Proposal for Chinle Outpatient Treatment Center Plumbing, Supply and Waste Waterline Project.pdf

Agency: Navajo Nation
State: Arizona
Level of Government: State & Local
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
  • C - Architect and Engineering Services - Construction
Opps ID: NBD16912640958620794
Posted Date: Jan 8, 2024
Due Date: Feb 29, 2024
Solicitation No: RE-BID No.??23-10-3149LE
Source: Members Only

Navajo Nation Division of Behavioral and Mental Health Services
RE-BID No. 23-10-3149LE

Attachment Preview

REQUEST FOR PROPOSAL
Bid Number: 23-10-3149LE Re-Bid
Date: January 08, 2024
Project Title: Navajo Nation Division of Behavioral and Mental Health Services Chinle Outpatient
Treatment Center Plumbing, Supply and Waste Waterline Project Re-Bid
Project Schedule:
Advertisement of RFP
01/09/2024 01/26/2024
Onsite Pre-Bid Meeting
01/30/2024 @ 10:00 am
Location: Chinle Outpatient Treatment Center
For directions please call (928) 674-2190
Requests for Information Due Date 02/15/2024 @ 5:00 pm
Bid Due Date
02/29/2024 @ 5:00 pm
Proposal:
All interested parties are invited to review and respond to this Request for Proposal at their discretion. All
questions pertaining to the contents of this RFP as a respondent can contact via email Michael Salabiye,
Planner DBMHS/DOH at msalabiye@navajo-nsn.gov
All parties responding to this bid are instructed to submit or send four (4) proposals (1 original and 3
copy) to the following address:
The Navajo Nation
Division of Finance Purchasing
Attention: Loretta Etsitty, Buyer
Administration Building #1
Window Rock Blvd
Window Rock, Arizona
Responses to this bid shall be sent in a sealed envelope, including a return address, and clearly marked
on the outside of the envelope; the following:
BID #23-10-3149LE RE-BID NNDBMHS
CHINLE OUTPATIENT TREATMENT CENTER
PLUMBING, SUPPLY AND WASTE WATER LINE PROJECT
DO NOT OPEN-BID PROPOSAL
NOBOA Priority Status (Priority One; Priority Two or Non-Priority Status)
1
GENERAL INFORMATION AND GUIDELINES FOR THIS RFP
I.
DESCRIPTION OF THE ORGANIZATION
II. The Navajo Nation Division of Behavioral and Mental Health Services (DBMHS) is a federally
funded program providing outpatient and inpatient counseling services throughout the
Navajo Nation.
III. SCOPE OF THE CONTRACT
The Navajo Nation intends to enter into a professional services contract with one (1)
responsible, qualified, and independent Contractor to complete all work as described in the
attached scope of work.
IV. RESPONDENT REQUIREMENTS
All respondents must have the capabilities listed herein, including sufficient detailed
information with regard to experience and expertise in meeting the following requirements:
1. A legitimate and credible vendor with a minimum of five (5) years’ experience and
history with providing the described services.
2. The Navajo Business Opportunity Act 5 NNC § 201, 205 will apply.
3. All workmanship and materials shall comply with applicable Safety Codes.
4. As built drawings of all completed work.
V. SCOPE OF WORK (See Attached)
VI. REQUIREMENTS
The respondent will furnish all requested information as specified in the RFP, (Section VI.
Proposal Content and required Information).
VII. PROPOSAL CONTENT AND REQUIRED INFORMATION
Please utilize the outline described below with four (4) copies.
1. Organizational letter expressing your interest and a brief description of your proposed
services. Do not reveal or refer to the cost in this letter.
2. Organization qualifications and project experience. Include references, include project
site(s), and site contact information.
3. Scope of Work
4. Product Specifications including cut sheets.
5. Design (detailed plan depicting layout).
6. Schedule
7. Copies of licenses, certifications, (NBOH Priority Status), insurance certificates, and
other relevant documents.
8. Sub-contractor Information, if applicable
a. Subcontractor work should not exceed 40% of entire project
9. Costs to be submitted in a separate sealed envelope. (Detailed breakdown of costs:
Material, Labor, and other applicable costs; 6% Navajo Nation Sales Tax.
