Proposal for Lease-Rental of Modular Office Buildings.pdf

Agency: Navajo Nation
State: Arizona
Type of Government: State & Local
NAICS Category:
  • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
Posted Date: Apr 19, 2024
Due Date: May 2, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Navajo Nation Division of General Services
BID No. 24-04-3325SB

Attachment Preview

REQUEST FOR PROPOSAL
BID NO: 24-04-3325SB
________________________________________________________________________________
The Navajo Nation Division of General Services (DGS) is seeking qualified suppliers to provide
a bid proposal for Lease/Rental of Modular Office Buildings.
The proposal shall include one (1) original and three (3) duplicate copies of the following:
1. Fee Schedule in its own sealed envelope inside the bid packet. Clearly indicate “FEE
SCHEDULE” on the sealed envelope.
The proposer who submits the best proposal in terms of best quality and lowest cost on the
specified materials will be selected. Adherence to the bid instructions is paramount, otherwise, the
bid will be disqualified for non-compliance.
Proposals shall be delivered, in person, in a sealed envelope to:
“2024 Modular Building Lease”
BID #: 24-04-3325SB – DO NOT OPEN”
Attn: Shawnevan Dale, Division Director
Division of General Services
ADMINISTRATION BUILDING #1-2nd FLOOR
Window Rock Blvd., Window Rock, Arizona 86515
OR EXPEDITED MAIL TO:
Division of General Services
Attn: Shawnevan Dale, Division Director
Administration Building #1-Second Floor
2559 Indian Route 100
Window Rock, Arizona 86515
“2024 Modular Building Lease”
BID #24-04-3325SB – DO NOT OPEN”
If there are any questions regarding this Request for Proposal call Shawnevan Dale, Division
Director at (928) 871-6311 or email at sdale@navajo-nsn.gov.
The Navajo Nation reserves the right to reject any and all proposals not within the projected budget
and may elect to award the contract not solely on the bid amount but on the bidder’s qualification.
The due date for the proposal is May 02, 2024, at 5:00 pm, MDST.
INSTRUCTIONS TO BIDDERS AND GENERAL INFORMATION
SCOPE
The Navajo Nation seeks proposals from qualified vendors to lease up to four (4) modular office
trailers to serve as temporary office buildings for various programs of the Navajo Nation. There
are two options for bid submissions: Base Bid Pricing and Turnkey Pricing. Prospective bidders
may bid on either Base Bid Pricing, Turnkey Pricing, or Both.
Base Option
Building Deposit to Commence Project (If applicable)
Site Work – Prep Work: Navajo Nation Responsibility
Set-Up:
o Delivery
o Install complex footers to grade at 30” maximum to threshold.
o Electrical Connections with Area Utility
o Plumbing Connections for water and sewer
o Installation of skirting w/29 ga. Steel siding or similar
o Installation of platform, ramps, and stairs (ADA Compliant, weatherproof).
Tear Down (End of Lease):
o Return – Transport
o Remove complex from site.
Turnkey Option
Building Deposit to Commence Project (If applicable)
Site Work – Prep Work:
o Any permits or approvals
o Grading as needed for placement of New Buildings
o Trenching and plumbing rough-in for water and sewer hookups
o Inspections & Approvals.
Set-Up:
o Delivery
o Install complex footers to grade at 30” maximum to threshold.
o Electrical Connections with Area Utility
o Plumbing Connections for water and sewer
o Installation of skirting w/29 ga. Steel siding or similar
o Installation of platform, ramps, and stairs (ADA Compliant, weatherproof).
Tear Down (End of Lease):
o Return – Transport
o Remove complex from site.
Delivery shall be made within 120 days after a purchase order has been issued.
The Navajo Nation is not responsible for any “Down Time” including late delivery of materials,
any act of negligence on the supplier's part, and any unforeseen occurrence. These are not billable
to the Navajo Nation and will not be considered for payment.
SPECIFICATIONS
See Attachment A
CONDITIONS GOVERNING THE INVITATIONS FOR BIDS
The liability of the Navajo Nation under a contract formed from this solicitation is contingent upon
the availability of funds. Pursuant to 2 N.N.C. §223(B), all contracts shall have sufficient funds
available to perform the services under this Contract. Since the Navajo Nation is a Sovereign
government, all contracts entered shall comply with all Navajo Nation laws, rules, and regulations
as well as applicable federal laws, rules, and regulations.
AWARD OF BID – REJECTION OF BID
The DGS reserves the right to accept bids all or in part. At the time of acceptance, the DGS also
reserves the right to increase or decrease quantities of any item at the same price bid. The DGS
reserves the right to reject any or all bids or to accept any bid that in its judgment will be in the
best interest of the general public. It is the intention to award the contract to the lowest responsible
bidder best meeting the requirement.
PREFERENCE OF NAVAJO AND INDIAN-OWNED BUSINESS
