Proposal for Multi-Year Professional Rodeo Livestock Contracting and Rodeo Production, (Treaty Day Celebration).pdf

Agency: Navajo Nation
State: Arizona
Level of Government: State & Local
Category:
  • 10 - Weapons
Opps ID: NBD16912727909237867
Posted Date: Dec 27, 2023
Due Date: Jan 12, 2024
Source: Members Only

Attachment Preview

Department of Agriculture
NAVAJO NATION DIVISION OF NATURAL RESOURCES
REQUEST FOR PROPOSALS
BID NO. 23-12-3194SB
MULTI-YEAR PROFESSIONAL RODEO LIVESTOCK
CONTRACTING AND RODEO PRODUCTION
(Treaty Day Celebration - 2024, 2025, and 2026)
RECEIPT OF PROPOSALS:
The Navajo Nation (Owner), acting through the Navajo Nation Department of Agriculture (NNDA)
will accept sealed proposals from all qualified and business entities, Navajo owned and non-
Navajo owned businesses, for Multi-Year Professional Rodeo Livestock and Production Services.
The service consists of providing Professional Rodeo Livestock Contracting and Rodeo
Production Services for the 2024, 2025, and 2026 Navajo Nation Treaty Day Celebration and
PRCA Rodeo in Window Rock, AZ. The Fixed Cost items of work include personnel, contract
help, rodeo entertainment, announcers, video, sound, and livestock required to perform a three
(3) day PRCA Rodeo production with one (1) slack per year. Proposals can be mailed or hand
carried to the NNDA office until 5:00 P.M. (MST) on January 12, 2024.
ALL PARTIES RESPONDING TO THIS BID NO. 23-12-3194SB ARE INSTRUCTED TO
SUBMIT A SEALED BID PACKAGE TO THE FOLLOWING ADDRESS:
- ORIGINAL SEALED PROPOSALS CLEARLY MARKED -
“PROPOSAL FOR NAVAJO NATION TREATY DAY CELEBRATION: PROFESSIONAL
RODEO LIVESTOCK CONTRACTING AND RODEO PRODUCTION SERVICES – DO NOT
OPEN”
Deliver to: NAVAJO NATION DEPARTMENT OF AGRICULTURE
121 D FAIRGROUNDS HWY 264
WINDOW ROCK, ARIZONA 86515
OR Mail to:
NAVAJO NATION DEPARTMENT OF AGRICULTURE
PO BOX 4889
WINDOW ROCK, ARIZONA 86515
1
Contact Person:
Kyron Hardy, Public Information Officer
e-mail: kyron.hardy@navajo-nsn.gov
phone: (928) 871-6605
Questions regarding this procurement will be accepted until January 12, 2024. Any attempt by a
Bidder to contact a member of the Department of Agriculture staff outside the RFP Process, in
an attempt to gain knowledge or an advantage, may result in disqualification of Bidder.
The Navajo Nation reserves the right to waive any informalities or irregularities in this RFP; or
reject any or all proposals, whenever such rejection is deemed in the best interest of the Navajo
Nation.
PROPOSALS:
A. At minimum, a Proposal shall include:
Name, address, telephone, and fax numbers of the Proposer;
Date of Submission;
Brief history of the Proposer, including general background of the business
financial and other resources, and experience in professional rodeo livestock
contracting, rodeo production services;
The Proposer’s Statement of Qualifications;
Subcontractor’s Listing;
Signature of an Official Authorized to Obligate the Proposer;
List of Number of Livestock (horses, bulls, roping steers and calves) to be used to
successfully complete the production services;
Cost Proposal (Separate Sealed Envelope);
Commercial Liability, Worker’s Compensation, Auto Insurance; and
Proof of Navajo Preference, if any.
B. Qualifications of the individuals proposed on the Contract on any standard Federal. State
form or similarly formatted information and must be submitted for all proposed joint
ventures, or partnerships.
C. A Cost Proposal will include a Fixed Cost Item. Submit the Fixed Costs in a separate
sealed envelope within the main Proposal package, marked “Cost Proposal”
D. All proposals received by the deadline will be accepted for evaluation. There will be no
formal public opening of Proposals. Proposals received after the established deadline will
not be considered and will remain sealed. The Proposer may use any suitable format for
the Proposal and no minimum number of pages for the Proposal is set.
AWARD OF THE CONTRACT:
A. Selection Process
The selection process will be a two-step process: 1) Proposal Evaluation; and 2) Price
Negotiations. A Proposal Evaluation Team will evaluate proposals for professional
competence of the proposers to perform the rodeo livestock and rodeo production services
as well as for completeness of the proposals. The NNDA will use a point-system for this
purpose.
2
1. Evaluation: Factors for evaluation will be the following;
a) Proposer’s qualifications, including but not limited to, relevant experience
and specialized competence in professional rodeo livestock contracting
and rodeo production and related services showing examples of similar
professional rodeo livestock contracting/rodeo production work,
qualification and references for past Professional Rodeo Livestock and
Rodeo Productions.
b) Capability to provide quality and quantity of livestock. This shall be
demonstrated by completeness of the Proposal for the professional rodeo
livestock contracting, rodeo production and responsiveness to the
Request for Proposal (RFP) in all respects, familiarity with the Navajo
Nation and knowledge of the unique issues associated with the annual
Navajo Nation Treaty Day Celebration activities and events.
c) Quality of rough and timed event stock, more particularly has livestock
been acknowledged for any prestigious professional rodeo livestock
breeder’s awards.
d) Experience of professional rodeo production personnel such as pick up
men, bullfighters, barrel men, flank men, chute boss, and laborers to
perform support services with respect to provide professional quality
services.
e) Current possession of appropriate certificates/licenses (Professional
Rodeo Association Certification, International Rodeo Association
Certification, etc.) to perform Scope of Work.
f) Assurance to comply with all applicable Navajo Nation Laws, Rules,
Regulations, as well as various stipulations, and terms and conditions for
the Multi-Year Contract.
g) Navajo Preference, if any.
2. Price Negotiation
a) Before Proposal Evaluation, the Owner will develop a Maximum Feasible
Cost (MFC). Upon completion of the Proposal Evaluation, the Proposal
Evaluation Team will enter into cost negotiations, if necessary, with the
most qualified Proposers. During the negotiation, the Scope of Work will
be explained in detail and any reasonable cost reduction measures will
be discussed. The Proposers will have a chance to revise their cost
proposals. The Owner reserves the right to waive any technicalities or
informalities in the proposals and reject any and all proposals in its best
interest. If negotiations fail to arrive at a reasonable cost, the Owner may
make any appropriate decision in the best interest of the Department,
taking into consideration such factors as time, cost, etc. Divulging the
MFC and Bid Shopping during negotiation will be strictly prohibited
by all parties involved.
b) Livestock Inspection, the Owner will conduct an on-site inspection of the
most qualified proposer before final selection, if necessary.
3
B. Consideration of Proposals
1. The Owner shall normally have no more than thirty (30) calendar days after the
receipt of the proposals to consider award of the Contract, unless this time is
extended for reason(s) beyond the Owner’s control. If no award is made within
thirty (30) calendar days or within the extended period of time, all proposals shall
be considered automatically rejected.
2. Upon Completion of proposal evaluation and successful negotiations of the
proposal, the Contract will be awarded to the most qualified and responsible
Proposer, provided the proposal is reasonable and is in the best interest of the
Owner to accept it. The Owner reserves the right to waive technicalities throughout
the proposal solicitation process. The total negotiated cost will be utilized by the
Owner in comparing proposals and selecting the successful Proposer.
C. Obligation of Proposer
1. At the time of the opening of the proposals, each Proposer will be presumed to
have inspected the service area and read and become thoroughly familiar with the
Scope of Work and service area. The failure or omission of any Proposer to
examine any form, instrument or document shall in no way relieve any Proposer
from any obligation with respect to its proposal.
2. The safety and security of the personnel making site visits will be the responsibility
of the Proposer. The Proposer is also responsible for any and all cost associated
with the preparation of the proposal document, including site visit(s).
D. Qualification
1. The Owner will consider proposals from all businesses that are qualified
businesses/professionals that meet or exceed the qualifications for the type of
service advertised. The Proposer’s past performance, organization, experience,
knowledge of professional rodeo livestock contracting and rodeo production and
related services, caliber of livestock, communication with management and ability
to perform and complete services according to their contract; and proposal cost
will be the primary elements considered by the Owner in awarding the Contract.
2. Proposer(s) shall add no qualifying provision to its proposals. No consideration will
be given to proposed qualifications.
BUSINESS ACTIVITY TAX:
The Consultant will be subject to all Navajo Nation Tax Laws. A copy of the law imposing such
tax may be obtained from the Office of the Navajo Tax Commission. All professional services
contracts are subject to 6% Navajo Nation sales tax.
4
SUB-CONTRACTING AND ASSIGNMENT:
The Proposer is specifically advised that any person, firm, or other party whom the Proposer
proposes to award a Subcontract under this Contract must be acceptable to the Owner. The
Proposer and each prospective Contractor must demonstrate compliance with the Navajo
Preference requirements contained in the Navajo Nation Business Preference Laws (NNBPL)
and the Navajo Preference Employment Act (NPEA), and other applicable Navajo Nation Laws
and Policies.
INSURANCE COVERAGE:
The Consultant shall maintain adequate insurance coverage as recommended and verified by the
Navajo Nation Risk Management Program (RMP) for the entire term of the Contract. The
insurance shall name the Navajo Nation as an additional insured prior to the commencement of
any work/services under the contract years of 2024, 2025, and 2026. Consultant shall notify the
contracting program and the RMP, within thirty (30) days of any changes in the insurance policy.
Proof of such insurance shall be attached, which is made part of the Contract. The failure to fully
comply with this provision shall render the Contract null and void.
LAWS, REGULATIONS, AND OTHER PROVISIONS:
The Proposer’s attention is directed that all applicable Laws of the Navajo Nation, the Federal
Government, and the rules and regulations of all authorities having jurisdiction over the delivery
of services shall apply to the Contract throughout, and they will be deemed to include in the
Contract the same as though herein written out in full.
The Proposer’s attention is called to the provision regarding Navajo Nation Business Opportunity
Act; Navajo Nation Business Procurement Act; Navajo Preference in Employment Act; Navajo
Business Activity Tax; and the various Navajo Nation Statutes and Regulations governing the
public health and safety, the protection of environmental, cultural resources, and various
conditions specified in the Contract documents.
END INSTRUCTIONS TO PROPOSERS
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 >