RFP | Install Pump House Ventilation System at Chief Joseph Hatchery, Bridgeport, WA

Agency: The Confederated Tribes of the Colville Reservation
State: Washington
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD15807489982509920
Posted Date: Mar 18, 2024
Due Date: Apr 12, 2024
Source: Members Only

RFP | Install Pump House Ventilation System at Chief Joseph Hatchery, Bridgeport, WA | Closing Date April 12, 2024 PDF

Attachment Preview

Confederated Tribes of the
Colville Reservation
P.O. Box 150, Nespelem, WA 99155 (509) 634-2277
Request for Proposals:
Confederated Tribes of the Colville Reservation
Title: Install Pump House Ventilation System at Chief Joseph Hatchery,
Bridgeport, WA
General Information
Posted Date: March 15, 2024
Site Visit (Optional): April 4, 2024 @ 10am
Deadline for Questions: April 5, 2024
Final Answers Posted: April 8, 2024
Closing Date: April 12, 2024
Opening Date: April 15, 2024
1.0 Introduction
The Confederated Tribes of the Colville Reservation is a Sovereign Nation. Presidential Executive
Order established the Colville Indian Reservation in 1872, with a land base of 1.4 million aces,
located in North Central Washington State and additional off-reservation trust lands. The
Administrative Headquarters are located at the Colville Indian Agency Campus, approximately 2
miles south of Nespelem, WA with offices located throughout our reservation.
Our business hours are Monday thru Thursday 7:00 and 5:30 p.m. excluding Friday, Saturdays,
Sundays, Tribal and Federal holidays.
1.02 Proposal Deadline/Address/Contents
The deadline for receipt of proposals is April 12, 2024 and must be received by the Tribes, either
by hand delivery, express delivery, electronic submission or regular mail no later than 3:00 p.m.
on that day Pacific Standard Time. Proposals must be submitted to the Confederated Tribes
Contract Officer no later than 3:00 pm on that day. All proposals and accompanying
documentation will become the property of the Colville Tribes and will not be returned. Consultant
accepts all risk of late deliver of mailed proposal regardless of fault. Proposals are to be sent to:
Matthew McDaniel, Chief Joseph Hatchery Manager, 38 Half Sun Way, Bridgeport, WA 98813
or by electronic submission to Matthew.McDaniel.FNW@colvilletribes.com.
1.03 Proposal Preparation Instructions and Information Required in Your Proposal
Please provide (3) copies of your proposal. In order to facilitate the review process and obtain
the maximum degree of comparison, proposals should include the following information
presented in the order and format shown below (Davis Bacon wages apply and contractor must
have a have a unique entity identifier with www.sam.gov).
1
Scope of Work to Install Pump House Ventilation System at Chief Joseph Hatchery.
Cut, frame, trim and paint all building openings required for installation.
Provide and install 1-greenheck fan, motorized damper, and exhaust louver.
Provide and install 2-motorized 22x20 intake louver/damper.
Provide and install all electrical wiring, rigid conduit, 20-amp breaker switch, line
voltage cooling thermostat as needed to power the system.
Start and verify correct operation.
1.04 Required Format/Information
Title Page: Show Request for Proposal (RFP) subject, name of Respondent/Respondents
firm(s), address, telephone and fax numbers, name of contact person and date of
submission. Attachment A
Transmittal Letter: A one or two-page summary stating the Responder’s understanding of
the work to be done and making a positive commitment to perform the work within the
time period required.
Table of Contents: A clear identification of the material by section and page number.
Profile of the Respondent/Respondents: Include location of office(s), number of partners,
managers, supervisors, seniors, and other professional staff. Describe the range of
activities performed by your firm, including capability for determining cost/feasibility of
Approach: Provide a detailed and clear description of the approach and methodology for
implementing the work, including the method to be used to analyze and develop a report
on the data provided by the Colville Tribes (CTCR) regarding unmet needs (including but
not limited to employment opportunities and job training, education, tribal enrollment
population and population trends, health care, social services, housing, transportation,
public safety services, etc.) of the membership of the Colville Tribes. The respondent
should include a rationale for using this particular methodology as the best way to
develop an accurate and detailed report of the unmet needs of Tribal members for the
purpose of identifying gaps in services provided.
