SLED Opportunity · ALASKA · CITY & BOROUGH OF JUNEAU

    Surface Swiftwater Rescue Technician Training for City & Borough of Juneau, (CBJ or City) Capital City Fire Rescue (CCFR) Water Special Teams Personnel

    Issued by City & Borough of Juneau
    localRFPCity & Borough of JuneauSol. 210228
    Closed
    STATUS
    Closed
    due Mar 26, 2026
    PUBLISHED
    Posting date
    JURISDICTION
    City &
    local
    NAICS CODE
    611699
    AI-classified industry

    AI Summary

    The City & Borough of Juneau seeks proposals for in-person Surface Swiftwater Rescue Technician Training for 12 Capital City Fire Rescue personnel. Training covers NFPA and FEMA standards, conducted over six days in summer 2026. Qualified contractors must provide certified instructors, training materials, and comply with safety and operational standards.

    Opportunity details

    Solicitation No.
    210228
    Type / RFx
    RFP
    Status
    Active
    Level
    local
    Published Date
    Due Date
    March 26, 2026
    NAICS Code
    611699AI guide
    State
    Alaska
    Agency
    City & Borough of Juneau

    Description

    Contact, Questions& Addenda: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. No oral interpretations will be made. Submit any interpretation requests in writing, noting issuing buyer, solicitation number and title, via email to purchasing@juneau.gov Deadline for Questions is seven (7) calendar days prior to the solicitation deadline. If changes to the solicitation are needed, they will be done through written addendum issued as promptly as feasible by the Purchasing Division, to all planholders. Submission Instructions: Late responses will not be accepted. Timely responses will be accepted via Electronic Submission* to the CBJ’s Purchasing Division’s Email Address: Purchasing@juneau.gov OR via CBJ’s eProcurement Provider Public Purchase. To respond via Public Purchase, you must be registered or complete free online registration* in order to respond. *See Registration Instructions tab on the top right side of the screen. Completion of the registration process may take up to 24-hours. To respond complete the following: Acknowledgement* of the Terms & Conditions (ATTACHMENT A), Insurance Requirements (ATTACHMENT B) and the City and Borough of Juneau Standard Contract Sample (ATTACHMENT C). *Contractors must acknowledge, acknowledge with exceptions, or not accept the required documents. *(NOTE: Exceptions: must be reviewed by CBJ RISK & LAW and may not qualify for award.) Upload or attach your PDF RFP Response. Review of: General Terms & Conditions, Required Insurance & Standard CBJ Contract: Attached to the RFP are documents required for this project (ATTACHMENTS - A, B & C). Contractors should carefully review all of these attachments. The awarded Contractor must comply with all requirements and will be required to sign the CBJ’s contract. Note: A State of Alaska Business License(SOA-BL) is required to complete the contract award. Intent: The City and Borough of Juneau (CBJ) seeks proposals from highly qualified, motivated specialized Contractors for the provision of a Surface Swiftwater Rescue Technician Training for the CBJ Capital City Fire Rescue (CCFR) Department, Water Special Teams Personnel. The awarded Contractor must have professional level experience in training personnel for swiftwater and flood environments. It is the intent of the City to enter into a contract with the successful, responsible, and responsive Proposer to complete the training as specified in the scope of work and deliverables About Juneau & CCFR: As Alaska’s Capital City, the City and Borough of Juneau (CBJ or City), is located in the “panhandle” of Southeast Alaska, on the traditional land of the Tlingit people. Juneau consists of 3,250 square miles of temperate rainforest (receiving nearly 92 inches of annual precipitation), it is only accessible by air or sea and is the third largest municipality in the United States. The terrain is rugged, surrounded by coastal waterways, towering mountains, and expansive ice fields. For more information on Juneau, visit the CBJ’s Website. Capital City Fire Rescue (CCFR) is a combination Fire/EMS Department, with 36 career staff, 40 volunteers, and 9 administrative professional staff. and CCFR serves a population of over 31,000 residents year-round which can increase by 18,000 people per day in the summer months from the docking of cruise ship passengers. Training Overview: The training must be provided in-person classes for approximately twelve (12) total members of CCFR. Personnel to be trained will be split into two (2) groups of six (6) people each. The training will consist of three (3) days for each group and should run back-to-back sessions. It is expected that it will take a minimum of six (6) days for all members to complete training. Instructors will be competent, certified professionals, who regularly and routinely instruct rescue personnel in Surface Swiftwater Rescue Technician training. All course curricula, training material and recommendations will: Meet NFPA 2500, Standard on Operations and Training for Technical Search and Rescue Incidents and Life Safety Rope and Equipment for Emergency Services, Meet NFPA 1006, Standard for Technical Rescue Personnel Professional Qualifications, Federal Emergency Management Agency (FEMA) 509 Swiftwater/Flood SAR Technician, Follow all applicable City’s Standards or Policies. CCFR expects that the training will be held in July or August of 2026, preferably middle of August. (CCFR will determine exact dates with the selected Contractor.) All training must be completed by and invoiced prior to August 31, 2026. The funding for this project is being provided through the use of operating funds therefore there is a limited budget. Contractors who provide fee proposals which exceed the allowable budget may not be considered suitable for award. The contract term will be date of award through training completion. Funding Requirement: All training must be completed by and invoiced prior to August 31, 2026, to take advantage of peak water conditions. Contractors that are unable to meet the timeline will not be approved for award. Terms of Payment: Upon final award, a Purchase Order (PO) will be issued to the Consultant. The PO will serve as the Contractors ‘Notice to Proceed’ with the work and serves as a guarantee of payment for services. Payments will be made a minimum of thirty (30) days after receiving a completed invoice for training services. Final invoice must be received prior to August 31, 2026. Contract Administration & Tactical Oversight: CBJ will assign Brenwynne Grigg, CCFR Administrative Officer II, or upon notification, other designee as Contract Administrator for this project. During the training, the tactical project oversight will be done by an assigned CCFR staff member to be determined and announced to the awarded Contractor. Scope of Work (SOW): The Contractor must provide training that meets or exceeds the following standards: National Fire Protection Association (NFPA) Standards core code standards for Swiftwater Technicians 1006, 1670 and 2500 and the Federal Emergency Management Agency (FEMA) 509 Swiftwater/Flood SAR Technician. The course should cover the following areas of Technician-Level Competencies: Hydrology & Hazards: Understanding river features, low-head dams, and risk assessment in moving water environments. Rescue Techniques: In-water contact rescues, live bait rescues, and rope-based rescue systems. Safety & PPE: Mandatory use of specialized personal protective equipment (PFD, helmet, drysuit) and self-rescue skills. Operational Planning: Implementing incident action plans and managing search/rescue operations. Upon completion of the training Swiftwater Technicians should be able to meet the following requirements: Recognize and mitigate moving water hazards. Prove competent skills in dynamic current. Build and activate rope-based rescue system. Perform contact and non-contact rescue Operate rescue craft safely in moving water. Assess and apply structured risk and scene management. Surface Swiftwater Rescue Technician Training: CCFR expects that instructors will provide six (6) days of in-person Swiftwater Technician Training for twelve (12) CCFR participants, split into two back-to-back sessions, with six (6) participants in each session. The class shall include all the skills typically required for completion and certification of Surface Swiftwater Rescue Technician. Core Skill Competencies to be addressed should include: Rescue knots and rope management Defensive and aggressive river swimming techniques Throw bag deployment and victim capture Shallow water crossing techniques Entrapment recognition, mitigation, and cinch methods Tethered boat operations (2-point and 4-point systems) Selection, evaluation, and construction of single-point anchors Basic mechanical advantage systems Tensioned diagonal systems Strainer recognition, wrap survival, and negotiation techniques Live bait rescue swimmer operations V-lower rescue swimmer deployment Boat operations on a basic highline system PFD quick-release harness emergency jettison (in-water) River search and victim location techniques Wading rescues from vehicles and fixed objects Parbuckling techniques Low-visibility and night operations Contractor’s Safety Plan: Contractors should include their planned strategic safety plan for the training. The following are the minimum acceptable standards for CCFR. Suitable instructor-to-student ratio (6:1) An Emergency Action Plan (EAP) must be established at each training site. Prior to training there will be pre-evolution safety briefings. Prior to training there will be equipment inspection protocols. During all during all in-water training evolutions there must be downstream safety provisions arranged and explained to trainees. Contractor To Provide: Student training packets consisting of a workbook, Skills checklist, Any specialty rescue gear needed for training or equipment needed (if any) to conduct the enactment training. Certificates of Completion will be provided by the Contractor stating that the training is compliant with the stated applicable standard. CCFR To Provide:Full PPE for all students including helmet, drysuit, rescue PFD (rescue swimmer tether, knife, whistle), boots and gloves, Rescue boats and towing vehicles Water rescue ropes (300’ live bait ropes and throw bags for each student) Rope rescue hardware (carabiner, pulleys, etc.) Participants Readiness: Prior to class, all CCFR students will have a swiftwater rescue awareness/operations certification through CCFR’s program as the Authority Having Jurisdiction (AHJ). This includes the knowledge of how to: Don/Doff PPE, Trailer rescue boats, Deploy rescue boat at different locations, Perform self-rescue in static/swiftwater conditions, Perform throw bag skills. NOTE: Training records for CCFR swiftwater certified personnel will be available upon request. Training Location Identification: Prior to the class, current CCFR Water Rescue Team members will ‘scout’ the local water areas by reviewing river conditions, bank terrain, water flow etc. to provide recommendations to the instructor on which areas will be best suited to conduct the training. Cancelation for Conditions: If water conditions are not ideal to perform all required training CCFR during the planned training dates, CBJ/CCFR may seek approval for an extension to the contract. It is not guaranteed that there will be approval for any extension of the contract beyond the current termination date, and the contract may be cancelled. Fee/Price Proposal: The Contractor will provide an all-inclusive fee or price proposal to complete the training as indicated for CCFR. All costs or fees must be itemized by line item and should include, but not limited to, all course materials needed, shipping of any equipment (if needed), all instructor travel (airfare etc.), per diem, lodging, transportation, i.e. rental car. (Note: The Contractor will be required to purchase rental car insurance with the standard coverage recommended by rental agency.) Lodging Fee Adjustment: If available, CCFR will provide instructor housing at a fire station and this line-item cost will be deducted from the fee proposal. Evaluation & Award: A CBJ evaluation committee will review, evaluate, score and rank proposals in accordance with criteria and categories identified below. The successful Proposer will be required to accept the City’s contract. Any changes needed to the scope, schedule, or compensation as outlined in the RFP document may be discussed, and adjustments may be considered, upon mutual agreement. If agreement cannot be reached, the CBJ will terminate the discussion and the next highest ranked Proposer will be offered the project. Upon receipt of a fully executed contract, the CBJ will issue a purchase order that will serve as the Notice to Proceed. Proposal Requirements: Proposals will be no more than five (5) pages long and must include the following information. a. Title page and transmittal letter. Include the number and title of the RFP, the name of your firm, name of the contact person, address, telephone and fax number, email address, and date of submission. A person who has authority to bind the company must sign the transmittal letter and provide their title. b. Understanding and Methodology. (Weight 20%) Briefly describe your understanding of the project, the services required, and your proposed method to accomplish the project. c. Experience&Qualifications. (Weight 30%) Specify each person who will provide services to CBJ under this contract, their role, and a brief summary of qualifications and specialized experience. Specify project manager, their availability, and anticipated scale of involvement. d. References. (Weight 35%) Describe one (1) (or more) project(s) accomplished by the proposed personnel, which are similar in concept and scope. Provide complete and current contact information that includes the client names, individual contact persons, email addresses and telephone numbers for the reference projects. Verify that the contacts will be available to provide references during the evaluation period. Inability to reach listed contacts will negatively impact the evaluation score. NOTE: The City and Borough of Juneau (CBJ) reserves the right to act as its own reference. e. Fee/Price Proposal.(Weight 15%) Provide an all-inclusive,Fee or Price Proposal with itemized line-item costs indicating a description of services and compensation that you expect to receive for the performance of the contract as specified in the Scope of Work. The following formula will be used to determine the award of points for Consultant’s Price Proposals: Points Awarded = (Lowest Price Proposal) x (Maximum Points for Price) ÷ (by the Price of This Proposal) Evaluation Form: Evaluator No.____ Proposer_____________ Maximum Score Achievable = 1,000 points CRITERIA Weight % Score (0 – 10*) Total Points = (Numerical Score X Weight) Understanding & Methodology 20 Experience & Qualifications 30 References 35 Fee/Price Proposal (determined using formula) 15 Determined by Purchasing Rank __________Grand Total___________ *Point Guide: Outstanding (10 points)Adequate to Good (6 to 8 points) Marginally Acceptable (3 or 4 points)Unacceptable (0 or 1 point)No scores using numbers 2, 5, or 9.

    Key dates

    1. March 26, 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.