REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

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

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

REQUEST FOR PROPOSAL

Cherokee Nation

REQUEST FOR PROPOSAL FOR AUDIT SERVICES FORT PECK TRIBES

REQUEST FOR BID (RFB) Number: FY2013/042

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Cherokee Nation

Spokane Tribe of Indians

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

REQUEST FOR BIDS MINOR REPAIRS

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

Cherokee Nation

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MODERNIZATION

REPRESENTATIONS AND CERTIFICATIONS

Request for Quotes (RFQ) For Graphic design services

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

Request for Proposals (RFP)

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

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

Cherokee Nation

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

PROPOSAL REQUEST. Sumner County Emergency Medical Service

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

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

SECTION IV CONTRACT BID NUMBER

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

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

PROPOSAL REQUEST. Sumner County Sheriff s Office

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

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

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

External Website Hosting Services

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

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

Request for Qualifications Number 1470 General Construction Services

Invitation to Bid BULK MOTOR OIL

Healthcare Fraud, Waste, and Abuse Services

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

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

THE SUMNER COUNTY REGISTER OF DEEDS

Invitation to Bid ROBOTIC CAMERA SYSTEM

REQUEST FOR SINGLE FAMILY HOUSING LOAN GUARANTEE

REQUEST FOR QUALIFICATIONS (RFQ)

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

Disposable Shop Towels for Bus, Light Rail, & Facility Repair Shops

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

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

CONSTRUCTION AGREEMENT

Invitation to Bid IN-CAR CAMERA S

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

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

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

Owner-Occupied AFH Application

Data Science Platform

TCL&P Facilities HVAC Improvements (specifications attached)

Request for Proposal Legal Services RFP

Beaumont Independent School District

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

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

Request for Quotes (RFQ) For Trailer Tracking System Services

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

Request for Proposal For Scrap Metal Removal

Trusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc.

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

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

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

REPRESENTATIONS AND CERTIFICATIONS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

UNITED STATES DEPARTMENT OF AGRICULTURE RURAL DEVELOPMENT RURAL HOUSING SERVICE REQUEST FOR SINGLE FAMILY HOUSING LOAN GUARANTEE

Coffee Supplies and Related Services

Housing Authority of the Cherokee Nation

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

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

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

SAN DIEGO CONVENTION CENTER CORPORATION

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

D. Type of work or services performed:

Request for Proposals: Environmental Site Assessment for Single Property

Colville Tribal Gaming Commission REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

Rebuild Bombardier Parts for DART s Super Light Rail Vehicles

PROPOSAL REQUEST SUMNER COUNTY

Macomb County Department of Roads

Transcription:

REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY INFORMATION Contact Danny Brigman Phone (509) 458-6550 Opening Date 4/13/2017 Closing Date 5/15/2017 2:00 p.m. Return Location Delivery Address Email Purchasing / Property Manager 6195 Ford/Wellpinit Road PO Box 100 Wellpinit, WA 99040 danny.brigman@spokanetribe.com

