RFP | Design and Construction of a 28 ft. by 8 ft 6 in Mono Hull Landing Craft Research Boat

Agency: The Confederated Tribes of the Colville Reservation
State: Washington
Type of Government: State & Local
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
Posted: Apr 15, 2024
Due: May 3, 2024
Publication URL: To access bid details, please log in.

RFP | Design and Construction of a 28 ft. by 8 ft 6 in Mono Hull Landing Craft Research Boat | Closing Date May 3, 2024 PDF

Attachment Preview

Confederated Tribes of the
Colville Reservation
P.O. Box 150, Nespelem, WA 99155 (509) 634-2277
Request For Proposals:
Design and Construction of a 28 ft. by 8 ft 6 in Mono Hull
Landing Craft Research Boat
SECTION 1. GENERAL INFORMATION
1
1.01 Significant Dates
Posted Date: April 10, 2024
Deadline for Questions: May 2, 2024
Closing Time and Date: May 3, 2024
Bid Opening Date: May 6, 2024
1.02 Description of Proposals Sought:
The purpose of this RFP is to solicit proposals to establish a contract for the design and
construction of a 28’ x 8’6” aluminum landing craft boat for fisheries research activities on Lake
Roosevelt located in the upper Columbia River above Grand Coulee Dam in Washington State.
This procurement will be supported by Federal funds and so provision should be made for GSA
pricing, if available.
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 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
2
Proposals must be provided in Portable Document Format (.pdf) and received on or before 4:00
p.m. Pacific Time on May 3, 2024. Submittals shall be sent via e-mail to:
holly.mclellan@colvilletribes.com
Include “CTCR Kokanee Research Vessel” in the .pdf file name and the submission e-mail
subject line. A response will be sent to verify successful transmission of the message and
associated submittal.
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 Tribes—no 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
holly.mclellan@colvilletribes.com. Any communication other than by email to the point of
contact, may result in disqualification. All oral communications will be considered unofficial and
non-binding.
All questions must be submitted no later than 4:00 p.m., PST, May 2, 2024.
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.
2.03 Withdrawal of Proposal
Provided notification is received in writing to the address provided in Section 1.06, 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
3
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 120 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.
4
E. Verification of Coverage
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.
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

...Solicitation Close Date/Amendment Date Title / Description Contact 05/14/24 Construction of a 26... ...

State Government of Washington

Bid Due: 5/14/2024

...Follow Establish Construction Cost Data Special Location Factors Active Contract Opportunity... with a ...

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/17/2024

...Bid Title: Kitsap Lake Park Renovation Project - Construction Management Category: Parks &... ...

City of Bremerton

Bid Due: 5/24/2024

...Number Title Bid Due Category Status 00321827 Baggage Optimization Phase 3 GC/CM Construction...

Port of Seattle

Bid Due: 5/22/2024

* 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.