Procurement #108772



Title
RFQ for Rebranding/re-theming of Food Venues
Status
Archive
OpenDate
08/12/2020
CloseDate
08/31/2020
Description
Cherokee Nation Entertainment, LLC (CNE) is seeking Statements of Qualifications from well-qualified architectural/theming firms to provide services associated with rebranding/re-theming food venues to our current design standards and program requirements.
Detail
Cherokee Nation Entertainment, LLC (CNE) is seeking Statements of Qualifications from well-qualified architectural/theming firms to provide services associated with rebranding/re-theming food venues to our current design standards and program requirements. All proposals should be sent via email to the following email address to be received no later than 2:00PM CST on Monday, August 31, 2020. The email address to use is: Re_bran.waw3ifismifjpfj2@u.box.com The bidder must supply all the information required by the RFQ Documents, hereinafter defined. Any proposal received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of proposals, or any proposal so received after the time set for opening of proposals, shall not be considered and shall be returned unopened to the proposing firm submitting same. The bidder must supply all the information required by the Contract Documents. STATEMENT OF WORK Request For Qualifications Food Venue Changes 1) Scope of Work a) Cherokee Nation Entertainment, LLC (CNE) is seeking statements of qualifications from well-qualified architectural/theming firms to provide services associated with rebranding/re-theming food venues to our current design standards and program requirements. b) Locations i) Catoosa/Hard Rock (1) Address (a) 777 W Cherokee St. Catoosa, OK 74015 (2) Buffet (a) Original build 2003, renovated in 2012 (b) Approximately 9,100 sf including seating, salad/desert bar and various food type action stations (i) Buffet is adjacent to the 4,400-sf main kitchen (3) Toby Keith’s, I Love This Bar and Grill (a) Original Build 2009 (b) Approximately 10,670 sf including a 3,000 sf kitchen and a 1,210 sf upper seating area ii) Roland (1) Address (a) 109 Cherokee Blvd Roland, OK 74954 (2) Buffet (a) Original Build 2015 (b) Approximately 6,000 sf including seating, salad/desert bar and various food type action stations (i) Buffet is adjacent to the 6,000 sf main kitchen iii) West Siloam Springs (1) Address (a) 2416 US-412 Hwy West Siloam Springs, OK 74338 (2) Buffet (a) Original Build 2008 (b) Approximately 9,000 sf including seating, salad/desert bar and various food type action stations (i) Buffet is adjacent to the 7,500 sf main kitchen 2) Qualification Requirements: Firms desiring to submit a Statement of Qualifications must provide the following: a) Current, completed AIA 305 b) 5 years minimum experience working with similar projects c) Completed at least 3 similar size and complexity projects in the past 5 years d) Have a proven track record of delivering projects on time and on budget e) Have the capability to digitizing existing PDF drawings f) Have the capability to provide in-field 3D Rendering/Mapping of the existing venues g) Fee Structure i) Fee based on percentage of construction costs (less than $500K and $500K - $1M) ii) Lump sum fee for conceptual planning services, includes ten (10) full color renderings per venue and one (1) “fly-through” animated video per venue iii) Fee for each additional rendering and presentation above the base ten (10) Please note that winning bid(s) will be published. Cherokee Nation Entertainment, LLC (“CNE”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Entertainment, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNE Terms and Conditions. Your bid should indicate hourly ($) 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. 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 CNE or its entities, CNE 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
I-5 Design & Manufacture, Inc.
Comments
Tina Jones -- 8/17/2020: • Can you clarify what scope is expected per location? (i.e. full renovation, partial renovation, SD-CD, branding, etc.) Project will likely be a partial renovation at all locations; SD-CD. However, initial space planning and budgeting will determine final program. RFQ will allow us to identify the most qualified firm having the resources and experience performing like projects. • Can you clarify the scope to be included in the fee based upon percentage of construction costs? (SD-CD, branding, renderings, etc.) Fee calculation would be a percentage based on full construction value as requested in the RFQ. Two full construction estimated values have been provided allowing the respondent to utilize a tiered fee approach if desired. • Can you share the current design standards and program requirements? Not applicable at this time. • Can you clarify scope expectations for Conceptual Planning Services outside of the renderings and fly-throughs? Is that the same or different for each location? The expectation at each location is the same. Renderings, “fly-throughs”, and presentation of same is the basis of the Conceptual Planning Services(s). • Are design services inclusive of both back of house and front of house areas? For the purpose of the RFQ, front of house areas are the focus. • Is the re-theming (new brand, logo, etc.) included in the scope of services or is it pre-determined? Re-branding, logoing, etc. is pre-determined.