Proposal for Branded Products for Public Relations-Outreach.pdf

Agency: Navajo Nation
State: Arizona
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD16912614366590375
Posted Date: Mar 28, 2024
Due Date: Apr 16, 2024
Source: Members Only

Navajo Nation Department of Emergency Medical Service
BID No. 24-03-3290LE

Attachment Preview

.REQUEST FOR PROPOSALS
BID NO. 24-03-3290LE
PROPOSAL DUE DATE
DESCRIPTION
CONTACT PERSON
RETURN ALL RESPONSES TO
DELIVER TO (PHYSICAL)
MAIL TO
: April 16, 2024
: Branded Products for Public Relations/Outreach
: Ms. Martina Jesus
DEPARTMENT OF EMERGENCY MEDICAL SERVICE
DIVISION OF PUBLIC SAFETY
TELEPHONE NO. (928) 871-6410
mjesus@navajo-nsn.gov
:
: THE NAVAJO NATION
PURCHASING SECTION
OFFICE OF THE CONTROLLER
1st Floor, Administration Building #1
WINDOW ROCK, ARIZONA 86515
ATTN: Ms. Lorita Etsitty, Buyer
TELEPHONE NO. (928) 871-6316
*NOTE: THE BID NUMBER AND THE VENDOR MUST BE
INDICATED ON THE OUTSIDE OF THE PACKAGE.
: THE NAVAJO NATION
PURCHASING SECTION
OFFICE OF THE CONTROLLER
POST OFFICE BOX 9000
WINDOW ROCK, ARIZONA 86515
ATTN: Ms. Lorita Etsitty, Buyer
TELEPHONE NO. (928) 871-6316
*NOTE: THE BID NUMBER AND THE VENDOR MUST BE
INDICATED ON THE OUTSIDE OF THE PACKAGE.
1
SECTION I
INFORMATION ONLY NO RESPONSE TO THIS SECTION IS REQUIRED
A. ISSUING OFFICE: This Request for Proposals (RFP) is issued by the Purchasing Services Department of the
Navajo Nation, P.O. Box 9000, Window Rock, Arizona 86515
B. PURPOSE: This RFP provides prospective respondents with sufficient information to enable them to prepare
and submit proposals for consideration.
C. SCOPE: This RFP contains the instructions governing the proposals to be submitted and material to be included
therein; mandatory requirements which must be met to be eligible for consideration; and other requirements to
be met by each proposal.
D. SCHEDULE OF ACTIVITIES:
DEADLINE:
1. Public Advertisement
April 4 & 11, 2024
RFPs and Advertisements (nnooc.org)
2. Prospective respondent’s inquiry deadline
(No questions accepted after this date) Inquiries
and questions will be answered at any time prior to
this date. Questions to this RFP may be verbal, in
writing or email.
April 12, 2024 at 5:00 pm
3. Due date for proposal
April 16, 2024, at 5:00 pm
4. Opening of proposals and evaluation
April 18, 2024
5. Award date for contract/PO
April 19, 2024
E. INQUIRIES: Prospective respondents may make telephone, written or email inquiries concerning this RFP to
obtain clarification of requirements. Email inquiries may be emailed to mjesus@navajo-nsn.gov. No inquiries will
be accepted after the inquiry deadline listed in Section D. Mailed inquiries are to be addressed to:
THE NAVAJO NATION
PURCHASING SERVICES DEPARTMENT
POST OFFICE BOX 9000
WINDOW ROCK, ARIZONA 86515
ATTN: Ms. Lorita Etsitty, Buyer
TELEPHONE (928) 871-6316
Note: Please mark on the outside of the envelope or subject line of email Branded Products for Public
Relations/Outreach Inquiry.
F. ADDENDUM OF SUPPLEMENT TO THIS REQUEST FOR PROPOSALS: In the event that it becomes
necessary to revise any part of this RFP, an addendum will be issued.
2
G. PROPOSALS SUBMISSION: Bidders who are mailing their proposals should allow sufficient time for mail
delivery to ensure receipt by the time specified. It is recommended they be sent by certified/priority mail with
tracking to the physical address indicated on the cover sheet of this RFP.
H. TWO (2) IDENTICAL PROPOSALS ARE REQUIRED: Delivered in a sealed envelope; also include the name
and address of the individual or firm submitting the proposal. Allow sufficient time for physical and/or mailing
delivery to addresses found on the cover page of this RFP. Email proposals will not be accepted.
I. LATE RECEIPT OF PROPOSALS: Late proposals will not be accepted. It is the responsibility of the bidder to
ensure the proposal arrives in the Purchasing Section of the Office of the Controller prior to the date and time
specified.
J. REJECTION OF PROPOSALS: The Purchasing Section reserves the right to reject any or all proposals and to
waive informalities and minor irregularities in proposals received.
K. PROPRIETARY INFORMATION: Any restriction on the use of data contained within any proposals must be
clearly stated in the proposal itself. Proprietary information submitted in response to this RFP will be handled in
accordance with applicable purchasing procedures. Each page of the proprietary material must be labeled or
identified with the word “proprietary”.
L. RESPONSE MATERIAL OWNERSHIP: All material submitted regarding this RFP shall become the property of
the Navajo Nation and will not be returned to the bidder. Responses received will be retained in the file and may
be reviewed by any person after final selection has been made, subject to Paragraph K above. The Purchasing
Section has the right to use any or all system ideas presented in reply to this RFP, subject to the limitations
outlined in paragraph K above. Disqualification or non-selection of a bidder or bid does not eliminate this right.
M. INCURRING COSTS: The Navajo Nation Purchasing Section is not liable for any cost incurred by the bidders
prior to issuance of an agreement, contract and/or purchase order.
N. ACCEPTANCE OF PROPOSAL CONTENT: The contents of the proposal of the successful bidder will become
contractual obligations if acquisition action ensues. Failure of the successful bidder to accept these obligations
in a professional service contract, purchase order, delivery order or similar acquisition instrument may result in
cancellation of the award and such bidder may be removed from future solicitations. The Navajo Nation
Purchasing Section reserves the right to pursue appropriate legal action in the above set of circumstances.
O. EVALUATION PROCEDURES AND CRITERIA:
1. General Procedures:
a. An ad hoc committee will judge the merit proposals received in accordance with the criteria defined
herein.
b. Failure of a bidder to provide any information requested in this RFP may result in disqualification of the
proposal. All proposals must be endorsed with the signature of a responsible official having the authority
to bind the offeror or to the execution of the proposal.
c. The sole objective of the ad hoc committee will be to select the bidder whose proposal is most
responsive to the Navajo Nation Purchasing Section. The specifications within this RFP represent the
3
minimum performance necessary for response. On the basis of the evaluation criteria established in this
RFP, the ad hoc committee will select and recommend the bidder who best meets this objective.
d. Evaluation Criteria: The following criteria will be used by the ad hoc committee in the selection process
for contract award. The technical proposal factors will be rated on a scale of 5-100 with weight relations
as stated below:
Technical Proposal Factors:
Possible Points:
Device Specifications
35
Offeror’s meeting the minimum specifications and
requirements as listed in Section III herein
Qualifications of Firm
25
Offeror’s qualifications, including work on similar projects,
experience of personnel
Quality, Accuracy and Completeness of the Proposal
10
The quality, accuracy, and completeness of the Offerors
proposal in response to the RFP specifications and
requirements.
Cost
30
Price offered is responsive to the RFP requirements and
Instructions, and is realistic in respect to specifications
and requirements.
TOTAL: 100
P. STANDARD CONTRACT: The Navajo Nation reserves the right to incorporate standard contract provisions
into any contract negotiations because of a proposal submitted in response to this RFP.
Q. RETURN OF PROPOSALS: The Navajo Nation has no obligation to return any proposal received in response
to this RFP.
R. ALTERNATE PROPOSALS: Alternate proposals will not be accepted and will be deemed non-responsive.
S. GOVERNING LAW: This procurement and any agreement with offerors that may result shall be governed by
the laws of the Navajo Nation. The Navajo Nation is not bound to enter into a contract under the RFP or RSQ
and may issue a subsequent RFP or RSQ for the same services. The Navajo Nation is a sovereign government
and all contracts entered into as a result of the RFP shall comply with Navajo Nation law, rules and regulations,
including the Navajo Preference in Employment Act.
4
SECTION II
PROPOSAL FORMAT AND ORGANIZATION
A. NUMBER OF PROPOSALS
Proposer shall provide two (2) identical proposals to the location specified for the submission of proposals in
Section I, Paragraph H, on or before the closing date and time for receipt of proposal. Allow sufficient time for
physical and/or mailing delivery to addresses found on the cover page of this RFP. Email proposals will not be
accepted.
B. PROPOSAL FORMAT
All proposals must be typewritten on standard 8.5 x 11 paper (larger paper is permissible for charts,
spreadsheets, etc.) and bound with tabs/dividers delineating each section, as necessary.
1. Proposal Organization
The proposal must be organized and indexed in the following format and must contain as a minimum all list
items in the sequence indicated.
a. Table of Contents
b. Letter of Transmittal
c. Cost Proposal
d. Response to the Specifications request
e. Professional References (List of similar services provided by the Offeror to tribal governments,
enterprises, preferably organizations within 75-mile radius of the Navajo Nation within the last
five (5) years)
f. Certifications/Licenses (i.e., manufacturer, Business), if any.
g. Credentials (W-9, Insurance)
h. Appendix (if needed)
Any proposal that does not adhere to these requirements may be deemed non-responsive and rejected on
that basis.
Proposers may attach other materials which they feel may improve the quality of their response. However,
the material should be included as items in the appendix.
2. Letter of Transmittal
Each proposal must be accompanied by a letter of transmittal. The letter of transmittal must:
a. Identify the submitting organization with a brief description;
b. Identify experience, capability and capacity
c. Identify the name and title of the person authorized to contractually obligate the organization;
d. Identify the name, title and telephone number of the person authorized to negotiate the contract
on behalf of the organization;
e. Identify the names, title and telephone numbers of person to be contacted for clarification;
f. Be signed by the person authorized to contractually obligate the organization; and
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 >