Preference for Navajo and Indian-owned businesses will be given under the Navajo Nation
Business Opportunity Act, 5 NNC §201 et. Seq. and the Navajo Nation Procurement Act 12 NNC
§303. Certification of Navajo Owned Business will be assured by a certificate held by the Navajo
Business Regulatory Department.
NAVAJO NATION SALES TAXES
All work performed within the territorial jurisdiction of the Navajo Nation is subject to the six
percent (6%) Navajo Sales TAX. 24 N.N.C §601 et. Seq. The Navajo Nation shall withhold from
each payment to the “CONTRACTOR” 6% of the total invoice amount associated with work
performed within the Navajo Nation. This account reflects the Navajo Sales Tax due on such
invoice amount. This 6% shall be transferred to the Office of the Navajo Tax Commission as a
payment of the tax on behalf of the “CONTRACTOR”.
BID INSTRUCTIONS
All bid proposals shall be submitted in a sealed envelope, marked, and addressed as follows:
“2024 Modular Building Lease”
BID #:24-04-3325SB – DO NOT OPEN”
The name and address of the bidding firm should be shown in the upper left-hand corner of the
envelope.
The Navajo Nation requires the proposal to include a sealed bid price. Failure to do so will result
in a “non-responsive” classification and the proposal will be rejected. Please also include the
following:
Breakdown of cost allocation;
Cost/expense justification and analysis to substantiate proposed pricing, if
applicable.
Please identify those items that are absolutely necessary to successful
completion of the Project and the corresponding proposed pricing of those
items. Please also identify all items that are optional and not necessary to the
successful completion of the Project and the corresponding proposed pricing of
those items.
EVALUATION AND CRITERIA
Each bid must be accompanied by a letter of transmittal. The letter of transmittal shall contain the
following:
1. Provide Statements of Qualifications, if applicable.
2. Identify the name, title, and telephone numbers of the person authorized to negotiate on
behalf of the organization.
3. Certified dealership/vendor that meets all standards and qualifications.
4. Navajo Preference Certificate of Eligibility issued by the Navajo Business Regulatory
Department, if applicable.
5. Required Insurance documents, i.e. Certificate of Liability Insurance.
6. Completed and signed W-9 Form.
7. Completed and signed Navajo Nation Certification Regarding Debarment and
Suspension.
The bid committee will use the following point criteria in the contract award selection process.
Proposals will be evaluated to determine the best vendor.
EVALUATION CRITERIA
Priority 1 or 2 Vendor
a. Priority 1 Vendor (10 pts)
b. Priority 2 Vendor (5 pts)
c. Non-priority Vendor (0 pts)
Bid Organization
a. Typed proposal on 8-1/2” x 11” paper
b. Binding and Indexing
POINTS
0-10
5
c. One Original bid with 3 copies
Letter of Transmittal
a. Provide Statement of Qualifications
b. Identifying individual(s) as specified above
c. Provide completed and signed documents, Certificate of General
Liability, NN Debarment and Suspension, and W-9 Form.
Conditions Governing the Invitation for Bids
Must be an authorized and fully certified licensed dealership that meets
all the standards and qualifications.
Proposed Costs: Base Option; Turnkey Option.
a. Equipment
b. Warranty
c. Availability
Total Possible Maximum Score
15
10
60
90-100
SCHEDULE OF ACTIVITIES
1. Public Advertisement
2. Proposals Submissions
3. Bid Opening
DEADLINES
April 17, 2024
May 02, 2024
May 07, 2024
AVAILABILITY OF BID DOCUMENTS
Bid Proposal documents are available on the website at www.nnooc.org and at the Navajo Nation
Division of General Services located at the Administration Building #1-2nd Floor, Window Rock,
Boulevard, Window Rock, Arizona 86515 between the hours of 8:00 A.M. and 5:00 P.M. (MDST)
Monday through Friday. For more information, contact Shawnevan Dale, Division Director at
(928) 871-6311.
PROPOSAL SUBMISSION
Sealed bid proposals shall be submitted to the Navajo Nation Division of General Services,
Administration Building #1-Second Floor, 2559 Indian Route 100, Window Rock, Arizona 86515
before 5:00 p.m. (MDST) on May 02, 2024. Respondents who are expedited mailing their
proposals should allow sufficient time for expedited mail delivery to ensure receipt by the time
specified. Late proposals will not be accepted.
BID OPENING
The Bid Opening meeting is scheduled for May 07, 2024, at 10:00 am (MDST). The location will
be at the Division of General Services, Window Rock, AZ 86515.
WITHDRAWAL OF BID
No bid proposal shall be withdrawn for 60 calendar days after the opening of the bid without the
consent of the owner.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Toggle navigation Solicitations Tabulations, Awards, and Recommendations

City of Phoenix

Bid Due: 7/09/2024

Vehicle Rental Services BPM005905 Vehicle Rental Services 5/1/2024 12:00:00 AM Vehicle rental Department

State Government of Arizona

Bid Due: 6/07/2024