Similar Projects
Shredding Services - Tulsa District Office
Term Contract
Design
Tulsa, OK 74137

Aqua Ammonia (Liquid Ammonium Hydroxide)
Term Contract
Sub-Bidding
Tulsa, OK 74103

Condition-Based Pole Inspection and Ground Line Treatment
Term Contract
Sub-Bidding
Stillwater, OK 74074

Bird Deterrent Devices and Installation
Term Contract
Post-Bid
Lexington, OK

P21-037 Plating Chemical Environment Preventative / Remedial Maintenance Service
Term Contract
Post-Bid

Portable Restroom Trailer
Results
Oklahoma City, OK

Pest Control Services
Results
Claremore, OK 74017

Pipe and Materials for Beaumont Water Line Replacement
Term Contract
Sub-Bidding
Norman, OK 73069

Natural Gas Consultant Services
Alteration
Post-Bid
Pawhuska, OK

Six Month Bids
Term Contract
Results
Arapaho, OK 73620

Extruded Panels
Term Contract
Sub-Bidding
Oklahoma City, OK 73131

Chemical Treatment of Bedbugs
Term Contract
Post-Bid
Oklahoma City, OK

Mowing, Janitorial, Park Cleaning, and Herbicide/Pesticide Application Services
Term Contract
Results
OK

Park Playground Equipment
Term Contract
Sub-Bidding
Amber, OK 73004

Bpa - Mcaap Portable Toilet Rentals (Local)
Term Contract
Post-Bid
McAlester, OK 74501

Last Updated 10/03/2022 08:03 PM
Project Title

QSYS Audio and Control Systems

Physical Address View project details and contacts
City, State (County) Fort Gibson, OK 74434   (Muskogee County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $200,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Cherokee Nation Entertainment, L.L.C., a wholly-owned tribal company of the Cherokee Nation, seeks qualified bid responses for the procurement and installation of a new QSYS Audio & Control system for Cherokee Casino Fort Gibson and Cherokee Casino Sallisaw. Questions will be answered by email only. No calls will be accepted. Questions may be sent to Talia Myres at talia.myres@cnent.com. It is the intention of CNE that if an acceptable proposal is received, the selected firm will be notified in writing. Any bid received more than ninety-six (96) hours, excluding Saturdays, Sundays, and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of Bids, shall not be considered and shall be returned unopened to the bidder submitting same. The bidder must supply all the information required by the Contract Documents. Please note that winning bid(s) will be published. Cherokee Nation Businesses, L.L.C. ("CNB ") reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bids for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, L.L.C. Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of the bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this R.F.P. will be subject to CNB Terms and Conditions. Your bid should indicate hourly ($) rate (when applicable), individual work effort, delivery schedule, or time of completion. Any item(s) with exceptions, substitutions, exclusions, additions, or qualifications must be noted and clearly indicated on return bid. Any request for information concerning bid posting is to be submitted in writing via email to Buyer listed; no verbal communication is to be initiated. In accordance with Cherokee Nation Law, 28 CNCA 20 no contractors or subcontractors of any Cherokee Nation entity may contract with any business owned by a first degree relative of any elected official of the Cherokee Nation. TRIBAL EMPLOYMENT RIGHTS OFFICE - This procurement is subject to Cherokee Nation Tribal Employment Rights Office ("TERO") regulations that include a fee of 1/2 of 1% of total contract award and, if applicable, the completion of a TERO Labor Agreement and payment of associated fees. The successful bidder's award will be published on the Cherokee Nation's procurement website, and their performance will also be measured, recorded, and reported to the Cherokee Nation. The complete Act is available by contacting the TERO OFFICE at Tahlequah 918-453-5000. TERO bidders are required to provide a copy, front and back, of their T.E.R.O. certificate with return bid(s) and failure to do so will result in such bidders not receiving the T.E.R.O. preferences afforded TERO bidders under the CNE procurement and contracting policies and procedures. CHEROKEE NATION GAMING COMMISSION (CNGC) - This requirement may be subject to CNGC policies and procedures. Licensing requirements may be required of the successful vendor(s) to be coordinated with the CNGC These requirements may include licensing fees as well security and background checks of vendor(s) employees. Current policies and procedures can be found on the Cherokee Nation website or by contacting the CNGC. office at 918-207-3834. BONDING NOTICE - CNB generally requires payment and performance bonds for all construction contracts in excess of $100,000. However, qualified TERO-certified firms are encouraged to bid, regardless of bonding capability. INSURANCE - CNB generally requires Worker's Compensation, Commercial and/or Comprehensive General Liability, and Automobile insurance for all awarded bids. Please refer to the Bid Documents for the specific coverages required for this bid. DEBARMENT - By submitting a response to this Request for Proposal, the Contractor certifies to the best of their knowledge and belief that the Subcontractor, the firm, or any of its principals are not presently debarred, suspended, or proposed for debarment by any federal, state, local or tribal entity. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined the Subcontractor rendered an erroneous certification, in addition to other remedies available to C.N.B. or its entities, CNB may terminate the contract resulting from this Request for Proposal for default.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents