Housing Authority of the Cherokee Nation

Similar documents
Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

Cherokee Nation

Cherokee Nation

REQUEST FOR BIDS RENOVATION

Cherokee Nation

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Request for Bids Materials & Labor for Construction of All Weather Road & Cul-de-sac Subcontract

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL WIDE AREA NETWORK (WAN) COVERAGE & SUPPORT

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

Request for Qualifications Number 1470 General Construction Services

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

Gaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Spokane Tribal 477 Youth Employment Date: May 5, 2016 Time: 4:00 PM TO BE COMPLETED BY VENDOR

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

PROPOSAL REQUEST. Sumner County Sheriff s Office

Request for Proposals (RFP)

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Beaumont Independent School District

REPRESENTATIONS AND CERTIFICATIONS

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

REQUEST FOR QUALIFICATIONS (RFQ)

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For

GUILFORD COUNTY SCHOOLS Invitation for Bids

Invitation to Bid ROBOTIC CAMERA SYSTEM

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

CHESTERFIELD COUNTY BOARD OF SUPERVISORS Page 1 of 2 AGENDA

External Website Hosting Services

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

Invitation to Bid IN-CAR CAMERA S

Company: Telephone: Fax: FOR INFORMATION July 2, :00 a.m. July 18, :00 a.m. CONTACT: Bryan Jones (979)

HVAC Replacement Units

REQUEST FOR BIDS. MCC HVAC Replacement Units

Owner-Occupied AFH Application

Healthcare Fraud, Waste, and Abuse Services

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL SECURITY RISK ASSESSMENT SERVICES

Data Science Platform

THE SUMNER COUNTY REGISTER OF DEEDS

PITTSBURG STATE UNIVERSITY

Invitation to Bid BULK MOTOR OIL

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Request for Quotes (RFQ) For Graphic design services

SECTION IV CONTRACT BID NUMBER

Request for Quotes (RFQ) For Trailer Tracking System Services

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

Macomb County Department of Roads

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

REQUEST FOR PROPOSAL FOR AUDIT SERVICES FORT PECK TRIBES

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Invitation To Bid B15/9886

D. Type of work or services performed:

INTERNATIONAL VENDOR INFORMATION

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

SUSPENSION & DEBARMENT AS AN ANTI-CORRUPTION MEASURE

REQUEST FOR PROPOSAL RFP# 2019-ERM 1. Security Services. DEADLINE FOR SUBMITTING PROPOSAL April 5, 2019, 12:00p.m. (CST)

This form will be made a part of any resultant purchase order or subcontract SECTION I

REPRESENTATIONS AND CERTIFICATIONS

Request for Proposal Legal Services RFP

Laramie County Community College 1400 East College Drive, Cheyenne WY Phone: (307)

Solicitation #: 053P Solicitation Issue Date: 11/02/17

FALLON PAIUTE-SHOSHONE TRIBE 565 Rio Vista Drive Fallon, NV Tel (775) / Fax (775)

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

USAID GHSC PSM. Annex 2: Required Certifications

TCL&P Facilities HVAC Improvements (specifications attached)

Transcription:

Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation Number # 2015-001-038 Low Rent Project 45-30 HVAC EQUIPMENT & SUPPLIES Bid Due Date: January 22 nd, 2015 @ 2:00 PM Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465-1007 (918) 456-5482 1

Housing Authority of the Cherokee Nation BID REQUEST The Housing Authority of the Cherokee Nation is seeking bids from interested parties for HVAC EQUIPMENT AND SUPPLIES (SEE SPEC. /BID SHEET). THIS ORDER WILL BE DELIVERED TO CHEROKEE NATION HOUSING AUTHORITY LOCATED @ 1300 NOLA IN TAHLEQUAH, OKLAHOMA. THE ORDER MUST BE DELIVERED WITHIN (21) DAYS AFTER ISSUE / RECEIVING PURCHASE ORDER. TO BE CONSIDERED A RESPONSIVE/RESPONSIBLE BIDDER, THE MANDATORY BID RESPONSE SHEET MUST BE FULLY COMPLETED. Bids are due no later than 2:00 P.M. January 22 nd, 2015. The lowest most responsive, responsible bid will be the determining factor in awarding this bid based on The Housing Authority of the Cherokee Nation Policy and Procedure. The successful bidder will be issued a purchase order incorporating the bid response. Bids are due January 22 nd, 2015 by 2:00 p.m. MANDATORY SUBMITTAL INFORMATION: Bid submittal requirements must be followed. Each bid must be submitted on the prescribed, required form with all areas completed. If forwarded by mail, the envelope containing the bid and all other required, completed documents must be received on or before due date listed. Bids may be mailed to the Housing Authority of the Cherokee Nation, Attn: Herman Augerhole, P.O. Box 1007, Tahlequah, OK 74465. Bids may 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 22 nd, 2015 by 2:00 p.m. Any bids received after the designated date and time will be ineligible for award. Bid Acceptance: Bids will be accepted from Cherokee, Tribal, Indian and Non-Indian bidders. Housing Authority of the Cherokee Nation reserves the right to reject any and all bids. Housing Authority of the 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 Housing Authority 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. Bidder can contact William Hooper @ 918-458-1387 for questions on the HVAC EQUIPMENT. 2

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) 456-0671. Proof of TERO certification must accompany and be included in bid submittal. 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 and in the best interest of the Nation to accept in accordance with Cherokee Nation Acquisition Management Policy & Procedure. Award shall be made under unrestricted solicitations to the lowest, most responsive/reasonable bid from a qualified economic enterprise or organization within the maximum total budget price established for the specific project or activity being solicited. TERO Preference will be given only to bidders who provide proof of current TERO certification from the Cherokee Nation Tribal Employments Office (TERO). Proof of TERO certification must accompany and be included in 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 Housing Authority of 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: Housing Authority of the 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. 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 must accompany all bids. No bidder may withdraw their bid within thirty (30) days after bid opening date. 3

MANDATORY BID RESPONSE SHEET For FOR HVAC EQUIPMENT & SUPPLIES The Supplier as Bidder agrees to bid all material to (Specifications/Bid Sheet) and delivered to Housing Authority of the Cherokee Nation 1300 Nola St. Tahlequah, Oklahoma. THE ORDER MUST BE DELIVERED WITHIN (21) DAYS AFTER ISSUE / RECEIVING PURCHASE ORDER. Material for HVAC Equipment, Specifications, for the Housing Authority of Cherokee Nation that is shown to be the Base Bid. Specifications: Material Spec. /Bid Sheet Qty. 200 ORANGE WIRE NUTS Item Description 10 ¾ X66 BLACK ELECTRICAL TAPE rolls 46 #10-6 ELEC. WHIP 2-rolls 18-GAUGE UL LIST THERMOSTAT WIRE (5 WIRE) 250 5-rolls 18-GAUGE UL LIST THERMOSTAT WIRE (2 WIRE) 250 14 SEER 410-A 1.5-TON CONDENSER 34 (5YRS PARTS WARRANTY) 14 SEER 410-A 3-TON CONDENSER 2 (5YRS PARTS WARRANTY) 14 SEER 410-A 2-TON CONDENSER 5 (5YRS PARTS WARRANTY) 14 SEER R-410-A 2.5-TON CONDENSER 5 (5YRS PART WARRANTY) 3 ½ PINT TEFLOW PIPE JOING COMPOUND PASTE 3 ½ PINT 2200 PVC CLEAR CEMENT 5 pks. 6%SILVER SOLDER (28 STICKS) 3 4 x 8 x 1 Duct Board 280 pc ¾ X3/8 X6 TUBULAR PIPE INSULATION 46 COPPER REFRIGERATION TUBING 3/8 X 50 rolls 46 COPPER REFRIGERATION TUBING 3/4 X 50 rolls 50 3/8 REFG. COPPER COUPLINGS 50 3/4 REFG. COPPER COUPLINGS 50 3/4 REFG. COPPER ST. ELL Price TOTAL AMOUNT 4

50 3/4 REFG. COPPER 90 ELL 15 rls 2 MIL ALUMINUM FOIL TAPE (2 ½ X 60YD.) UL LISTED 46 60,000 B.T.U. 14 ½ WIDE 80% UPFLOW FURANCE (5YRS PARTS WARRANTY) GOODMAN OR EQUAL TO 5 14 ½ WIDE 2 TON COIL (5YRS PART WARRANTY) 5 14 ½ WIDE 2-1/2 TON COIL (5YRS PART WARRANTY) 34 14 ½ WIDE 1-1/2 TON COIL (5YRS PART WARRANTY) 2 14 ½ WIDE 3 TON COIL (5YRS PART WARRANTY) 12 ½ BRASS GAS BALL VALVES (SHUT OFFS) 50 ½ BLACK ST. ELLS 50 ½ BLACK 90 ELLS 50 ½ X 10 BLACK NIPPLES 50 ¾ P.V.C MALE ADAPTERS 200 ¾ 90 P.V.C ELLS 200 ¾ P.V.C. PIPE feet 50 ¾ P.V.C STREET ELLS 46 1/2 OD (3/8 ID) TUBE WITH ½ MIP X ½ X 30 MIP FITTINGS (CSSL 44-24 CONNECTORS)-Brass Craft or Equal to 46 4 METAL FAB DRAFT HOOD CONNECTORS 46 4 X 12 ADJUSTIBLE METAL FAB VENT PIPE 92 90-4 METAL FAB FLUE PIPE ELLS 92 45-4 METAL FAB FLUE PIPE ELLS 46 25 X 14 (WHITE) FILTER AIR GRILLE 26 25 X 14 X 1 FILTER 1000 SHEET METAL SCREWS (2 ) screws 2000 SHEET METAL SCREWS (1/2 ) screws 46 VERITCAL HEAT-COOL THERMOSTAT (White Rodgers #1E56N-444) OR EQUAL TO 20 RECIPROCATING WOOD CUTTING BLADES 20 RECIPROCATING METAL CUTTING BLADES 24 CLEAR SILICONE CAUKING TUBE 2- QWIK SYSTEM FLUSH Cans 46 ULTRALIGHT-WEIGHT EQUIPMENT PADS (SIZE DETERMINED BY CONDENSER) 5

HVAC MATERIAL BID Total Material Bid Price: $ 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 6

7