Qualifications and Experience of Staff: Include a list of personnel to be used for this
work and their qualifications. Résumé, including education, licensing information,
background accomplishments, relevant continuing professional education and any other
pertinent information must be included for each of the key personnel to work on the
project. The Responder/Responders must include a statement in the proposal to the effect
that “the key personnel assigned to this project as described in this proposal will not be
removed from the Project without prior approval of the Tribes’ COR.”
Qualifications and Experience of Firm: Company experience which is relevant to the
proposed work, i.e. experience with other Tribal entities. References: Attachment B
Indian Preference: CTCR shall, to the greatest extent feasible, provide preference to
Indian-owned economic enterprises and Indian organizations. Projects developed and
operated with assistance under 25 CFR Part 1000 are subject to Section 7(b) of the Indian
Self-determination and Education Assistance Act (25 U.S.C. 450e (b)). Section 7(b)
provides that to the greatest extent feasible, preference shall be given to Indian
organizations and Indian-owned economic enterprises in the award of all contracts and
subcontracts. If applicable, please include documentation of Indian enrollment and
2
TERO certification. Preference must be provided in accordance with the requirements
set forth in 24 CFR 1000.48 and Chapter 10-1 Tribal Employment Rights. If applicable,
provide documentation of Indian enrollment and TERO certification. In accordance with
the adopted TERO Compliance, to be eligible as a tribally owned or Indian owned
business, the business shall apply for certification with the Tribal Employment Rights
Office (TERO) and must be eligible for certification prior to submitting a proposal.
Contact TERO for more information: TERO Director, P. O. Box 150
Nespelem, WA 99155.
Phone 509.634.2200
Cost Proposal: Include a detailed itemized cost statement showing estimated staff hours
and rate(s), delineated by task. Also, include an itemized listing of all other expenses or
fees that are anticipated. Attachment A.
1.05 Questions Regarding the Project
Requests for interpretation/clarification of this RFP must be emailed to Matthew McDaniel at
Matthew.McDaniel.FNW@colvilletribes.com. Unauthorized contact with other tribal employees
or through any method other than email regarding this RFP may result in disqualification. All
oral communications will be considered unofficial and non-binding on the Tribes.
All questions must be submitted no later than 3:00 p.m., April 5, 2024, PST. All responses will
be posted on the Tribes’ web site at: https://www.colvilletribes.com/rfp within two business days
after receipt of the question.
2.0 Evaluation Procedures
The evaluation factors reflect a wide range of considerations. While cost is important, other factors are
also significant. Consequently, the Colville Tribes may select other than the lowest cost solution. The
objective is to choose the Contractor capable of providing a reliable and effective solution within a
reasonable budget.
An award will be made to a responsible Indian Bidder if within 10% of the lowest non-Indian Proposal
Price and defined experience.
Evaluation Criteria: The proposals will be evaluated on the basis of the following criteria and point
ranges. Maximum Points: (100)
1) Responsiveness of the proposal in clearly stating an understanding of the work to be performed.
(0-15)
2) Reasonableness of overall time estimates as well as the time estimates for each major section of
the work to be performed (0-5)
3) Qualifications and experience of Responder/Responders (0-20)
4) Size and structure of firm and ability to maintain continuity of work (0-5)
5) Experience of Responder/Responders in developing reports for Tribes or other government
entities on the unmet needs of their citizens. (0-20)
6) Qualifications and experience of staff to be assigned. Education, position in the firm, and years
and types of experience will be considered (0-10)
7) Indian preference (0 10)
8) TERO certification documented & included (5)
9) Cost (0-10)
3
3.0 Acceptance/Rejection of Proposals
The CTCR reserves the right to reject any and all proposals, whether or not within applicable cost limits,
and to waive any information in the proposals received, whenever such rejection or waiver is in the best
interest of the CTCR. In the event of disagreement or grievances regarding contract, it is the CTCR
policy to resolve all contractual issues per adopted Procurement Policy.
4.0 Required Descriptions and Specifications
4.01 Purpose
The purpose of this project is to contract with Respondent or Respondents who best demonstrate
expertise identifying for their client(s) the information and data needed in a wide variety of areas,
including but not limited to employment and job training, tribal enrollment and population
trends, education, public safety, health care, social services, housing, transportation, and other
areas; to review and analyze the data/information and to provide a detailed report supported by
the data/ information regarding the gaps in services and other assistance provided by the Colville
Tribes to Colville Tribal members. The Colville Reservation, comprised of 1.4 million acres not
including the North Half and off-reservation allotments, is sparsely-populated and many of its
citizens live in poverty. The Colville Tribes intends to continue its efforts to develop and expand
services and other assistance programs to its membership based upon the report to be provided.
The ideal respondent will develop its analysis through a detailed, specific methodology that
identify and prioritize the unmet needs as well as estimate the cost of meeting those needs. The
contract to be used for this work will be the Colville Tribes’ standard form consultant contract,
which will include a “no assignment” provision indicating that the contract may not be assigned
without written consent of the Tribes. Any increase in contract price following execution of the
contract will not be made without written modification signed by both parties.
4.02 Respondent Capacity to Conduct the Project
The Respondent/Respondents shall provide evidence of its ability to furnish all qualified
personnel, facilities, equipment, and supplies to conduct an organization-wide financial and
compliance audit in accordance with appropriate standards on behalf of the Confederated Tribes
of the Colville Reservation.
4.03 Reports Required
The Respondent/Respondents shall provide at least monthly (or more often if requested by the
Tribes’ COR) reports on the progress of the work.
4.04 Contract
Prior to any binding agreement with the successful Respondent(s) for services under this RFP,
the successful Respondents will be required to enter into a Tribal Consulting Contract for the
requested services under this RFP. This RFP does not constitute an obligation or agreement on
the part of the Tribes. A labor hour type contract is anticipated. It provides for the procurement
of services on the basis of direct labor hours at specified hourly rates.
4.05 Governing Law
This RFP and the project identified shall be subject to the laws of the Confederated Tribes of the
Colville Reservation. The proposer consents to the jurisdiction of the Colville Tribes. Nothing
in this document, including attachments and exhibits, shall be deemed to waive the sovereign
immunity of the Colville Tribes, which is hereby expressly re-affirmed. The terms of this
paragraph shall supersede any conflicting or contrary provisions in this RFP, including
4
attachments and exhibits.
4.06 Period of Performance
Any contract let from this RFP shall be in effect upon the date of award and shall continue to be
in effect until the termination of the Contract. It is anticipated that the Project will begin no
earlier than May 1, 2024 and must be completed no later than July 31, 2024.
4.07 Key Personnel
The personnel specified in the Responder/Responder’s proposal are considered to be essential to
the work being performed hereunder. Prior to changing any of the individuals specified in the
proposal, the Responder/Responders shall notify the Contracting Officer reasonably in advance
and submit a justification for the proposed substitutions in sufficient detail (including names,
titles and résumés) to permit the evaluation of the impact on the quality of work performed. No
personnel changes shall be made by the Contractor without the prior written consent of the COR.
4.08 Payment and Submission of Invoices
Payment for work performed under the contract shall not exceed the agreed upon amount, unless
otherwise agreed upon, in writing, by both parties. Payment shall be made to the contractor based
on progress achieved. The contractor must submit each invoice in sufficient detail to document
progress. Invoices will not be accepted on more frequent intervals than once a month. Invoices
requesting payments shall be prepared and submitted in duplicate and contain the following
information: contract number, detailed description of services, and total cost.
In the event of abandonment of the work or termination of the contract for any cause, under the
respective sections of the contract, the terms of any settlement shall be subject to approval by
CTCR Contracting Officer or designee. The CTCR shall not disburse monies after giving notice
of abandonment or termination. A settlement may be reached to include may include restitution
of funds disbursed for services not performed.
5.0 Terms and Conditions
5.01 Site Visitations
The Contractor site visit is not required, but highly recommended. The scheduled site visit by all
interested parties will be on April 4, 2024 at 10:00 am at Chief Joseph Hatchery, located at 38 Half
Sun Way, Bridgeport, WA 98813. By submitting his/her proposal, the Consultant acknowledges
that he/she has satisfied him/herself as to the nature of the work.
5.02 Contractor’s Cost to Develop Proposals
Costs for developing proposals in response to the RFP are entirely the obligation of the Consultant
and shall not be chargeable in any manner to the Colville Tribes.
5.03 Completeness of Proposal
The Consultant must submit a completed Proposal (Form 1) signed by a Contractor
representative authorized to bind the proposing firm contractually. The Consultant must identify
on the form any exceptions the Contractor takes to the Tribes RFP, or declare that there are no
exceptions taken
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >