RFP | Janitorial Services at Chief Joseph Hatchery, Bridgeport, WA

Agency: The Confederated Tribes of the Colville Reservation
State: Washington
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
Posted: Apr 24, 2024
Due: May 10, 2024
Publication URL: To access bid details, please log in.

RFP | Janitorial Services at Chief Joseph Hatchery, Bridgeport, WA | Closing Date May 10, 2024 PDF

Attachment Preview

Confederated Tribes of the
Colville Reservation
P.O. Box 150, Nespelem, WA 99155 (509) 634-2277
Request For Proposals:
Confederated Tribes of the Colville Reservation
Janitorial Services at Chief Joseph Hatchery, Bridgeport, WA
SECTION 1. GENERAL INFORMATION
1.01 Significant Dates
Posted Date: April 24, 2024
Deadline for Questions: May 6, 2024
Answers Posted: May 8, 2024
Closing Time and Date: May 10, 2024, 3:00 pm
Bid Opening Date: May 13, 2024
1.02 Description of Proposals Sought:
Chief Joseph Hatchery, located in Bridgeport, WA, is seeking proposals for regular janitorial
services (see Section 3.02 for Scope of Work).
1.03 About the Colville Tribes:
The Confederated Tribes of the Colville Reservation is a Sovereign Nation. Presidential Executive
Order established the Colville Indian Reservation in 1872, with a land base of 1.4 million aces, located
in North Central Washington State. The Tribes’ Indian Country now includes various off-reservation
trust land holdings. The Tribes’ administrative Headquarters are located at the Colville Indian Agency
Campus, approximately 2 miles south of Nespelem, WA with offices located throughout our reservation.
Tribal business hours are Monday thru Thursday 7:00 and 5:30 p.m. excluding Fridays, Saturdays,
Sundays, Tribal and Federal holidays.
1.04 Response Format:
Proposals should be prepared simply, providing a straightforward and concise delineation of the
Contractors approach and capabilities necessary to satisfy the criteria listed in Section 3. The proposal
(March 2024)
1
may not be longer than 30 pages, single-spaced with no less than 12-point font. Emphasis in the
proposals should be on completeness, clarity of content, and adherence to the presentation structure
required by this RFP. Contractors that deviate from the required format may be deemed non-responsive.
1.05 Completeness of Proposal
The Contractor must submit a completed Proposal signed by a Contractor representative authorized to
bind the proposing Contractor contractually. The Contractor must identify on the form any exceptions
the Contractor takes to the Tribes RFP, or declare that there are no exceptions taken.
1.06 Response Date and Location
Proposals must be submitted no later than 3:00 p.m., PST, May 10, 2024. For hard copy submissions,
Contractors/Offerors must submit 1 original and 3 bound copies of the proposal no more than 30 pages
long, single-spaced, in a font no smaller than 12 point. Proposals shall be submitted in a sealed
envelope that has clear markings of the responding business name and address and clearly identifies the
contents as Chief Joseph Hatchery Janitorial Services Proposal. Proposals may be sent by electronic
mail, regular, or express mail (FedEx or UPS). All proposals and accompanying documentation will
become the property of the Tribes and will not be returned. Contractors accept all risk of late delivery of
emailed proposal regardless of fault. Proposals are to be sent to: Matthew McDaniel, Chief Joseph
Hatchery Manager, 38 Half Sun Way, Bridgeport, WA 98813 or by electronic submission to
Matthew.McDaniel.FNW@colvilletribes.com.
1.07 Contractor’s Cost to Develop Proposals
Costs for developing proposals in response to the RFP are entirely the obligation of the Contractor and
are not be chargeable in any manner to the Tribesno exceptions.
1.08 Site Visitations
A site visit is not required. By submitting his/her proposal, the Contractor acknowledges that he/she has
satisfied him/herself as to the nature of the work requested.
SECTION 2. TERMS AND CONDITIONS
2.01 Questions Regarding the RFP
Requests for interpretation/clarification of this RFP must be emailed to Matthew McDaniel at
Matthew.McDaniel.FNW@colvilletribes.com. Unauthorized contact with other tribal employees or by
any method other than email regarding this RFP may result in disqualification. All oral communications
will be considered unofficial and non-binding on the Tribes.
