Legal Aid Workshop Trainer

Similar documents
REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSAL

Purchase, Installation, and Training of a Tribal Data Management System

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)

REQUEST FOR PROPOSAL

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposals (RFP) to Provide Auditing Services

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

Request for Proposal. Independent Living

Etna Riverfront Park and Trail: Design and Engineering RFP

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Request for Proposal. Parenting Education

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

Request for Proposal. Interpretation/Translation Services

ONEONTA CITY SCHOOL DISTRICT Office of the Business Manager 31 Center Street Oneonta, NY Phone: (607) , ext Fax: (607)

CITY OF LYNWOOD REQUEST FOR PROPOSALS For BUSINESS LICENSE SERVICES

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY AFFORDABLE HOUSING PROGRAM REQUEST FOR PROPOSALS FOR AUDITING SERVICES

FINANCIAL AUDITING SERVICES. July 10, :00 PM

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

LEGAL NOTICE Request for Proposal for Services

DOUGLAS COUNTY REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDIT SERVICES. To be considered, the proposal must be sent to:

Request for Proposal for: Financial Audit Services

West Central Texas Municipal Water District REQUEST FOR PROPOSALS TO CONDUCT AN INDEPENDENT MANAGEMENT AUDIT

Request for Proposal for: Financial Audit Services

BERKELEY CHARTER EDUCATION ASSOCIATION

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal PROFESSIONAL AUDIT SERVICES

City of York, Pennsylvania Request for Proposals For Professional Auditing Services

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Proposals

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSAL

Information Technology Business Impact Analysis Consulting Services

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Request for Proposal (RFP)

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS. Phone# (928)

Request for Proposal (RFP)

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

City of Arlington, Texas LOCAL & MWBE POLICY

Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # KTSSDTANF

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

City of Malibu Request for Proposal

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

GOODWILL YOUTHBUILD GED/High School Education Instruction

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Energy Efficiency Programs Process and Impact Evaluation

RFP FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS AND PROPOSALS

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

REQUEST FOR PROPOSAL Architectural Services

Muskegon Community College Request for Proposal General Contractor for Remodel of Planetarium

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

RE: Request for Proposal Number GCHP081517

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

OWENS VALLEY CAREER DEVELOPMENT CENTER

TORRES MARTINEZ DESERT CAHUILLA INDIANS ADOBE EXPERIENCE MANAGER FORMS SOFTWARE

CITY OF COFFEYVILLE, KANSAS REQUEST FOR PROPOSALS FOR ELECTRICAL ENGINEERING, SUBSTATION MAINTENANCE, TESTING & SUPPORT SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

REQUEST FOR PROPOSALS No

CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016

C (Procedure) Small, Minority, Women and Veteran Owned Business Enterprise Program PURPOSE DEFINITIONS

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

Legal RFP Questions and Answers February 14, 2014

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

Contract Compliance Program

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Procedure Manual. Minority/Women Business Enterprise Program

Transcription:

REQUEST FOR PROPOSAL FOR Legal Aid Workshop Trainer PROPOSAL NO. FY2011/061 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040 KEY INFORMATION Opening Date September 15, 2011 Contact: Phone Closing Date October 14, 2011 10:00 AM Return Location Purchasing/Property Manager Marnita Parr, CPP, CPPM 509-458-6550 E-mail Marnitap@spokanetribe.com Delivery Address 6195 Ford/Wellpinit Rd Wellpinit WA 99040 PO Box 100 1

