Procurement #11901



Title
RFP - BP #10C - Operable Partitions for the Sam Hider Community Health Center
Status
Archive
OpenDate
09/08/2014
CloseDate
09/22/2014
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids on behalf of Cherokee Nation Construction Resources (the Construction Manager) for BP #10C - Operable Partitions for the Sam Hider Health Center located in Jay, OK. All work is to be done in accordan
Detail
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids on behalf of Cherokee Nation Construction Resources (the Construction Manager) for BP #10C - Operable Partitions for the Sam Hider Health Center located in Jay, OK. All work is to be done in accordance with specifications and drawings created by Selser Schaefer Architects. Sealed bids are being solicited by Cherokee Nation Entertainment, L.L.C. (“CNE”) on behalf of Cherokee Nation Construction Resources, L.L.C. (“CNCR”) for furnishing all equipment, labor and materials to complete the work described in in the Contract Documents, Statement of Work, Plans, and Specifications. All proposals should be sent by express delivery, regular mail or hand delivery to CNE’s Catoosa Corporate office at the following address: **IF BY EXPRESS DELIVERY OR REGULAR MAIL** BID DOCUMENTS CONTRACTOR’S NAME CONTRACTOR’S ADDRESS CONTRACTOR’S TELEPHONE Cherokee Nation Entertainment, L.L.C. Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 BID PACKAGE # SAM HIDER COMMUNITY HEALTH CENTER **OR IF BY HAND DELIVERY** BID DOCUMENTS CONTRACTOR’S NAME CONTRACTOR’S ADDRESS CONTRACTOR’S TELEPHONE Cherokee Nation Entertainment, L.L.C. Corp. Building #3 Attn: Tina Jones Senior Buyer 1102 N. 193rd East Ave. Catoosa, Ok 74015 BID PACKAGE # SAM HIDER COMMUNITY HEALTH CENTER The following bid packages are included in this RFP: #10C Operable Partitions It is the intention of CNCR that if an acceptable proposal is received, the selected firm will be notified in writing within thirty (30) days of bid opening. Any bid received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of Bids, shall not be considered and shall be returned unopened to the bidder submitting same. The bidder must supply all the information required by the Contract Documents. Copies of the contract and bidding documents, including the drawings and specifications, may be viewed at the Cherokee Nation One Stop Bid Center at the Cherokee Nation Tribal Headquarters in Tahlequah, OK. Bidders may also pick up CD’s containing the Project Bid Manual, plans, and specifications, at CNCR Office, 10838 East Marshall, Suite 220, Tulsa, OK 74116 at no charge. Bidders can also view all documents, including drawings and specifications, by going to the CNE ftp site by typing in ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com in their browser search bar; once on the ftp site, bidder(s) will need to go to the folder titled "All Bid Packages for Sam Hider Health Center." The mandatory pre-bid conference will be held at our job site office located at 10838 E. Marshall Street, Suite 220 Tulsa OK 74116. Mandatory pre-bid will be held at 3:00PM CST on Thursday, September 11, 2014; bidders must attend this meeting in order to present a bid. All correspondence and questions regarding this Request for Proposal and requests for additional information MUST be directed to Tina Jones, Senior Buyer Cherokee Nation Entertainment, by e-mail at tina.jones@cnent.com; all RFI's & Substitution requests are due no later than 2:00PM CST on Monday, September 15, 2014. All questions and answers will be shared with other bidders in the form of Addenda posted to bid website at www.cherokeebids.org. No clarification of the Request for Proposal will be made to any bidder orally. No telephone inquiries. All addenda issued shall become part of the proposal. Please note that winning bid(s) will be published. Cherokee Nation Businesses, LLC (“CNB”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNB Terms and Conditions. Your bid should indicate hourly ($) rate (when applicable), individual work effort, delivery schedule or time of completion. Any item(s) with exceptions, substitutions, exclusions, additions or qualifications must be noted and clearly indicated on return bid. Any request for information concerning bid posting is to be submitted in writing via email to Buyer listed; no verbal communication is to be initiated. In accordance with Cherokee Nation Law, , 28 C.N.C.A. §20 no contractors or subcontractors of any Cherokee Nation entity may contract with any business owned by a first degree relative of any elected official of the Cherokee Nation. TRIBAL EMPLOYMENT RIGHTS OFFICE - This procurement is subject to Cherokee Nation Tribal Employment Rights Office (“TERO”) regulations that include a fee of ½ of 1% of total contract award and, if applicable, the completion of a TERO Labor Agreement and payment of associated fees. The successful bidder’s award will be published on the Cherokee Nation’s procurement website and their performance will also be measured, recorded, and reported to the Cherokee Nation. The complete Act is available by contacting the TERO OFFICE at Tahlequah 918-453-5000. TERO bidders are required to provide a copy, front and back, of their TERO certificate with return bid(s) and failure to do so will result in such bidders not receiving the TERO preferences afforded TERO bidders under the CNE procurement and contracting policies and procedures. CHEROKEE NATION GAMING COMMISSION (CNGC) - This requirement may be subject to CNGC policies and procedures. Licensing requirements may be required of the successful vendor(s) to be coordinated with the CNGC. These requirements may include licensing fees as well security and background checks of vendor(s) employees. Current policies and procedures can be found on the Cherokee Nation website or by contacting the CNGC office at 918-207-3834. BONDING NOTICE - CNB generally requires payment and performance bonds for all construction contracts in excess of $100,000. However, qualified TERO-certified firms are encouraged to bid, regardless of bonding capability. If Bid Bond cannot be provided a Cashier's Check for 5% of total bid can be submitted in lieu of the Bid Bond. INSURANCE - CNB generally requires Worker’s Compensation, Commercial and/or Comprehensive General Liability, and Automobile insurance for all awarded bids. Please refer to the Bid Documents for the specific coverages required for this bid. DEBARMENT - By submitting a response to this Request for Proposal, the Contractor certifies to the best of their knowledge and belief that the Subcontractor, the firm, or any of its principals are not presently debarred, suspended, or proposed for debarment by any federal, state, local or tribal entity. This certification is a material representation of fact upon which reliance was placed when making award. If it is later determined the Subcontractor rendered an erroneous certification, in addition to other remedies available to CNB or its entities, CNB may terminate the contract resulting from this Request for Proposal for default.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Awards
ELOHI -- $21,028.00