation No.
    242530
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 24, 2026
    Due Date
    May 20, 2026
    NAICS Code
    541320AI guide
    State
    Alaska
    Agency
    Ketchikan Gateway Borough

    Description

    Ketchikan Gateway Borough is seeking the services of a professional Landscape Architectural Firm or Planning Design Team to assess the recreation potential for the Borough-owned Parcel # 37490034000 located along a 1.36-mile stretch of Revilla Road and terminating at the U.S. National Forest Boundary just beyond the intersection with Ward Lake Road.  The land is densely forested with a system of creeks, ponds and views of snowcapped mountains accessed by roads, trails, bridges, and tunnels. Existing recreation assets include the Dog Park and trailhead for the Dog Park and Ward Creek Trail, as well as the terminal point of the privately-owned pipeline trail to Ward Cove.

    This plan will evaluate existing recreational activities on the parcel and in adjacent State, Private, and Federal lands; and make recommendations to support and expand seasonal and year round recreational opportunities. Work will include public opinion surveys to identify activities supported by the site, and identify opportunities to support cruise industry visitor engagement while still encourage the broad public use the are currently enjoys.

    Background

    The Ketchikan Gateway Borough acquired Parcel # 37490034000 ("the Revilla Road Parcel") by Patent NO. 20270 (ADL No. 105867 / KRD No. 2006-03139) bearing the legal description of Township 74 South, Range 90 East, Copper River Meridian, Alaska Tracts A, B, and C totaling 300.39 acres on July 26, 2006. Encumbrances on the property include but are not limited to:

    • A 50-foot easement along the section line dedicated to the State of Alaska for public highways in accordance with AS 19.10.010.
    • A 50-foot public access easement upland of and along the ordinary high water line along both sides of Ward Creek.
    • A 50-foot fish and wildlife habitat protection easement upland and along the ordinary high water line along both sides of two unnamed anadromous streams (#101-47-10145 and #101-47-10145-2005) and along Ward Creek (#101-47-10150). 
    • Revilla Road right-of-way, the centerline of which is depicted on the face of Ward Lake Road Centerline, filed as KRD Plat No. 93-24RS.
    • Power Project 2911:  traverses Tract B.
    • Salvage Trail (portions).
    • Ward Lake Trail (portions).
    • Ward Lake Road right-of-way.

    The property is also bisected by the privately-owned Pipeline Trail (USS 3400), on which guided sightseeing mountain bike tours are conducted by the property owner in support of the cruise industry.

    The area has well established recreational benefit for local and tourists users alike, containing or adjacent to public and private lands containing trails, bridges, benches, picnic shelters, campgrounds, restrooms, and platforms for fishing and bear viewing. Wildlife observation is a common activity throughout, with bears, eagles, deer, wolves, ducks, swans, beavers, and other local wildlife common in the area.

    Borough efforts undertaken from 2022-2025 through the Parks and Trails Master Planning processes indicate that the community desire to see more picnic areas, parks, outdoor gathering spaces (e.g. amphitheater), dog parks, mountain biking trails, and ATV trails. Winter activities desired by the community include sledding, cross-country skiing, snowmobile trails, and warming huts.

    Project Details

    • Reference ID: 2026-012
    • Department: Public Works
    • Department Head: Morgan Barry (Public Works Director)

    Important Dates

    • Questions Due: 2026-05-09T01:00:00.000Z

    Evaluation Criteria

    • FORM AND CONTENT OF PROPOSAL (5 pts)

      Whether the proposal is (1) well organized, (2) void of material that is neither required nor desired, (3) does not exceed the suggested maximum number of pages, and (4) includes the requested copies of the proposal for Part One and Part Two.

    • FIRM QUALIFICATIONS (10 pts)

      Qualifications, experience, training, certifications and licenses for project manager and key supervisors anticipated to provide services called for under this RFP.

    • FIRM QUALIFICATIONS (7 pts)

      Approach to performing work called for under this RFP (how the job will be staffed, travel time policy [if relevant], resources, and structure on data reporting).

    • FIRM QUALIFICATIONS (7 pts)

      Respondent’s understanding of the project and its objectives.

    • FIRM QUALIFICATIONS (6 pts)

      Qualifications of subcontractors expected to be used on the project (if subcontractors are not contemplated this allocation of up to 5 points should be applied to a) through c) above).

    • RELEVANT PROJECT EXPERIENCE (10 pts)

      Past project experience similar to this project.

    • RELEVANT PROJECT EXPERIENCE (20 pts)

      Evaluation of comments by Owner references on similar projects regarding matters such as change order history, litigation and other claims, completion within schedule, workmanship, and general satisfaction.

    • WORKLOAD AND RESOURCES (8 pts)

      Proposed project schedule and ability to complete the project within that schedule given current and potential time commitments for the proposed project.

    • WORKLOAD AND RESOURCES (7 pts)

      Adequacy of support personnel, facilities and other resources necessary to provide their services as required.

    • PRICING (20 pts)

      In addition to a technical proposal, the prospective proposer shall prepare a detailed cost proposal for the work to be performed. The cost proposal shall itemize all items that will be charged, including travel charges that will be involved in the project. Costs shall also be segregated to show staff hours, rates, and classifications, and administrative overhead.

      The least-cost proposal will be awarded the maximum points. Higher cost proposals will receive a reduced award of points. The minimum score for the price criterion is zero points.

    • FORM AND CONTENT OF PROPOSAL (5 pts)

      Whether the proposal is (1) well organized, (2) void of material that is neither required nor desired, (3) does not exceed the suggested maximum number of pages, and (4) includes the requested copies of the proposal for Part One and Part Two.

    • FIRM QUALIFICATIONS (10 pts)

      Qualifications, experience, training, certifications and licenses for project manager and key supervisors anticipated to provide services called for under this RFP.

    • FIRM QUALIFICATIONS (7 pts)

      Approach to performing work called for under this RFP (how the job will be staffed, travel time policy [if relevant], resources, and structure on data reporting).

    • FIRM QUALIFICATIONS (7 pts)

      Respondent’s understanding of the project and its objectives.

    • FIRM QUALIFICATIONS (6 pts)

      Qualifications of subcontractors expected to be used on the project (if subcontractors are not contemplated this allocation of up to 5 points should be applied to a) through c) above).

    • RELEVANT PROJECT EXPERIENCE (10 pts)

      Past project experience similar to this project.

    • RELEVANT PROJECT EXPERIENCE (20 pts)

      Evaluation of comments by Owner references on similar projects regarding matters such as change order history, litigation and other claims, completion within schedule, workmanship, and general satisfaction.

    • WORKLOAD AND RESOURCES (8 pts)

      Proposed project schedule and ability to complete the project within that schedule given current and potential time commitments for the proposed project

    • WORKLOAD AND RESOURCES (7 pts)

      Adequacy of support personnel, facilities and other resources necessary to provide their services as required.

    • PRICING (20 pts)

      In addition to a technical proposal, the prospective respondent shall prepare a detailed cost proposal for the work to be performed. The cost proposal shall itemize all items that will be charged, including travel charges that will be involved in the project and included in the bid amount. Costs shall be segregated to show staff hours, rates, and classifications, and administrative overhead and any other cost defined in the Scope of Work.

    Submission Requirements

    • Please confirm that you have read and acknowledge the federal clauses pertaining to this solicitation. (required)

      Federal Funding Acknowledgement
      Offeror acknowledges that the goods and/or services solicited under this Request for Proposals (“RFP”) are supported in whole or in part with federal funds. Offeror further acknowledges that any resulting contract may be subject to applicable federal statutes, regulations, and grant or award conditions, including but not limited to federal procurement and compliance requirements.

      Certification
      By submission of a proposal, Offeror hereby certifies that it:

      1. Has been notified and understands that this project is federally funded, in whole or in part;

      2. Agrees to comply with all applicable federal requirements, including those incorporated by reference in the solicitation and any resulting agreement; and

      3. Agrees to provide documentation of compliance and/or certifications upon request by the Owner/Agency and/or the federal awarding entity.

    • Respondents must be registered (company name, address, and telephone number) with the Borough Procurement Officer as indicated in this solicitation. (required)

      Amy L. Briggs

      Procurement & Contracts Officer

      Ketchikan Gateway Borough

      amyb@kgbak.us

      Ph. (907) 228-6637

    • Subcontractor's List (required)

      Please download the below documents, complete, and upload.

      Respondents must fill out the Subcontractors List indicating the name(s) of any anticipated subcontractors for the proposed project. Use multiple pages if necessary. For portions of the work where a subcontractor will be selected by competitive proposals at a later date enter the type of Work to be subcontracted followed by “To be Determined”. For example: “Electrical – To Be Determined”. If the use of subcontractors is not anticipated, “N/A” or “NONE” is to be written on the form.

    • Corporate Certificate, Partner Acknowledgement, LLC Acknowledgement, or Individual Acknowledgement. (required)

      Please select the applicable document, download the document, complete, and upload.

    • Price Proposal (required)

      Submit the price proposal separately from the proposal.

      Each price-proposal component must be signed and dated by the person who prepares it. If that person is not authorized to bind the respondent, the price-proposal component must also be signed by a person who is authorized to bind the respondent.

      Failure to properly sign and date the Price Proposal will be grounds for rejection.

    • Proposal (Exclusive of Price Proposal Component)

      Please upload a complete proposal exclusive of the price-proposal component. 

      Proposals must respond directly to the evaluation criteria for this project. Additional material (other than that requested below) is not required or desired. Clarity and brevity are encouraged. Limit submittals as follows:

      Proposal DocumentationUse forms provided in RFP
      Cover Letter1 page suggested maximum
      Response to Criteria5 pages suggested maximum
      ResumesProvide resumes for key personnel, 1 page suggested maximum each resume
      Price ProposalPer instructions, provide a breakdown of the price proposal component in Proposers own format. 

      The following sections address the specific content expected for each portion of the proposal.

    • Proposal Documentation Form (required)

      Please download the below documents, complete, and upload.

      The proposal itself must be signed by a person who is authorized to bind the respondent. Specifically:

      1. A proposal by a corporation shall be executed in the corporate name by the president, vice-president, or other corporate officer. Evidence of authority to sign must also be provided. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      2. A proposal by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. Evidence of authority to sign may be in the form of a copy of the partnership agreement or other reliable evidence.
      3. A proposal by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      4. A proposal by an individual shall show the proposer’s name and business address.
    • COVER LETTER (required)

      In the cover letter, the respondent should:

      1. state its understanding of the services to be performed,
      2. explain why the respondent firm is the best qualified to provide those services,
      3. state why the respondent firm is most likely to help the Borough achieve the goals outlined in the Project Scope of Work portion of this request for proposals; and,
      4. Provide the name and contact information of the individual who is authorized to make representations and commitments on behalf of the respondent.
    • RESPONSE TO CRITERIA (required)

      The narrative response to the Selection Criteria should specifically and accurately address each criterion in the order listed in this proposal. Respondents are encouraged to limit the response to 5 pages. Project and individual experience must be verifiable by listed references. It is the responsibility of the proposer to make certain that contact information is current. 

    • RESUMES (required)

      Provide resumes for each managing member of the team (i.e., project manager for the prime contractor and each known or planned subcontractor) that will be assigned to this project. List name, title, intended role and responsibilities for the duration of the contract, educational background, and specific qualifications related to role and responsibilities, past relevant experience, number of years of relevant experience, supervisory responsibilities if relevant, list of projects individual was associated with during the last five years including type of project and project cost.                        

      For each managing member of the team, provide at least two Owner or two Firm references for recent relevant projects.

    • Will you be doing evaluations? (required)
    • Will you be requiring References? (required)
    • Will a surety bond be required? (required)
    • Is this state or federally funded? (required)
    • Bid protest must be filed within ____ days (required)
    • Provide project site address: (required)

      Example: 1234 Park Avenue, Ketchikan, AK 99901

    • When do you need to have this awarded by? (required)

      Please enter an estimated date. 

    • Will there be a pre-proposal meeting? (required)
    • Will the pre-proposal meeting be mandatory or non-mandatory? (required)
    • Standard Insurance Policies (required)
    • General Liability Minimum Limits (required)
    • Automobile Liability Minimum Limits (required)
    • Workers' Compensation Liability Minimum Limits (required)
    • Additional Insurance Policies (required)
    • Professional Liability Minimum Limits (required)
    • Excess Liability Minimum Limits (required)

    Key dates

    1. April 24, 2026Published
    2. May 20, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.