CHEROKEE NATION

advertisement
Cherokee Nation
www.cherokee.org
REQUEST FOR BIDS
7 Passenger Vehicle
Bid Due Date: April 20, 2015
CHEROKEE NATION
P.O. Box 948
Tahlequah, OK 74465
(918) 453-5000
1
CHEROKEE NATION
BID REQUEST
7 Passenger Vehicle
The Cherokee Nation is accepting bids from interested parties for (1) one 7 passenger
vehicle. Interested parties are to provide a bid to furnish product equal to or better than
the specifications provided. Interested bidders must follow all directions outlined in this
bid packet including the utilization of mandatory bid response sheet to be considered
fully responsive.
The lowest most responsive, responsible bid will be the determining factor in awarding
this bid taking Indian Preference in accordance with Cherokee Nation Acquisition
Management Policy and Procedures. The successful bidder will be issued a purchase
order incorporating the bid response.
Bids are due Monday April 20, 2015 by 5:00 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. Bids may be faxed to the attention of Pam Jumper at (918) 458-4493 or (918)
458-7695 or e-mailed to pam-jumper@cherokee.org. It is the bidder’s responsibility to
ensure delivery of bid by Monday April 20, 2015 by 5:00 p.m. Any bids received after
the designated date and time will be ineligible for award.
Interpretation of the Bid Documents: All questions or requests for interpretation of the
bid must be submitted in written format to Cherokee Nation Acquisition Management.
Requests maybe e-mailed to pam-jumper@cherokee.org. Requests may also be faxed to
(918) 458-4493 or (918) 458-7695, Attention: Pam Jumper. Responses will be posted on
the website www.cherokeebids.org with the Request for Bid information.
Bid Acceptance: Bids will be accepted from Indian and Non-Indian bidders. Cherokee
Nation reserves the right to reject any and all bids. 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 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.
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) 453-5000. Proof of TERO
certification must accompany and be included in bid submittal.
Qualifications of Bidder: The NATION may make such investigations as deemed
2
necessary to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the NATION all such information and data for this purpose as the NATION
may request. The NATION reserves the right to reject any bid if the evidence submitted
by, or investigation of, such bidder fails to satisfy the NATION such bidder is properly
qualified to carry out the obligations of the contract and to complete the work
contemplated therein. Conditional bids will not be accepted.
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. Award
shall be to the lowest, most responsive/reasonable bid in accordance with Cherokee
Nation Acquisition Management Policy and Procedures. 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 sealed 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 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: 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. All sums due to any
suppliers utilized by successful bidders must be paid or will be paid within ten (10) days
of receipt of any money received from the Cherokee Nation under any purchase order.
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
A prospective contractor seeking to receive Indian Preference under this contract must be
certified as an Indian-owned firm by the Cherokee Nation Tribal Employment Rights
Office (TERO) and submit proof of that certification with their bid.
4
SPECIFICATIONS
This bid request is for a 7 passenger vehicle equal to or better than a
Dodge Caravan. Must seat 7, must be a 2015 model.
