Cherokee Nation

Similar documents
Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

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

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

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

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

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

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

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

DESIGN - BUILD PROPOSAL OF

Required Federal Forms

Attachment C Federal Clauses & Certifications

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

CBA. Procurement: General Procurement Policies

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

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

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

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

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

Certifications. Form AD-1047 (1/92)

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

REQUEST FOR PROPOSAL Enterprise Asset Management System

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

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

State of Florida PUR 1001 General Instructions to Respondents

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

Notice to Interested Parties

Notice to Interested Parties

Request for Qualifications RFQ #

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

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

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

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

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

Minnesota Department of Health Tribal Governments Grant Agreement

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

REQUEST FOR PROPOSAL Police Department Roof System Renovation

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

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

Tulsa Community College

Notice to Interested Parties

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

Vendor Certifications and Representations

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Recitals. Grant Agreement

INVITATION FOR BID Annual Water Meter Purchase

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

INVITATION FOR BID Bid #1012 Ambulance Graphics

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

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

CHAPTER 35: PROCUREMENT PROCEDURES; PUBLIC FUNDS

H. Assurances and Certifications Form

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

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

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

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

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

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

TOWN OF BELVILLE PHASE II - DEBRIS REMOVAL CONTRACT PART I INSTRUCTIONS TO BIDDERS

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

Instructions to Bidders Page 1 of 8

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Bids Due: March 16, 2018

Notice to Interested Parties

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

Integrity Declaration Form. Instructions for Submitting an Integrity Declaration Form

ATTENTION ALL BIDDERS

TERMS AND CONDITIONS OF THE INVITATION TO BID

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

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

Civil Engineering Services Overflow Parking Lot

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

SOLICITATION OVERVIEW

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

Sunnyside Valley Irrigation District

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

REQUEST FOR BID # TIRE DISPOSAL SERVICES

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

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

SECTION INSTRUCTIONS TO BIDDERS

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

RETRO REFLECTIVE GLASS BEADS

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

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

INSTRUCTIONS TO BIDDERS Medical Center

1. Contract Documents: This Contract consists of the Grant Contract and its attachments, all of which are identified by name as follows:

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

Contract Assurances Attachment 4. Contract Assurances

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

Transcription:

Cherokee Nation www.cherokee.org REQUEST FOR SEALED BIDS CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS Bid Due Date: February 13, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1

CHEROKEE NATION REQUEST FOR SEALED BIDS CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS The Cherokee Nation is accepting sealed bids from interested parties for cafeteria foods and miscellaneous paper goods. The specifications are included in this bid packet. The purchase order will be from date of award notification through the end of the fiscal year for Cherokee Nation - TLJC, November 30, 2018, with the option to extend through November 30, 2020. Interested parties are to provide a sealed bid to furnish product equal to or better than the specifications provided. Interested bidders must follow all directions outlined in this bid packet including the utilization of mandatory bid response sheet to be considered fully responsive. The lowest most responsive, responsible bid will be the determining factor in awarding this bid taking Indian Preference into consideration in accordance with Cherokee Nation Acquisition Management Policy & Procedures. The successful bidder will be issued a purchase order incorporating the bid response. Sealed Bids are due February 13, 2018 by 3:00 p.m. The Cherokee Nation invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the NATION at the Acquisition Management Department until February 13, 2018 at 3:00 p.m. The envelopes containing the bids must be sealed, addressed to Cherokee Nation, Attn: Maranda Jessie, Acquisition Management Department, P.O. Box 948, Tahlequah, Oklahoma, 74465. Bids may also be hand delivered to Cherokee Nation Acquisition Management, Attn: Maranda Jessie, 17665 S. Muskogee Avenue, Tahlequah, Oklahoma 74464. BIDS MUST BE RECEIVED ON OR BEFORE FEBRUARY 13, 2018 AT 3:00 P.M. TO BE CONSIDERED. BIDS MUST BE SEALED AND CLEARLY MARKED SEALED BID, DO NOT OPEN, SOLICATION: CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS. A PUBLIC BID OPENING WILL BE HELD ON FEBRUARY 13, 2018 AT 3:00 P.M. IN THE FINANCIAL RESOURCES CONFERENCE ROOM LOCATED IN THE FINANCIAL RESOURCES BUILDING, 17665 S MUSKOKEE, TAHLEQUAH, OKLAHOMA. Interpretation of the Bid Documents: All questions or requests for interpretation of the bid must be submitted in written format to Cherokee Nation Acquisition Management. Requests maybe e-mailed to maranda-jessie@cherokee.org. Requests may also be faxed to (918) 458-4493 or (918) 458-7695, Attention: Maranda Jessie. 2

a) To be given consideration, questions and interpretation requests must be received no later than February 2, 2018 by 5:00 p.m. b) Any and all such answers and interpretations and any supplemental instructions will be in the form of written addenda to the bid which, if issued, will be communicated in written format to all prospective bidders not later via a posting on the NATION S website, www.cherokeebids.org with bid announcement. Due date for interpretations for this bid shall be February 6, 2018 by 5:00 p.m. c) No answers or interpretation of the bid documents will be made to any bidder orally. d) Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. Bid Acceptance: Bids will be accepted from Indian and Non-Indian bidders. Cherokee Nation reserves the right to reject any and all bids. Cherokee Nation 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 Cherokee Nation 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 specified date and time; any bid received after stipulated date and time will be returned unopened. No bidder may withdraw their bid within 30 days after proposal due date. TERO Certification: 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, Oklahoma, telephone number (918) 453-5000. Proof of TERO certification must accompany and be included in bid submittal. Conflict of Interest and Restrictions: If any contractor, contractor s employee, subcontractor, or any individual working on the proposed contract may have a possible conflict of interest that may affect the objectivity, analysis, and/or performance of the contract, it shall be declared in writing and submitted to Cherokee Acquisition Management (Attn: Maranda Jessie) no later than February 2, 2018 by 5:00 p.m. The NATION will determine in writing if the conflict is significant and material and if so, may eliminate the contractor from submitting a proposal. Verbal Instructions: Interested parties shall not initiate or execute any negotiation, decision, or action arising from any verbal discussion with any Cherokee Nation employee. Only written communications from the designated Contact Person at Cherokee Nation may be considered a duly authorized expression on behalf of the NATION regarding this RFP. Additionally, only written communications from interested parties are recognized as duly authorized expressions on behalf of the vendor. The same instructions shall apply to any subsequent award and agreement communications. 3

Qualifications of Bidder: The NATION may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the NATION all such information and data for this purpose as the NATION may request. The NATION reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the NATION such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. Method of Award Lowest Bid That Contains Lowest Most Responsive/Reasonable Offer From Qualified Bidder: After consideration of price and other factors, the purchase order will be awarded to the bidder whose bid is determined to be the lowest most responsive/reasonable offer taking Indian Preference into consideration and in the best interest of the Nation to accept. Award shall be to the lowest, most responsive/reasonable bid in accordance with Cherokee Nation Acquisition Management Policy and Procedures. Indian/TERO Preference will be given only to bidders who provide proof of current TERO certification from the Cherokee Nation Tribal Employments Office (TERO) in accordance with current Cherokee Nation Policy. Proof of TERO certification must accompany and be included in sealed bid submittal. Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: 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 Proposal, 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 antitrust 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 a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, 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 Cherokee Nation 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. General Information: Cherokee Nation reserves the right to waive any informalities or to reject any and all bids. Award of purchase order will be to the lowest most responsible responsive bidder and will be subject to availability of funds. All sums due to any suppliers utilized by successful bidders must be paid or will be paid within ten (10) days of receipt of any money received from the Cherokee Nation under any purchase order. Indian preference will be given to Contractors certified as an Indian-Owned firm by the Cherokee Nation Tribal Employment Rights Office (T.E.R.O.). Proof of certification 4

must accompany all bids. No bidder may withdraw their bid within thirty (30) days after bid opening date. A prospective contractor seeking to receive Indian Preference under this contract must be certified as an Indian-owned firm by the Cherokee Nation Tribal Employment Rights Office (TERO) and submit proof of that certification with their bid. 5

MANDATORY BID RESPONSE SHEET CAFETERIA FOODS & MISCELLANEOUS PAPER GOODS Product Description Other Frozen & Refrigerated Foods Dry Groceries & Condiments Canned Foods fruits & vegetable Paper Goods chemicals & supplies TOTAL GRAND TOTAL BID $ LEAD TIME ARO: ALL SPECIFICATIONS ARE FULLY MET: YES NO **Cherokee Nation will consider bids for product equal to or better. If not bidding exact product, complete details and specifications for product must be submitted with bid.** NOTE TO BIDDERS REGARDING INDIAN PREFERENCE: TERO Certified Contractor: Yes No (Proof of certification must accompany all bids) SUBMITTED: Company Name Company Address Authorized Signature Print Name & Title 6

Product Specifications and Requirements Provided by: TLJC Food Service Staff PLEASE REFER TO FOOD MATRIX FOR SPECIFICATIONS ATTACHED. BIDDER MUST INDICATE IN BID MATRIX IF PRODUCT BEING BID IS DIFFERENT FROM PRODUCT SPECIFICATIONS (DIFFERENT BRAND AND/OR CASE COUNT) AS NOTED ON THE BID MATRIX. BIDDER MUST MAKE EVERY EFFORT TO BID PRODUCT/BRAND SPECIFIED IN MATRIX REGARDLESS OF LOWEST COST. BIDDER MUST PROVIDE DETAILED NARRATIVE OF INVOICING/CREDIT MEMO/PAYMENT APPLICATION PROCESS OF THEIR COMPANY ALONG WITH THE BID MATRIX. TLJC FOODSERVICE STAFF RESERVES THE RIGHT TO PROCURE FOOD ITEMS OUTSIDE OF FOOD BID MATRIX AFTER SUCCESSFUL BID SELECTION AS LONG AS COSTS ARE REASONABLE IN NATURE. 7