2 INTRODUCTION The SPOKANE TRIBE OF INDIANS is soliciting the services of qualified firms to serve as designated insurance broker of record for the Spokane Tribe of Indians benefit programs. The Spokane Tribe of Indians maintains various insured and self-funded insurance programs. The Spokane Tribe of Indians employs approximately 470 employees during their peak season with an average of 316 employees covered under our plan. This number of employees has the potential to increase by a large percentage due to the West Plains expansion, STEP. Awarded vendor will be responsible for negotiating and placing employee benefit plans, as directed by the Spokane Tribe of Indians. The benefits are as follows: medical including prescriptions, dental, vision, short term disability, long term disability, and life insurance. Vendors are strongly encouraged to carefully read the entire request for proposal. The Spokane Tribe of Indians is a federally recognized Indian Tribe and is eligible for GSA and/or government pricing. There are no expressed or implied obligations for the SPOKANE TRIBE OF INDIANS to reimburse responding firms for any expenses incurred in preparing bids in response to this request. QUESTIONS & SUBMISSION To be considered responsive, responsible, reliable, qualified, proposals must be received by Danny Brigman, Purchasing/Property Manager, Spokane Tribe of Indians, P.O. Box 100, Wellpinit, WA 99040 on or before the above closing date and time. The SPOKANE TRIBE OF INDIANS reserves the right to reject proposals and/or sealed proposals that have been opened for reasons according to 48 CFR 14.404. Proposals may be delivered by postal services, hand delivered, faxed, or electronic sent. All pricing must be guaranteed for 60 days; however, obligation of purchase can take place earlier. Any proposals received after the closing date and time or submitted to another department will be considered non-responsive. The proposal award will be made to the lower bidder who is considered responsive, responsible, reliable, qualified, and can provide all specifications listed. If interested in submitting a proposal notify Danny Brigman and he will send a Non-Disclosure Agreement. Upon an executed NDA then the attachments with more specific information will be sent. When submitting a proposal please see attachments and fill out attachments as necessary and include it within your proposal. The Spokane Tribe may or may not, elect to award this proposal for the listed items from the bestqualified vendor for all specifications listed below and according to the RFP. The Tribe may waive any informalities or minor defects or reject any and all proposals. After proposals have been submitted, the bidder shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. Proposals that have been opened may be rejected according to 48 CFR 14.404. The Spokane Tribe assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents, or employees prior to the execution of a signed contract, unless such understanding or representations are expressly stated in the bidding document. Please provide information for the primary contact at your company regarding questions on your RFP. For any questions regarding this project please refer to the contact person(s) listed below. All technical questions will be forwarded to the proper individual for response and replied back to the questioning vendor. All answers will be forwarded onto all other vendors.

3 CONTACT PERSON Danny Brigman, Brittney Stearns Purchasing/Property Manager MV Clerk Spokane Tribe of Indians Spokane Tribe of Indians 6195 Ford/Wellpinit Rd 6195 Ford/Wellpinit Rd PO Box 100 PO Box 100 Wellpinit, WA 99040 Wellpinit WA 99040 (509) 458-6550 509-458-6533 Email: danny.brigman@spokanetribe.com Email: Brittney.Stearns@spokanetribe.com SPECIFICATIONS Each separate or individual specification listed below Must have the initials of the submitter next to each item to verify the specification is being met with the submission. Any submitted bid received without the initials next to each specification will be considered non-responsive. A successful broker must have: A current license issued by Washington State No prior history of corrective action with Washington State A minimum of five (5) years expertise and experience providing broker services to tribes in a similar capacity. No conflicts of interest in representing the Spokane Tribe of Indians interests. The broker s duties shall include, but is not limited to, the following: 1. Act as an independent advisor to the Spokane Tribe of Indians and proactively provide ongoing, unbiased, professional advice and recommendations that benefit the Spokane Tribe of Indians. 2. Proactively provide ongoing review and analysis of the Spokane Tribe of Indians benefits programs for risk. 3. Be familiar with the major exposures of the Spokane Tribe of Indians. 4. Be familiar with the coverage provided by all relevant insurance policies and documents issued to the Spokane Tribe of Indians. 5. Annually review policies and shop for competitive coverage at lower rates. 6. Assure that benefit programs are marketed and placed in a timely manner, without lapses in coverage periods, with reputable and financially responsible companies. 7. Ensure that insurers are licensed to conduct business in the State of Washington in the category they re providing services. 8. Provide service for the insurance policies placed for the Spokane Tribe of Indians including processing all changes and endorsements and verifying the accuracy of invoices within a reasonable time.