PowerTrain
3.6-Liter V6 24-Valve VVT Engine 6-Speed Automatic 62TE Transmission
Gross Vehicle Weight / Payload Rating Touring Suspension
COLORS & INTERIORS
Leatherette Seats Black / Light Graystone Interior Colors Brilliant Black
Crystal Pearl Coat Exterior Paint
OPTIONS
Exterior 17-Inch x 6.5-Inch Aluminum Wheels 225/65R17 BSW Touring
Tires Interior Radio 130 AM/FM/CD/MP3 2nd-Row Buckets with Fold-inFloor Seats
ALL STANDARD FEATURES
Model HighLights/ Key Features
Additional Key Features
Advanced Multistage Front Airbags, Supplemental Side-Curtain Airbags in
All Rows, Keyless Entry with Immobilizer, Front and Rear Air Conditioning
with Heater, Power Heated Exterior Mirrors with Manual Fold-Away,
Electronic Stability Control, Supplemental Front Seat-Mounted Side
Airbags, Power Quarter Vented Windows, Power Front One-Touch, 2ndRow Windows, 2nd-Row Power Windows, Interior Observation Mirror,
Exterior Mirrors with Heating Element, Tilt / Telescope Steering Column,
Touring Suspension, 2nd/3rd-Row Stow 'n Go® w/3rd-Row Tailgate Seats,
5
Driver Inflatable Knee-Bolster Airbag, Sliding Driver-Side Door with Glass,
Sliding Passenger-Side Door with Glass, Tire Pressure Monitor with
Warning Lamp, Power Rack-and-Pinion Steering, 3-Zone Manual
Temperature Control, Lower Instrument Panel Storage Bin, Rear Grocery
Bag Hooks, Trailer Sway Damping, Black Finish Instrument Panel Bezel,
Highline Door Trim Panel, Integrated Roof Rail Crossbars, Bright Side Roof
Rails, Leather-Wrapped Shift Knob, and Leather-Wrapped Steering Wheel.
Additional Key Features
Engine/Transmission
3.6-Liter V6 24-Valve VVT Engine, 6-Speed Automatic 62TE
Transmission, AutoStick® Automatic Transmission, and Fuel Optimizer
Calibration.
Multimedia
Radio 130 AM/FM/CD/MP3, 6 Speakers, Steering Wheel Mounted Audio
Controls, 1-Year SiriusXM Radio Service, SiriusXM Satellite Radio w/ 1-Yr
Radio Subscription, Remote USB Port, Uconnect® Voice Command with
Bluetooth®, and Uconnect® Hands-Free Group.
Seating
Black Seats, Leatherette Bucket Seats, Active Head Restraints, Power 8Way Driver Seat, Power 2-Way Driver Lumbar Adjust, 2nd/3rd-Row Stow
'n Go® w/3rd-Row Tailgate Seats, and LATCH Ready Child Seat Anchor
System.
Wheels/Tires
Tire Carrier Winch, 225/65R17 BSW Touring Tires, Yokohama Brand
Tires, and 17-Inch x 6.5-Inch Aluminum Wheels.
EPA est. MPG
EPA est. MPG: 17 city/25 hwy.
Interior & Exterior
6
Additional Features
"Dodge" Badge, "Grand Caravan" Badge, "SXT" Badge, 1-Year SiriusXM
Radio Service, 12-Volt Auxiliary Power Outlet, 12-Volt DC Front and Rear
Power Outlets, 120-MPH Primary Speedometer, 160-Amp Alternator, 20Gallon Fuel Tank, 2nd-Row B-Pillar Assist Handles, 2nd-Row Buckets with
Fold-in-Floor Seats, 2nd-Row Overhead 9-Inch VGA Video Screen, 2ndRow Overhead DVD Console, 2nd-Row Overhead Interior Assist Handles,
2nd/3rd-Row Stow 'n Go® w/3rd-Row Tailgate Seats, 3rd-Row Overhead 9Inch VGA Video Screen, 40 GB Hard Drive with 28 GB Available, 5-Year
SiriusXM Travel Link Service, 6.5-Inch Touchscreen Display, 730-Amp
Maintenance Free Battery, A-Pillar Passenger Assist Handle, Active Head
Restraints, Air Filtering, Anti-Lock 4-Wheel Heavy Duty Disc Brakes,
Audio Jack Input for Mobile Devices, Automatic Headlamps, AutoStick®
Automatic Transmission, Belt Moldings, Black / Bright Grille, Black Finish
Instrument Panel Bezel, Black Interior Accents, Black Seats, Blu-Ray /
