Procurement #67782



Title
CN Outpatient Health Center Audio/Visual Installation
Status
Archive
OpenDate
04/12/2019
CloseDate
04/26/2019
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified Audio/Visual contractors to supply parts and installation for the Audio/Video system outlined in the Scope of Work.
Detail
Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work (“Company”) to furnish parts and installation for audio/video systems listed on the Scope of Work for the Cherokee Nation Outpatient Health Center located in Tahlequah, OK. There will be a MANDATORY pre-bid on-site at the Cherokee Nation Outpatient Health Center located at 19600 North Ross Street, Tahlequah, OK at 1:00PM CST on Wednesday, April 17th. The purpose of the mandatory pre-bid is to allow for questions, to cover the specific scope and to observe actual location of project and view working conditions. 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 Friday, April 26th. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 The bidder must supply all the information required by the RFP Documents, hereinafter defined. An electronic copy on a USB thumb drive is required. Bidders are to provide a line item breakdown of pricing on Company letterhead. 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. Project Scope This SOW covers the following components, activities, deliverables and assumptions. Included in this will be hardware procurement, labor to install new equipment, programming, implementation, and testing. Components: 1) Contractor Provided Description MFR MFR P/N QTY Samsung 55” Video Wall Display Samsung UD55F-B 9 Samsung Wall Mount Samsung WMN-55VD 9 Column Mount Speaker (Black) QSC AD-S802T 2 2 Channel 70V Audio Amplifier QSC SPA2-60 1 Samsung 49” Commercial Display (2 for installation and 1 for spare) Samsung UN49NU8000FX 3 Swinging Arm Mount Chief MWRIW 2 TV Art Frame Vutec DF46-XX 2 Double gang wall plate (1)Female XLR, (1), HDMI, (1) RJ45 1 3’ HDMI Cables 2 2) Owner Provided Description MFR MFR P/N QTY Touch Screen/Content Player 1 Kiosk stand for Touch Screen/Content Player 1 Interactive projection equipment (2 projectors with motion sensors) Projection USA 1 3) Miscellaneous – Contractor will provide all miscellaneous components to complete the install except the specific items listed in “Owner Provided” section above. This includes, but not limited to, cables, connectors, j-hooks, brackets, custom panels, labels, hardware, tie wraps, etc. Tasks: 1) Installation – Contractor will install all necessary components to complete the project. This includes components provided by Owner. • Conditions • Work schedule will be coordinated with general contractor. • Contractor is responsible for keeping all work areas clean. • Cabling General - • Contractor will provide all necessary cabling required to complete the project 1. HDMI cable from video wall pc, that is located in a kiosk stand, to wall plate below video wall, from back of wall plate up to first display, then daisy chain displays (Conduit pathway is owner provided) 2. Audio cable from video wall PC, that is located in a kiosk stand, to wall plate below video wall, from back of wall plate up to the amplifier behind the video wall (Conduit pathway is owner provided) 3. Cat6 cable from video wall pc, that is located in a kiosk stand, to wall plate below video wall • Equipment – Contractor is responsible for installing all components of the audio and video systems needed to complete the project. Label all equipment with appropriate names and network information as applicable. • Install 3x3 video Wall in foyer 1. Install (9) 55” Samsung video wall displays in a 3X3 configuration into pre-constructed recessed brick wall. Brick wall has a slight curve to it. a. Video wall content will come from an owner provided computer that will be installed in a kiosk stand. Contractor will be responsible for running audio cable from the computer to the amplifier that will be installed behind the video wall 2. Install JBL column mount speakers on either side of the video wall a. Owner will provide short conduit stub out for speaker cabling b. Speakers will be installed close to the edge of the video wall and be aimed slightly downward to cover viewers area 3. Install Double gang custom wall plate below video wall a. Wall plate will have (1) HDMI, (1) XLR (for pc audio), (1) RJ45 4. Install QSC audio amplifier a. QSC amplifier will be wall mounted behind one of the lower video wall displays Install TV’s 1. (2) 49” TV’s using MWRIW swing arms. Install TV’s into pre-installed Chief PAC501B wall boxes. 2. Install owner provided content players a. Owner will provide network connection and power • Install interactive projection system per Interactive Projection USA instructions. 1. Specific installation instructions and guidance will be provided by the interactive projection manufacturer before and at the time of the installation 2. Install two ceiling mounted projectors (One that will project on to a wall and the other on to the floor) Ceiling height is approximately 11’ 3. Install motion sensors (detailed mounting locations will be determined by manufacturer) 2) Testing – Contractor will perform complete system test to provide Cherokee Nation verified certificate of compliance. 3) Training – Contractor will train Cherokee Nation IT personnel on all system functions. Deliverables 1) Provide a Warranty Letter to include equipment and installation warranty dates. 2) Provide all equipment manuals, any associated software discs, and any unused components. 3) Fully installed and tested system. 4) As built documentation – CAD files to be in AutoCAD DWG format, text files to be in MS Word or MS Excel format, graphic files to be in PNG format. PDF prints of all documentation should be included with for distribution as needed. Key Requirements • Contractor has all necessary software tools to accomplish tasks associated with the project. • Contractor understands and agrees to late night and/or overnight working hours if required to meet completion dates – July 2019 • Specified Parts: • No substitutions allowed unless owner permission is provided in writing. 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. 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. 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 Businesses
Awards
SKC Communications -- $0.00