10. Compliance: Any proposal that does not adhere to this format and does not address
each specification, requirement, or scope of work as outlined, may be deemed non-
responsive and rejected on that basis.
2
VIII. EVALUATION PROCESS (pre-qualifying process)
1. Evaluation Criteria
a. Qualifications, credentials, and minimum five (5) yearswork experience. This
includes the capabilities to provide all requested services. (20 points)
b. Quality of products, ability to install, and warranty services. (30 points)
c. Project Schedule. (20 points)
d. Cost (separate sealed envelope). (30 points)
2. Applicable Federal Requirements (25 CFR 900, OMB Circulars A-87, GSA qualified
vendor, Davis Bacon wage rates, etc.).
3. The Navajo Nation Division of Behavioral and Mental Health Services reserve the right to
interview respondents if deemed necessary due to tied scores or other legitimate
matters.
a. This may entail a presentation from the respondent for clarification and/or
details on products or other requirements. The presentation will be scheduled
to be presented in Chinle, AZ (if necessary). It is DBMHS’s intention to award
one (1) vendor to provide all services as specified.
IX. TYPE OF CONTRACT
The Navajo Nation will utilize a standard Professional Services Contract for the procurement
of goods and services for this project.
X. PERIOD OF PERFORMANCE
The period of performance will be determined and negotiated based on the schedule
proposed by the respondent and the contract implementation date.
XI. TECHNICAL DIRECTION
The Navajo Nation DBMHS point of contact Michael Salabiye, Planner for inquiries related to
the project and other matters. Questions and responses will be shared with all respondents.
Mr. Salabiye’s email address is msalabiye@navajo-nsn.gov
XII. PAYMENT AND SUBMISSION OF INVOICES
The Navajo Nation Professional Services Contract will describe this section.
XIII. RIGHTS
The Navajo Nation reserves the right to reject any and all proposals, in whole or in part
based on the requirements set forth in this RFP.
XIV. AGREEMENT TERMS AND CONDITIONS
The Navajo Nation is not bound to enter a contract under the RFP and may issue a
subsequent RFP for the same services, and
The Navajo Nation is a sovereign government and all contracts entered into as a result for the
RFP shall comply with the Navajo Nation law, rules and regulations, including the Navajo
Preference in Employment Act, and applicable federal law, rules, and regulations. This
procurement and any RFP with respondents that may result shall be governed by the laws of
the Navajo Nation and applicable federal law. Nothing herein shall be constructed as a waiver
of the Navajo Nation’s sovereign immunity. In addition, the Navajo Nation Business
Opportunity Act will apply to the RFP.
3
The Navajo Nation Professional Services Contract will provide all other legal and contractual
obligations, terms, and requirements of this project.
XV. OTHER
SCOPE OF WORK
Navajo Division of Behavioral and Mental Health Services
Chinle Outpatient Treatment Center
23-10-3149LE Re-Bid
The Navajo Nation Division of Behavioral and Mental Health Services Chinle Outpatient Treatment Center
needs plumbing fixtures, supply lines, waste water lines and grease trap Inspection, repair or replacement
project.
Northeast Unit
Rooms 7, 10, 12 and 14:
Replace (As described in construction drawings P-5) “or better”
WC-3 Water Closet (Tank, Floor Mounted)
Fixture: Kohler Model No. K3458, Floor Mount, Water Saver, Elongated Bowl, Siphon Jet Action. Vitreous
China, 1.6 GPF. Provide bolt caps
Seat: Church model No. 9500C, Open front, Less cover.
Supplies: McGuire Model No. 2166 CC-LK, ½” x 3/8” Angle Stop with loose key and tube riser.
Laundry Rooms
Rooms 16 & 32:
Replace existing stem faucets with similar or better including connections.
Kitchen
Room 17 (Kitchen)
Replace 1 wall mounted kitchen faucet with connections, (1 was replaced).
Replace 1-1/2” P-Traps.
Room 18 (Dishwasher Area)
Replace 2 wall mounted kitchen faucets with connections, (1 was replaced).
