The Wyandotte Nation is requesting the services of a professional Architect/Engineer to oversee the planning and construction of an expansion to the Lost Creek Recycling Center, located at 4 Turtle Drive, Wyandotte, Oklahoma 74370. The construction project will include site preparation, a 1,750 ft² expansion to the existing facility, and improvements to include the installation of two large fans, an upgrade to LED lighting, raised awning over south side of existing building, infrared heating and required electrical, a ventilation fan, relocation of a frost free hydrant and nearly 1,000 yd² of concrete improvements.
Wyandotte Nation will comply with Indian Preference requirements. We will refer to our Procurement Policy if, and when, conflict is identified between Section 3 and Indian Preference requirements.
Selection will be based on a firm’s ability to work with the Tribe and experience of similar projects.
The project location is in close proximity to existing Tribal facilities, on land owned by the Wyandotte Nation.
Interested parties should contact Christen Lee, Planning and Natural Resource Director, at 918-678-6341 or by email at
The United States Environmental Protection Agency and the Wyandotte Nation have determined that the above request for professional services is subject to 25 U.S.C. Section 450e(b) of the Indian Self Determination and Education Assistance Act, which provides that any contract, subcontract, grant or sub-grant pursuant to any act authorizing grants to Indian organizations or for the benefit of Indians shall require that to the greatest extent feasible
- Preference and opportunities for training and employment shall be given to Indians; and
- Preference in award of contracts and subcontracts shall be given to Indian organizations and Indian-owned economic enterprises as defined in section 3 of the Indian Financing Act of 1974 (25 U.S.C. 1452)
Any applicant seeking to qualify for the above preference in the award of this contract must submit to the Wyandotte Nation proof of Indian ownership.
Such proof may include but is not limited to:
- Certification by a federally recognized Indian tribe or other evidence that the applicant is a tribal member and therefore eligible to receive preference. The Wyandotte Nation shall accept the certification of a tribe (such as TERO) and that the individual is a member.
- Evidence such as majority, stock ownership, structure, management control, financing and salary or profit sharing arrangements to the enterprise.
The Wyandotte Nation reserves the right to reject any or all proposals.
EVALUATION CRITERIA
The following evaluation criteria shall be used to rate and rank each offer and technical qualification statement submitted. A select number of offers who meet the minimum threshold requirements may be given an opportunity to present a brief presentation to the evaluation panel. The presentation is optional as part of the selection criteria and any information provided will only supplement the information submitted in the technical qualifications statement. As a minimum threshold requirement each offer is required to provide evidence that the Architect/Engineer firm is currently (1) registered in the state of residence or (2) carries “Errors and Omissions” insurance. Any offer which does not meet this threshold requirement will be disqualified and receive no further consideration.
THE FOLLOWING FACTORS & POINTS WILL BE UTILIZED IN THE SELECTION PROCESS
Factor 1: Professional Qualifications and Experience – List of expected key personnel who will be performing tasks under the resulting contract. Include resume’s for all engineering disciplines including, but not limited to: electrical, mechanical, civil, structural, environmental, interior designs, LEED, and cost estimates .Include any specialized experience and technical competence in the type of work required including, but not limited to, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 0-15 points
Factor 2: Past Performance – Past performance of projects with government agencies and / or private industry in terms of cost control, quality of work and compliance with budgets and timelines. Include no more than five (5) recent past performance projects including knowledge of design standards, technical manuals, and specifications. 0-10 points
Factor 3: Experience in Construction Period Services – Experience in construction period services to include professional inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, participation on Owner-Architect – Contractor meetings, and support for construction contract changes, such as drafting statements of work, issuing drawing revisions, and providing cost estimates. 0-10 points
Factor 4: Small Business Opportunities – The extent to which potential contractors identify and commit to the use of minority businesses, women’ business enterprises, labor surplus and firms, and other types of small business as contractors are used, when possible. 0-5 points
Factor 5: Location – Located in the general geographical area of the project and knowledge of the locality of the project. 0-4
Factor 6: Eligibility – The extent to which the A-E firm and potential contractors and subcontractors to be awarded have not been debarred, suspended, or ineligible. 0-5 points
Factor 7: Indian Organization Or Indian-Owned Enterprise – Provide a minimum of one (1) form of documentation as evidence of an Indian Organization or Indian-Owned professional A-E firm. Indian Preference will only be given to firms who provide current certification as an Indian organization or Indian-owned Professional Engineer Firm. Failure to provide proof of certification with this proposal or within three days of opening the bid packet may result in denial of Indian Preference. 0-1 Point