All questions must be submitted no later than 3:00 p.m., PDT, May 6, 2024. All responses will be posted
on the Tribes’ web site at: https://www.colvilletribes.com/rfp no later than 4:00 p.m.PST on the next
business day after receipt of the question.
2.02 RFP Amendments
The Tribes reserves the right to request any respondent clarify its proposal or to supply any additional
material deemed necessary to assist in the evaluation of the proposal.
The Tribes reserves the right to change the RFP schedule or issue amendments to the RFP at any time.
The Tribes also reserves the right to cancel or reissue the RFP. All such addenda will become part of the
RFP. It is the Contractor’s responsibility to check the Tribes’ website for the issuance of any
amendments prior to submitting a proposal response.
(March 2024)
2
2.03 Withdrawal of Proposal
Provided notification is received in writing to the address provided in Section 1.05, proposals may be
withdrawn at any time prior to the proposal response due date and time specified. Proposals cannot be
changed or withdrawn after the time designated for receipt.
2.04 Rejection of Proposals
The Tribes reserves the right to reject any or all proposals, to waive any minor informalities or
irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest of
the Tribes.
2.05 Proposal Validity Period
Submission of a proposal will signify the Contractor’s agreement that its proposal and the content
thereof are valid for 30 days following the proposal response deadline unless otherwise agreed to in
writing by both parties. The proposal may become part of the Contract negotiated between the Colville
Tribes and the successful Contractor.
2.06 Proposal Signatures
An authorized representative of the Contractor must sign proposals, with the Contractor’s address and
telephone information provided. Unsigned proposals will not be considered.
2.07 Insurance Requirements
The selected Offeror shall procure and maintain for the duration of its Contract awarded pursuant to this
RFP insurance against claims for injuries or damages to property, which may arise from or in connection
with the performance of the work by the Offeror, his agents, representatives, employees or
subcontractors. The Offeror shall pay the cost of such insurance. Insurance shall meet or exceed the
following unless otherwise approved by the Colville Tribes.
A. Minimum Insurance
1. Commercial General Liability coverage with limits not less than $1,000.000 per
occurrence / $2,000,000 annual aggregate.
2. Stop Gap/Employers Liability coverage with limits not less than $ 1,000,000 per
accident/disease.
3. Business Automobile Liability coverage with limits not less than $1,000,000 per accident
for any auto.
4. Worker’s Compensation coverage as required by the Industrial Insurance Laws of the
State of Washington/
B. Self-Insured Retentions
Self-insured retentions must be declared to and approved in writing by the Colville Tribes.
C. Other Provisions
Commercial General Liability policies shall be endorsed to:
1. Include the Colville Tribes, its officials, employees and volunteers as additional insured.
2. Provide that such insurance shall be primary as respects any insurance or self-insurance
maintained by the Colville Tribes.
3. Each insurance policy shall provide that coverage shall not be canceled except after thirty
(30) days written notice has be given to the Colville Tribes.
D. Acceptability of Insurers
Insurance shall be placed with insurers with a rating acceptable to the Colville Tribes.
E. Verification of Coverage
(March 2024)
3
Offeror awarded a contract under this RFP shall furnish the Colville Tribes with certificates of
insurance required herein. The certificates are to be received and approved by the Colville
Tribes before work commences. The Colville Tribes reserves the right to require complete,
certified copies of all required insurance policies at any time.
F. Subcontractors
Subcontractors hired pursuant to this RFP must provide coverage, which compiles with the
requirements state herein.
2.08 Retainage/Performance Bond
Any contract negotiated in response to this RFP will require either a 25% retainage or a performance
bond. Any contract awarded with a value greater than $100,000 will require a performance bond.
2.09 Ownership of Documents
Any reports, studies, conclusions, and summaries prepared by the Contractor shall become the property
of the Tribes. The Tribes may provide the Contractor with a limited license to use such material.
2.10 Hold Harmless
The Contractor shall hold harmless, defend, and indemnify the Tribes and the Tribes officers, agents,
and employees against any liability that may be imposed upon them by reason of the Contractor’s failure
to provide worker’s compensation coverage or liability coverage.
2.11 Limitations on Costs and Expenses
The Contractor’s cost proposal may not include: any costs that can be described as overhead, including
secretarial, clerical, or file management work; on-line research services charges (in-house photocopying;
unnecessary express mail/overnight courier mailings); or for developing invoices for the Tribes.
2.12 Dispute Resolution and Venue
The Tribes will require the selected Contractor to expressly consent to the jurisdiction of the Colville
Tribal Court for any and all disputes that may arise from the Tribes engagement of the Contractor’s
services, including the application of tribal law.
2.13 Appropriated Funds
Any contract awarded pursuant to this RFP is subject the Tribes’ appropriation and budgetary process,
which operates on a fiscal year from October 1 to September 30. Any required payments under the
contract are contingent on the availability of funds in the tribal treasury. As funds are appropriated
yearly any contract awarded would be for the remainder of the fiscal year, at which time it would be
renewable on a yearly basis.
2.14 Indian Preference
Indian preference applies to any award of contract pursuant to this RFP and the Contractor shall comply
with all applicable Indian preference requirements set forth in Chapter 10-1, the Colville Tribal
Employment Rights Ordinance (TERO), and Chapter 10-3, Indian Preference in Contracting. The tribal
code is available at https://www.cct-cbc.com/current-code/.
2.15 Debarment
Selected Contractor must sign a Certification Regarding Debarment and Suspension (See Attachment
B).
(March 2024)
4
2.16 Contract
The selected Offeror will be required to enter into the Colville Tribes’ standard form contract which will
include a “no assignment” provision indicating that the Contract may not be assigned without written
consent of the Tribes. Any increase in contract price following execution of the contract requires a
written modification to the term to continue.
SECTION 3. REQUESTED SERVICES
3.01 Duration of Services
The Tribes anticipates the service period for this work to be indeterminate but no less than for three
years, and on an as-needed period for the term of the Contract to be issued pursuant to this RFP.
However, if the work extends beyond this period, and as stated in Section 2.13, any agreement would be
year-to-year and require an agreed-upon modification to the term to continue.
3.02 Scope of Work
Twice Per Month Cleaning
Bathrooms
Clean and disinfect toilets and urinals
Clean and disinfect counter tops and sinks
Sweep and mop floors
Re-stock restroom supplies and clean mirrors
Break Rooms and Office Areas
Sweep/vacuum and mop floors
Vacuum carpets
Clean and disinfect counter tops and door handles
Garbage
Remove and dispose of garbage in all rooms
Kitchen
Clean and disinfect sinks and counter tops
Clean and wipe down cabinet faces
Clean/vacuum/sweep/mop floor
Conference Room
Clean and disinfect table
Vacuum floor
Lab and Mudroom
Clean and disinfect counter tops and tables
Clean/vacuum/sweep/mop floor
General
Clean light fixtures and remove bugs
Spot clean door areas and light switch covers
(March 2024)
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...2024-26- RFP-FAC- Janitorial Services Number: 2024-26 Release Date: May 3, 2024 Due Date: ...

Clark County Public Transportation Benefit Area Authority (C-Tran)

Bid Due: 6/03/2024

...- HOUSEKEEPING- TRASH/GARBAGE COLLECTION NAICS Code: 561720 - Janitorial Services Place of Performance...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/16/2024

...- HOUSEKEEPING- CUSTODIAL JANITORIAL NAICS Code: 561720 - Janitorial Services Place of Performance...

DEPT OF DEFENSE

Bid Due: 5/17/2024

...Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL NAICS Code: 561720 - Janitorial Services Place...

DEPT OF DEFENSE

Bid Due: 5/17/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.