DVD Player, Bluetooth® Streaming Audio, Body-Color Body Side
Molding, Body-Color Door Handles, Body-Color Fascias, Body-Color
Running Boards by Mopar®, Body-Color Sill Applique, Bright Belt
Moldings, Bright Side Roof Rails, Cup Holders with Overhead Illumination,
Daytime Running Lamps, Delete Roof Rack, Delete Spare Tire, Door
Courtesy Lamps, Driver-Side Sun Visor with Mirror, Dual Glove Boxes,
Dual Note Electric Horns, Easy Clean Floor Mats, Electronic Stability
Control, Engine Block Heater, Engine Oil Cooler, Fixed Long Mast
Antenna, Floor and Cargo Area Carpets, Fog Lamps, Front Courtesy / Map
Lamps, Front Passenger Seat Belt Alert, Fuel Optimizer Calibration,
Headlamps with Turn-Off Time Delay, Heated Front Seats, Heavy Duty
Engine Cooling, Heavy Duty Radiator, Heavy Duty Transmission Oil
Cooler, High Definition Multimedia Interface, Highline Door Trim Panel,
Instrument Cluster with Tachometer, Instrument Panel, Integrated Roof Rail
Crossbars, Interior Observation Mirror, Keyless Entry with Immobilizer,
Leather-Wrapped Shift Knob, Leather-Wrapped Steering Wheel, Left Power
Sliding Door, Left Rear Quarter Trim Storage Bin, Liftgate Flood Lamp,
Low Washer Fluid Warning Signal, Non-Adjustable Pedals, Non-Locking
Fuel Filler Cap, Outside Temperature Display in Odometer, Overhead
Console, Overhead Storage Bins, Passenger-Side Sun Visor with Mirror,
Power 2-Way Driver Lumbar Adjust, Power Liftgate, Power Rack-andPinion Steering, Premium Interior Accents, Rear Dome Lamp, Rear Grocery
Bag Hooks, Rear Window Defroster, Rear Window Wiper / Washer, Right
Power Sliding Door, Silver Accent Stitching, Single Rear Overhead
7
Console, SiriusXM Satellite Radio w/ 1-Yr Radio Subscription, Sliding
Door Alert Warning, Sliding Driver-Side Door with Glass, Sliding
Passenger-Side Door with Glass, Speed Control, Super Console, Tilt /
Telescope Steering Column, Tip Start, Tire Inflator Kit (No Compact Spare),
Tire Pressure Monitor with Warning Lamp, Tire Pressure Monitoring
Sensor, Touring Suspension, Trailer Sway Damping, Uconnect® Web by
Mopar®, Variable Intermittent Windshield Wipers, Video Remote Control,
Wireless Headphones (IR), Yokohama Brand Tires.
Climate Control Options
3-Zone Manual Temperature Control, Front and Rear Air Conditioning with
Heater
Exterior Paint Procedures
Monotone Paint
Glass
Sunscreen Glass
GVWR Packages
Gross Vehicle Weight / Payload Rating
Mirrors
Auto-Dimming Rearview Mirror w/Microphone, Body-Color Exterior
Mirrors, Exterior Mirrors with Heating Element, Power Heated Exterior
Mirrors with Manual Fold-Away.
Sound System Components
Lower Instrument Panel Storage Bin, Remote USB Port, Steering Wheel
Mounted Audio Controls, Uconnect® Voice Command with Bluetooth®.
Speaker Systems
6 Speakers
8
Tires
225/65R17 BSW Touring Tires
Wheels
17-Inch x 6.5-Inch Aluminum Wheels and 17-Inch x 6.5-Inch Polished
Alum w/Gloss Black Pckt.
Performance Engine 3.6-Liter V6 24-Valve VVT Engine
Transmission 6-Speed Automatic 62TE Transmission
Safety & Security Convenience/Security Options 2nd-Row Power
Windows, Advanced Multistage Front Airbags, Driver Inflatable KneeBolster Airbag, LATCH Ready Child Seat Anchor System, Power 8-Way
Driver Seat, Power Door Locks, Power Front One-Touch, 2nd-Row
Windows, Power Quarter Vented Windows, Supplemental Front SeatMounted Side Airbags, and Supplemental Side-Curtain Airbags in All
Rows.
