REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.

Similar documents
Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Cherokee Nation

Cherokee Nation

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

Required Federal Forms

Persons submitting this form should refer to the regulations referenced below for complete instructions:

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

Certifications. Form AD-1047 (1/92)

Attachment C Federal Clauses & Certifications

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

DESIGN - BUILD PROPOSAL OF

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

H. Assurances and Certifications Form

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

CBA. Procurement: General Procurement Policies

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Vendor Certifications and Representations

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

Notice to Interested Parties

Request for Qualifications RFQ #

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16

Notice to Interested Parties

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

Minnesota Department of Health Tribal Governments Grant Agreement

Contract Assurances Attachment 4. Contract Assurances

Notice to Interested Parties

Integrity Declaration Form. Instructions for Submitting an Integrity Declaration Form

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

Bids Due: March 16, 2018

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

State of Florida PUR 1001 General Instructions to Respondents

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

Recitals. Grant Agreement

For additional information contact: Casey Covington

REQUEST FOR PROPOSAL Enterprise Asset Management System

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

Detention Center Inmate Phone System for EDDY COUNTY

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Bidders shall execute the following forms and return the signed original with their proposal.

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920

CHILD CARE PROVIDER PACKET

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

Request for Proposal. RFP # Non-Profit, Sports Photography

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

Section Serious Deficiency

REQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

Town of Hooksett. ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator

Butte School District #1 Request for Proposal (RFP)

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

MANOR ISD VENDOR CERTIFICATION FORM

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 19431

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 39735

AddendumtoApplication

Addendum # 1 BL Rhodes Jordan Park Multi-Purpose Field Conversion

Notice to Interested Parties

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 28711

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT

REGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

Notice to Interested Parties

EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

NOTICE TO VENDORS CONTRACT NO IB

CERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

DRAFT: SUBJECT TO CHANGE PRIOR TO COMMISSION ACTION TEXAS TRANSPORTATION COMMISSION

CHAPTER 35: PROCUREMENT PROCEDURES; PUBLIC FUNDS

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 18677

REQUEST FOR PROPOSAL. No. FY General Services Contract for Conferences. June American Association of Motor Vehicle Administrators

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

Bid & Contract Provisions CDBG/HOME Guidebook

CLOVIS COMMUNITY COLLEGE. External Grant Evaluation Services

Transcription:

REQUEST FOR BIDS BACKGROUND CHECK SERVICES Bids Due: January 18th, 2017 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing Authority of the Cherokee Nation BID REQUEST 1

The Housing Authority of the Cherokee Nation is seeking bids from firms qualified to perform background check for the Housing Management Department. To be considered a responsive/responsible bidder, the mandatory bid response sheet must be fully completed. Bids are due no later than January 18th, 2017 at 10:00 A.M. A purchase order will be issued to the responsible vendor who provides the lowest, most responsive bid in accordance with the HACN Procurement Policy. MANDATORY SUBMITTAL INFORMATION: Bids may be mailed to the Housing Authority of the Cherokee Nation, Attn: Herman Augerhole, P.O. Box 1007, Tahlequah, OK 74465. Bids may also be faxed to the attention of Herman Augerhole at 918-458-5637 or e-mailed to herman.augerhole@hacn.org. It is the bidder s responsibility to ensure delivery of bids by January 18th, 2017 at 10:00 A.M. Bids received after the deadline will not be considered. Bid Acceptance: Bids will be accepted from Indian and Non-Indian bidders. HACN reserves the right to determine if a bid meets stated requirements, and to award a purchase order for the bid that is in the best interest of the HACN, including but not limited to the total cost and capability of the bidder. Bidders are responsible for any and all costs associated with the preparation and submission of bids. To be considered, bids must be received by the deadline; any late bids will be returned unopened. No bidder may withdraw their bid within 30 days after the due date. HACN reserves the right to reject any and all bids. Bidders can direct questions to Jerri Killer at 918-456-5482 Ext. 1155 Tribal and Indian Preference: Indian preference will be given only to bidders who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, OK. Proof of TERO certification must be included with the bid or provided within three (3) days. This contract is subject to Section 7(b) of the Indian Self-Determination and Education Assistance Act, which requires in part that to the greatest extent feasible, preference in the award of contracts and subcontracts shall be given to Indian Organizations and Indian Owned Economic Enterprises. Method of Award: After reviewing all bids received, the purchase order will be awarded to the responsible bidder whose bid is determined to be the lowest and most responsive in accordance with the HACN Procurement Policy. 2

Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: No Contracts/Purchase Orders shall be awarded to debarred, suspended, or ineligible contractors, under Executive Order 12549 (Debarment and Suspension). Contractors may be suspended, debarred, or determined ineligible by HUD regulations (24 CFR Part 24) or by other Federal agencies (e.g., Department of Labor, for violations of Labor Regulations) when necessary to protect the Housing Authority of the Cherokee Nation in its business dealings. The HACN may suspend or debar a contractor under state, local or tribal laws as applicable. The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or Indian Tribe. The bidder will also certify they have not, within a three-year period preceding this Request for Bid: Been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State anti-trust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by governmental entity with, commission of any of the offenses enumerated in this provision, or Had one or more contracts terminated for default by a Federal, State, Local or Tribal agency. The responding party shall provide immediate written notice to the HACN if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Statement of Work: The Housing Authority of the Cherokee Nation is accepting quotes for individuals and/or firms interested in providing background check services. The successful offeror(s) will be required to enter a contract with the Housing Authority of the Cherokee Nation to provide said services and begin immediately after contract signing. This will be for a one-year engagement with the option to renew annually for two additional years. The HACN may award contracts to more than one offeror. 3

**FAILURE TO SUBMIT ALL PAPERWORK BY DEADLINE WILL RESULT IN AWARD BEING REVOKED** The required documents must accompany bud submittal to be eligible: TERO Certificate Front & Back (in applicable) SCOPE OF WORK The Housing Authority of the Cherokee Nation is looking for one (1) price on a complete package of these services: Nationwide Criminal Search National Know Sex Offender Search Social Security Verification Previous Address Verification Death Master Index Checks all Alias Names for Criminal Records There are to be no package add-ons, no additional fees or expenses, including but not limited to state fees, court assess fees, county fees and registry fees. Additionally, there is to be no activation fee. Turnaround time to be 24-48 hours for background check request. Requests are preferred to be sent online. 4

MANDATORY BID RESPONSE FORM Price for complete package: $ 275 estimated average searches per month. NOTE TO BIDDERS REGARDING INDIAN PREFERENCE: (Check One) TERO Certified Contractor: Yes No (Proof of certification, both sides must accompany all bids) SUBMITTED: Supplier Name Supplier Address Authorized Signature Phone Number 5