4 9. Immediately advise the Spokane Tribe of Indians of pending or enacted Federal and State legislation affecting the Spokane Tribe of Indians. 10. The broker shall advise of the financial/administrative impact of State or Federal legislation on the Spokane Tribe of Indians and assist in the implementation of changes made necessary by such legislation. 11. For the purpose of providing an adequate choice of plans for the Spokane Tribe of Indians employees, the broker, upon request, shall analyze service areas of current plans and provide recommendations regarding design and expansion of coverage plans. 12. Upon request by the Spokane Tribe of Indians, but at least once a year, provide a comprehensive report that reviews all of the Spokane Tribe of Indians benefit programs. The report must include recommendations of addressing areas of concerns and/or action taken to address the issues. 13. On a quarterly basis, provide a general report of the insurance programs for each line of coverage e.g. costs, usage, high cost claims, etc. Recommendations for addressing areas of concern must be identified in the report. 14. Be available to answer questions or obtain answers from underwriters for policy coverage questions. 15. Be available by phone and/or to meet with the Spokane Tribe of Indians staff and designated representatives as reasonably requested. 16. Assist with claims and billing issues as requested, assist with the implementation/transitioning of carriers/administrators, legislative mandates and assist with compliance. 17. Responsible for scheduling, preparing and distributing meeting agendas, attending all meetings, taking and distributing meeting notes, preparing financial reports, interpreting and distributing carrier reports, coordinating presenters and attendees, follow-up with carriers and action items, and serving as the Spokane Tribe benefit resource. 18. In accordance with parameters and criteria established by the Spokane Tribe of Indians, make recommendations regarding various benefit and insurance plans, insurance carriers, health maintenance organization, administrators and benefit service providers. 19. Review all insurance benefit and administrative service documents for accuracy and adherence to prior agreements. 20. Provide regular and open enrollment support, including but not limited to; development of timelines assisting with the development of open enrollment materials and the determination of health fair attendees, and coordinating and participating in open enrollment meetings as reasonably requested. 21. Assist with budget projections on future costs of benefit programs, review contracts with providers for accuracy in rates, benefits, eligibility, and coverage definitions, review evidences of coverage for accuracy and make recommendations regarding changes, modifications and/or benefit enhancements, and negotiate changes with carriers. 22. Develop, produce and coordinate the printing and distribution of benefits communication materials, highlight booklets detailing insurance plans offered and eligibility requirements; of approximately 600 booklets.

5 The successful broker must directly provide all services described in this document, and must appoint at least one of its employees as the key contact for approval by the Spokane Tribe of Indians EVALUATION CRITERIA 1. Compliance with Specifications of RFP 1-20 points. 2. Cost for Our Current Plans 1-30 points o Overall price for our current plans including breakdown in broker fees Use most recent census (Attachment A) and current Benefits Plan Summary (Attachment B) Price/Cost must be included for each item. In the absence of cost, an explanation must be provided. Use attached Cost Analysis form (Attachment C). Additional pages for cost explanation may be included. 3. Renewal Rate Guarantees 1-15 points o Proposals must identify whether or not they will provide renewal rate guarantees for their services. Details of the guarantee must be identified. 4. Years the Brokerage Firm has been in Existence 1-10 points o The broker must identify how many years they ve been in existence as a brokerage firm and licensed in the state of Washington. 5. Years of Experience Brokering for Tribal Entities 1-10 points o Proposal must include the total number of years the company has been the primary broker for tribal entities. o Proposal must provide a complete list that includes each Native American tribe in which they were the primary broker. o Include 3 references 6. Number of National Contracts the Broker Possesses 1-10 points o The volume national contracts are a way of exhibiting the experience of the Brokerage Firm. The Broker must provide a list of national contracts and specific coverages of which the contract includes. 7. Native/Minority/Woman Owned- 1-5 points o 5 points will be awarded to Native Owned Businesses o 4 points to either Minority or Woman Owned Businesses o 0 points to any other owned business The Brokerage companies with the highest points may be interviewed. Brokerage firm with the highest points may not be selected. The Spokane Tribe of Indians reserves the right to make a selection in their own best interest. RELIABLE, RESPONSIVE, RESPONSIBLE BIDDERS The Spokane Tribe of Indians Purchasing/Property Manager, Human Resources Director, Executive Director, or Tribal Council reserves the right to determine whether or not a bidder is responsive, responsible, reliable, qualified, and possesses the ability to complete the entire project. Those determinations will be based on: a. The skill and experience demonstrated by the bidder in performing agreements of a similar nature. b. The bidder s record for honesty and integrity. c. The bidder s capacity to perform in terms of facilities, personnel and financing. d. The bidders past performance with the Spokane Tribe of Indians.