Dimensions & Capacities Exterior Dimensions
Ground Clearance - at curb weight - Running Ground Clearance: 5.6,
Overall Body Width: 78.7, Overall Height - Without Roof Rack: 68.9,
Overall Length: 202.8, Overhang - Front: 37.8, Overhang - Rear: 43.8, Track
- Front: 65.6, Track - Rear: 64.8, Turning Diameter - curb-to-curb - Left:
39.1, Turning Diameter - curb-to-curb - Right: 39.1, and Wheelbase: 121.2.
Interior Dimensions
Cargo Capacity - Behind First-Row Seat: 143.8, Cargo Capacity - Behind
Second-Row Seat: 83.3, Cargo Capacity - Behind Third-Row Seat: 33.0,
Head Room - Front: 39.8, Head Room - Second Row: 39.3, Head Room Third Row: 37.9, Hip Room - Front: 58.4, Hip Room - Second Row: 65.0,
Hip Room - Third Row: 48.7, Leg Room - Front: 40.7, Leg Room - Second
Row: 36.5, Leg Room - Third Row: 32.7, Passenger Interior Volume: 163.5,
Seating Capacity - Maximum Seating: 7, Seating Capacity - Standard
Seating: 7, Shoulder Room - Front: 63.7, Shoulder Room - Second Row:
64.1, Shoulder Room - Third Row: 62.0, and Trunk Lift-Over Height: 24.4.
9
Capacities/Weights
Base Curb Weight - Automatic Trans: 4510, Capacity/Weights - Fuel Tank
Capacity: 20.0, Capacity/Weights - Gross Vehicle Weight Rating (GVWR) :
6050, Towing Capacity - Maximum: 3600, Weight Distribution - Automatic
Trans - Front : 56.0, and Weight Distribution - Automatic Trans - Rear: 44.0.
Basics
Brakes - Front: Disc, Brakes - Rear: Disc, Driveline Configuration: FWD,
EPA Classification: MINIVAN2, Maximum Number of Doors: 4, Steering:
Rack & Pinion, Suspension - Front: Ind, Suspension - Rear: Twist Beam,
Tires - Aspect Ratio: 65, Tires - Construction: R, Tires - Spare Tire Type:
Compact, Tires - Type: P, Tires - Wheel Diameter: 17.0, Tires - Width: 225,
Tops - Standard Top: HF, and Vehicle Type: Passenger Van.
Mobility
Body Opening Width : 34.1, Open Door Angle: 68, Open Door Trim to
Body: 28.4, Seat Cushion Height from Ground: 32.1, Seat Cushion to
Rocker Panel: 10.5, Step-Out Height : -1", Step-Out Width: 8.5, and StepOver Height from Ground: 15.9.
Warranty Warranty
Basic - Miles: 36,000, Basic - Months: 36, Powertrain - Miles:
100,000,Powertrain - Months: 60, Roadside Assistance - Miles: 100,000,
Roadside Assistance - Months: 60, Rust-Through - Miles: 100,000, and
Rust-Through - Months: 60.
Specifications were provided by Department.
Please bid equal to or better than specifications provided.
10
MANDATORY BID RESPONSE SHEET
7 Passenger Vehicle
Product Description
7 Passenger Vehicle
QTY
1
UNIT COST
TOTAL
___________
____________
GRAND TOTAL BID
$___________________
LEAD TIME ARO: ___________________________________________
COMPLETE VEHICLE SPECIFICATIONS ARE FULLY MET AND
ATTACHED: ______ YES _____NO
**Cherokee Nation will consider bids for product equal to or better. If not bidding exact product,
complete details and specifications for product must be submitted with bid.**
NOTE TO BIDDERS REGARDING INDIAN PREFERENCE:
TERO Certified Contractor: _____ Yes _____ No
(Proof of certification must accompany all bids)
Major Cherokee Employer: _____ Yes _____ No
(Bidder must contact TERO at 918-453-5000 for this preference)
SUBMITTED:
________________________________________________
Company Name
________________________________________________
Company Address
________________________________________________
Authorized Signature
________________________________________________
Print Name & Title
________________________________________________
Phone/Fax Numbers
11
Download