Proposal for Turn-Key Leased Modular, Land and Utility Establishment ADDENDUM #1

Agency: Navajo Nation
State: Arizona
Level of Government: State & Local
Category:
  • 54 - Prefabricated Structures and Scaffolding
  • Q - Medical Services
Opps ID: NBD16912646983488390
Posted Date: Jan 24, 2024
Due Date: Feb 6, 2024
Solicitation No: BID No.?24-01-3204GC
Source: Members Only

Navajo Nation Division Public Safety
BID No. 24-01-3204GC ADDENDUM #1

Attachment Preview

MEMORANDUM
TO
:
ALL BIDDERS
FROM
:
________________________
Dwayne Hogue, Police Sergeant
Auxiliary Services, Navajo Police Department
DATE
:
January 22, 2024
SUBJECT :
RFP No. 24-01-3204GC
Notice is hereby given with Addendum one (1) to Request for Proposal RFP# 24-01-3204GC
Turn-key Modular, Land and Utility Establishment with new due date to posting of the RFP.
There are new due dates for the different elements in the schedule.
1. RFP SCHEDULE DEADLINE:
ORGINIAL DATES: Deadline:
Evaluation:
Notice of award:
Award of contract:
January 29, 2024
January 29- February 2, 2024
February 2, 2024
April 2, 2024
NEW SCHEDULE DATES:
Deadline:
Evaluation:
Notice of award:
Award of contract:
February 6, 2024
February 7-9, 2024
February 12, 2024
April 9, 2024
All other RFP requirements and proposal format remain unchanged.
If you have any questions, I can be reached at (928) 637-5826 or dhogue@navajo-nsn.gov. Thank
you.
Navajo Police Department - Headquarters
Post Office Box 3360, Window Rock (Navajo Nation), Arizona 86504
Office of the Chief of Police: 928-729-4513
REQUEST FOR PROPOSAL NAVAJO
DIVISION OF PUBLIC SAFETY
TURN-KEY LEASED MODULAR, LAND AND UTILITY ESTABLISHMENT
BID NUMBER: 24-01-3204GC
1. PURPOSE OF REQUEST
The Navajo Nation through its agent, the Navajo Division of Public Safety (Navajo Nation,
Nation, NDPS used interchangeably throughout), seeks proposals from qualified vendors
to lease two (2) turnkey modular office trailers to serve as Public Safety Answering Point
(PSAP) buildings. This bid will be turnkey and shall include proposals for land preparation
and utilities services establishment. Perspective bidders may choose to bid on all or a
portion of the RFP. PSAP buildings will be at two separate locations, one site in Kayenta,
Arizona and the other site in Yah-ta-hey, New Mexico.
2. TIME SCHEDULE
The NDPS intends to follow this process and timetable, resulting in the
selection of a vendor. At the NDPS’s discretion, it may change the estimated
dates and the process set forth below as it deems necessary including but
not limited to interviews.
RFP Issued
January 12, 2024
Site Visits and Pre-Proposer Meeting- January 18, 2024 – Kayenta, AZ 10am-
Contact Sandra Davison to register
12pm
January 18, 2024 – Ya-Ta-Hey, NM 3pm-
5pm
Deadline for Submittal of Proposal by January 29, 2024
5:00PM(MST)
Evaluation and intent to select
January 29 - February 2, 2024
proposal
Notice of conditional selection and
February 2, 2024
initiate award process (tentative date)
Award of contract by the Navajo
April 2, 2024
Nation (tentative date)
3. GENERAL INSTRUCTIONS FOR PROPOSERS
a. The Purchasing Service Department of the Navajo Nation
Office of the Controller receives all proposals on behalf of the
NDPS.
Delivery:
Grace Coan, Buyer
Purchasing Service Department
Admin Building One
Window Rock Boulevard Window
Rock, AZ 86515
Mailing:
Grace Coan, Buyer
Purchasing Service
Department Post Office
Box 3150
Window Rock, AZ 86515
b. Any questions or inquiries regarding this solicitation should be directed to
Sandra Davison,MTM Solutions
sandra@mtmsolutions.org
Keri Schrock, MTM Solutions
keri@mtmsolutions.org
c. On the exterior of the delivery method, the proposer must ensure their
business name is clearly visible. If asserting Priority status, the proposer shall
visibly mark their status, ranking and certification number on the exterior of
the delivery method. All proposals shall clearly mark the following on the
packet: “TURN-KEY LEASED MODULAR, LAND AND UTILITY ESTABLISHMENT
24-01-3204GC.”
ci. Proposals must be received by 5:00PM Mountain on January 29, 2024.
Proposals will not be accepted after this deadline. Three (3) copies of the
proposal plus one USB of the completed proposal must be enclosed in the
sealed delivery method. No facsimile, electronic or telephone proposals will
be accepted.
cii. Proposals should be prepared simply and economically, providing a
straightforward, concise description of the provider's capabilities to satisfy the
requirements of the request. Special bindings, colored displays, glossy paper,
promotional materials, etc. are not desired. Emphasis should be on
completeness and clarity of content.
4. Contents of Proposal Submittal
a. A signed proposal by the representative who has the authority to sign.
b. A completed W-9 Form (See Form at RFP - Exhibit B)
c. A completed Navajo Nation Certification Regarding Debarment
and Suspension Form (See Form at RFP - Exhibit C).
d. Describe systems and mechanisms that would be established to
ensure timeliness of response to staff and good communication for
status reporting during and following the project.
e. For Navajo Nation tax purposes, identify the business home base
of where services will be provided from.
f. Company name, address, direct contact information of the primary
and secondary representatives, and years of experience providing
the scope of services described in RFP – Exhibit A. Please also
provide the Proposer's principal signer(s)’ experience providing the
scope of services described in RFP – Exhibit A. For each category
please quantify the anticipated percentage of time the persons
identified here will contribute to the overall Project. Experience
serving tribal governmental entities on projects that are similar to
the Project as described in RFP – Exhibit A is preferred and will be
given greater weight.
g. List three references that NDPS may contact that have received
similar services as outlined in the scope of service and can
provide a positive reference to successful completion of work
and services rendered. Please provide the name, title,
program, email, and phone number, for each reference. Tribal
governmental entity references are preferred and will be given
greater weight.
h. Proposers must identify their experience with previous projects in
similar circumstances and geographic areas as outlined in the scope
of service. Relevant tribal governmental entity experience is
preferred and will be given greater weight.
i. Proposers must identify any projects performed for the Navajo
Nation specific to the identified scope of work in RFP – Exhibit A
j. Describe the experience, education, licensures, and certifications of
key staff of the proposed team that will achieve the Project
objectives. Ensure the proposal packet includes proof/substantiation
verifying experience, education, licensures and certifications. Please
outline each key team member’s areas of specialization and
expertise, as well as their expected role in this Project. Please
quantify the anticipated percentage of time each key team member
will contribute to the overall Project. The Proposer should clearly
establish how the qualifications of the key team members will allow
Navajo Nation to achieve the desired outcomes in an efficient and
economic manner. NDPS reserves the right to do its own due
diligence in verifying the information provided. Experience serving
tribal governmental entities is preferred and will be given greater
weight.
k. Describe the method and process for quality assurance and control
measures to be used to ensure the desired outcomes of the Navajo
Nation are achieved. Proposers must establish that they will meet
the Project completion date identified in RFP – Exhibit A and will
make every effort to identify and successfully complete critical path
items as well as plan ahead for and mitigate supply chain and other
delays, notwithstanding Force Majeure events.
l. The proposer must submit a statement indicating they accept the
terms of the supplied Contract (See Form RFP - Exhibit D). If they do
not, the proposer must submit their exceptions to the terms of the
sample contract with the proposal. A proposal in which the
proposer attempts to impose conditions that would modify the
requirements of the solicitation or limit the proposer's liability to
the Navajo Nation shall be rejected as non-responsive.
5. SELECTION CRITERIA
a. The goal of Bid Evaluation is to select a responsible vendor that is
the most responsive and best serves the needs of the Navajo Nation
which include adherence to the Navajo Nation Business
Opportunity Act, the Navajo Nation Preference in Employment Act,
other applicable laws of the Navajo Nation and providing the
Procuring Party with a reasonable price that is equal to or below
the Maximum Feasible Cost for the Services requested with such
Services completed by the specified milestone and end dates. The
lowest cost alone may not always best serve the needs of the
Navajo Nation.
b. The NDPS shall use the criteria outlined in RFP - Exhibit E in its
evaluation and comparison of proposals submitted. The order in
which they appear is not intended to indicate their relative
importance.
c. The criteria reflect the terms and conditions of the RFP and the Scope
of Service. Criteria are not written verbatim but are summaries of the
full text found in the terms and conditions of the RFP and the Scope
of Service.
6. SCOPE OF SERVICE
The scope of work to be covered is attached herein as RFP - Exhibit A.
7. TERMS AND CONDITIONS
a. The liability of the Navajo Nation under a contract formed from
this solicitation is contingent upon the availability of funds.
Pursuant to 2 N.N.C. §223(B), all contracts shall have sufficient
funds available to perform the services under this Contract.
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 >