Replace 2” P-Traps.
Room 21 (Dining Room)
Replace Sink Faucet w 12” swing spout (8” center).
Replace Faucet connections 3/8” C x ½” FIP x 24”
Replace P-Trap 1-1/4” D Brass P-Trap Wall Connection.
Central Nurse’s Station
Room 28 (ADA Restroom)
Replace (As described in construction drawings P-5) “or better”
WC-4 Water Closet (ADA, Tank, Floor Mounted)
Fixture: Kohler Model No. K3544, Floor Mounted, Vitreous China, Siphon Jet Action, Elongated Bowl, 1.6
GPF. Provide bolt caps.
Seat: Church Model No. 9500C, Open front, Less Cover.
Supply: McGuire No. 2166 CC-LK, ½” x 3/8” Angle Stop with Loose Key and Tube Riser.
Replace P-Trap 1-1/4” D Brass P-Trap Wall Connection.
4
Replace Faucet connections 3/8” C x ½” FIP x 24”
Southwest Unit
Rooms 36, 38, 40, 43 and 45:
Replace (As described in construction drawings P-5) “or better”
WC-3 Water Closet (Tank, Floor Mounted)
Fixture: Kohler Model No. K3458, Floor Mount, Water Saver, Elongated Bowl, Siphon Jet Action. Vitreous
China, 1.6 GPF. Provide bolt caps
Seat: Church model No. 9500C, Open front, Less cover.
Supplies: McGuire Model No. 2166 CC-LK, ½” x 3/8” Angle Stop with loose key and tube riser.
Southeast Wing (Administration)
Room 54 (Staff Breakroom)
Replace Sink Faucet w 12” swing spout (8” center).
Replace Faucet connections 3/8” C x ½” FIP x 24”
Replace P-Trap 1-1/4” D Brass P-Trap Wall Connection.
Room 55 & 56 (Staff Breakroom Men’s & Women’s Toilet)
Replace (As described in construction drawings P-5) “or better”
WC-3 Water Closet (Tank, Floor Mounted)
Fixture: Kohler Model No. K3458, Floor Mount, Water Saver, Elongated Bowl, Siphon Jet Action. Vitreous
China, 1.6 GPF. Provide bolt caps
Seat: Church model No. 9500C, Open front, Less cover.
Supplies: McGuire Model No. 2166 CC-LK, ½” x 3/8” Angle Stop with loose key and tube riser.
Replace Bathroom Faucets
Replace Supply Lines 3/8” C x ½” FIP x 24”
Replace P-Trap 1-1/4” D Brass P-Trap Wall Connection.
Room 66 (Men’s Restroom)
Replace (As described in construction drawings P-5) “or better”
WC-2 Water Closet (ADA, FV, Floor Mounted)
Fixture: Kohler Model No. K4368, Floor Mounted, Vitreous China, Siphon Jet Action, Elongated Bowl, 1.6
GPF. Provide bolt caps
Flush Valve: Sloan Model Royal 111. Provide with Check/Stop, Vacuum Breaker and ADA Handle.
Seat: Church model No. 9500C, Open front, Less cover.
Replace (As described in construction drawings P-5) “or better”
UR-1 Urinal (ADA)
Fixture: Kohler Model No. K5016-T, Wall Hung, 1.0 GPF, Vitreous China, Siphon Jet Action with Flushing
Rim, Provide Wall Hangers, Mount to Architectural Elevation Detail “Or Better”.
Replace Sink Faucets and Connections.
Replace P-Trap 1-1/4” D Brass P-Trap Wall Connection.
Room 67 (Women’s Restroom)
Replace (As described in construction drawings P-5) “or better”
WC-2 Water Closet (ADA, FV, Floor Mounted)
Fixture: Kohler Model No. K4368, Floor Mounted, Vitreous China, Siphon Jet Action, Elongated Bowl, 1.6
GPF. Provide bolt caps
Flush Valve: Sloan Model Royal 111. Provide with Check/Stop, Vacuum Breaker and ADA Handle.
Seat: Church model No. 9500C, Open front, Less cover.
Replace Sink Faucets and Connections.
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 >