6 VENDOR DIVERSITY Is your company at least 51% owned by a Native American, Minority or Woman (NA, M/WBE)? (Minority group members are United States citizens who are African-American, Asian-Indian American, Asian-Pacific American or Hispanic-American). Ownership means the business is at least 51% owned by such individuals and, management and daily operations are controlled by them as well. Can your firm be classified as a Native American Enterprise? YES NO If yes %. Can your firm be classified as a Minority Owned Business? Can your firm be classified as a Woman Owned Business? YES NO If yes %. YES NO If yes %. PROPRIETARY INFORMATION There should not be any restrictions on the use of data contained in any submitted proposal; any restrictions on the use of data contained in a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to the request for proposal will not be accepted by the Spokane Tribe and the submitted proposal will be considered non-responsive. Data contained in the proposal, all documentation provided therein, and innovations developed as a result of these contractual services cannot be copyrighted or patented by vendors. All data, documentation, and innovations become the property of the Tribe. The SPOKANE TRIBE OF INDIANS reserves the right to use any ideas in the proposals regardless of whether that bid is selected. Submission of a proposal indicates acceptance by the vendor of the conditions contained in this request for proposal, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the SPOKANE TRIBE OF INDIANS and the firm selected INFORMATION TO INTERESTED VENDORS Any proposal may be withdrawn prior to the above closing date and time. Any proposals received after the time and date specified shall not be considered. No vendor may withdraw a submitted proposal after the closing date and time listed above The vendor is also requested to list and describe any professional relationships involving the SPOKANE TRIBE OF INDIANS or any of its units for the past (3) years together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the requested services. In addition, the vendor shall advise the SPOKANE TRIBE OF INDIANS of any professional relationships entered into during the period of this agreement. Vendor shall disclose information relating to conflicts or potential conflicts of interest. Vendor shall at all times conduct itself in a manner consistent with the Tribe s Code of Conduct. No modification of submitted proposal will be permitted in any form after the closing date and time. If your response to the technical and functional requirements and associated product demonstration is dependent upon a product offered by another vendor partner, please be advised that a single, joint response should be submitted for this RFP. Additional vendors, subcontractors and/or any assignee or transferee must be able to adhere to the same agreements (e.g., not transmitting tribal data outside of the United States) required of your company.

7 COVENANTS AGAINST KICKBACKS All conditions regarding covenants against kickbacks under 48CFR 52.203-7 shall apply. Failure to abide by the provisions of this section may, without further notice, result in the immediate termination of any contract awarded. RESERVATIONS The Spokane Tribe of Indians Reserves: 1. The right to cancel any agreement, if in its opinion there is a failure at any time to perform adequately the stipulations of the Specifications, or if there is any attempt to willfully impose upon the Spokane Tribe services which are, in the opinion of the Spokane Tribe, of an unacceptable quality. 2. The right to accept or reject bids on each item separately or as a whole, to reject any or all bids without penalty, to waive any informalities or irregularities therein, and to contract as the best interest of the Tribe may require in order to obtain the system which best meets the needs of the Tribe, as expressed in this RFP. 3. The right to negotiate the modification of, terms and conditions with the bidder offering the best value to the Tribe, in conjunction with the award criteria contained herein, prior to the execution of a contract to ensure a satisfactory contract. 4. The right, where it may serve the SPOKANE TRIBE OF INDIANS best interest, to request additional information or clarifications from bidders or allow corrections of errors or omissions. 5. The right to require the awarded vendor to obtain and/or have in place proper Insurance in an amount no-less than the limits of the Spokane Tribe of Indians Coverage.

8 Contractor Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective contractor certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal, State, Local or Tribal department or agency; (b) Have not within a five-year period preceding this 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 ) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, Local or Tribal ) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/bid had one or more public transactions (Federal, State, Local or Tribal) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this bid or termination of the award. In addition, under 13 USC Sec. 1601, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years or both. Typed name & Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached.