Procurement #16747



Title
RFQ - FF&E Procurement and Transition Services for Cherokee Nation Outpatient Health Center
Status
Archive
OpenDate
01/22/2018
CloseDate
02/02/2018
Description
Cherokee Nation Businesses, on behalf of the Cherokee Nation is seeking proposals for interested parties with qualifications, credentials, and previous experience providing furniture, fixtures and equipment procurement services for previous similar scope and size. The service timeframe will extend f
Detail
OVERVIEW The Cherokee Nation is the federally recognized government of the Cherokee people and thereby has sovereign status granted by treaty and law. Tribal sovereignty is the right to self-governance. The seat of tribal government is the W.W. Keeler Complex near Tahlequah, Oklahoma, capital of the Cherokee Nation. The jurisdictional area of the Cherokee Nation (hereinafter referred to as NATION) covers 14 counties in Northeastern Oklahoma. Health Services administers patient care and oversight for the transactions with the full support of Cherokee Nation. The NATION is seeking sealed proposals from interested parties with qualifications, credentials, and experience to provide furniture and equipment procurement for the Cherokee Nation Outpatient Health Center located on the WW Hastings Hospital Campus. The new Tahlequah Outpatient Health Clinic is a 470,000 square foot, multi-level (four floors) medical facility located at 19600 E. Ross St. Tahlequah, OK 74464. The service timeframe will be from the date of award until beneficial occupancy is achieved which is estimated to be September 30, 2019, with an option to renew if there are equipment procurement needs past that date. Complete information regarding the scope of work and specifications are provided in this Request for Qualifications (RFQ). The NATION is seeking proposals from interested parties with qualifications, credentials, and previous experience providing furniture, fixtures and equipment procurement services for projects of similar scope and size. The service timeframe will extend from the date of award through satisfactory completion of services and products outlined in this Request for Qualifications. The estimated time frame is February 5, 2018, through September 1, 2019. Complete information regarding the scope of work and specifications are provided in this Request for Qualifications (RFQ). Cherokee Nation Businesses, on behalf of the NATION will be accepting proposals from Native American and Non-Native American parties. Native American preference will be given only to responding parties who provide proof of current certification from the Cherokee Nation Tribal Employment Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Preference is applied in accordance with Cherokee Nation’s TERO Law. Bidders must include a copy of their current TERO Certification in proposal submittal. Interested parties are required to submit five(5) bound and tabbed sets of qualifications and one(1) electronic copy on a thumb drive or a CD. All proposals should be sent by express delivery, regular mail or hand delivery to Company’s Catoosa Corporate office at the following address, to be received no later than 2:00PM CST on February 2, 2018. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 *Please provide preliminary pricing for the procurement services as a preliminary Base Bid. The preliminary pricing should be in percentage format and be based on similar project experience/history.* See attached Scope of Services listed under the Documents section of this RFQ and corresponding documents required to be returned with Qualifications. 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. 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
Purchasing Solutions Inc. -- $0.00