REQUEST FOR PROPOSAL I. INTRODUCTION The SPOKANE TRIBE OF INDIANS seeks to retain reasonable, responsive, responsible, and qualified vendor who is capable of accomplishing the entire scope of work as listed below and according to this RFP. Awarded vendor and all interested vendors must be a licensed, legal professional who can provide legal advise, consultation and training to TANF clients. Awarded vendor must be able and willing to provide at least 30-hours per week, for 3-consecutive years to TANF clients. The service will be formatted in multiple venues of service as listed in the scope of work below. Funding for this award will be from DSHS/TANF Funding, which is listed as Federal Funding. The Spokane Tribe of Indians operates under its own governmental system and has established its own tribal court system. There are no expressed or implied obligation for the SPOKANE TRIBE OF INDIANS to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. Your proposal and proposal amount shall remain valid for a period of one hundred (160) days from the closing date. The SPOKANE TRIBE OF INDIANS reserves the right to retain all proposals submitted and to use any ideas in the proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals. To be considered for the engagement, one master copy, and three copies of the proposal must be received by Marnita Parr, CPP, CPPM, Purchasing/Property Manager, Spokane Tribe of Indians, P.O. Box 100, Wellpinit, WA 99040 on or before October 14, 2011, at 10:00 A.M. The SPOKANE TRIBE OF INDIANS reserves the right to reject any or all proposals submitted. Proposals submitted will be evaluated by selected individuals from the Spokane Tribe of Indians, the Spokane Tribal TANF Program, and the purchasing/property department. During the evaluation process the SPOKANE TRIBE OF INDIANS reserves the right, where it may serve the SPOKANE TRIBE OF INDIANS best interest, to request additional information or clarifications from proposers or allow corrections of errors or omissions. At the discretion of the SPOKANE TRIBE OF INDIANS, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. II. DESCRIPTION OF THE SPOKANE TRIBE OF INDIANS In the early existence of the Spokane Tribe, over three million acres of land were lived upon, protected and respected by the Spokane Indians. The Spokane Indians fished the Spokane River and used the grand Spokane Falls as a gathering place of family and friends. The Spokane s lived along the river in three bands known as the Upper, Middle and Lower Spokane Indians. Depending upon the season of the year, traditional camp sites were lived in. As in the past, national resources are protected by the Spokane Indians. 2

The Spokane Tribe was awarded and authorized to provides services and funding to Spokane Tribal enrolled members and other native Indians within 6 counties of the surrounding tribal reservation. The Spokane Tribe was awarded the Federal TANF Program in 2003 with an addition of the 477 program in 2006. Currently the combined programs provide services for 500 plus clients, with offices located on the Spokane Indian Reservation and Spokane Washington. For more information on the Spokane Tribe of Indians please visit our website at www.spokanetribe.com III. ASSISTANCE TO BE PROVIDED TO THE AWARDED VENDOR The awarded vendor s principal contact with the SPOKANE TRIBE OF INDIANS TANF Program for the Spokane area will be Mrs. Tiffany Adams, TANF Acting Director and Mr. Ricky Sherwood for the Spokane Reservation sites. The TANF department staff and responsible management personnel will be available during the year to assist the awarded vendor by providing information, documentation" and explanations of any questions needed by the vendor to properly conduct all necessary services needed under an approved contract. IV. PROPOSAL REQUIREMENT Inquiries concerning the request for proposals and the subject of the request for proposals must be made to the individual listed below. All questions regarding this request for proposal will be taken and/or answered up to October 6, 2011. All technical questions will be forwarded to the acting TANF director and relayed back to vendor by the purchasing/property manager. Marnita Parr, CPP, CPPM, Purchasing/Property Manager 509-458-6550 Submission of Proposals Proposers should send or hand deliver; the completed proposal to the following address: Marnita Parr, CPP, CPPM Purchasing/Property Manager Spokane Tribe of Indians P.O. Box 100, 6195 Ford/Wellpinit Rd Wellpinit, WA 99040 E-mails and/or faxed copies will not be accepted a) Technical Proposal A master copy (so marked) of a Technical Proposal and three copies to include the following: The purpose of the technical proposal is to demonstrate the qualifications, competence and capacity of the firms. The substance of the proposals will carry more weight than the form or manner of presentation. The technical proposal should 3

demonstrate the qualifications of the firm and of the particular staff to be assigned to this account. The technical proposal should address all the points outlined in the request for proposals excluding any cost information. The proposal should be prepared simply and economically, providing a straightforward, concise description of the proposer s capabilities to satisfy the requirements of the request for proposal. In addition; items 1 through 4 below must be included in the technical proposal document. 1) Title Page 2) Title page showing the request for proposal's subject; the firm's name; the name, address and telephone number of a contact person; and the date of the proposal. 3) Table of Contents 4) A signed letter briefly stating the proposer's understanding of the work to be done, a statement why the firm believes itself to be the best qualified to perform the required needs and a statement that the proposal is a firm and irrevocable offer for one hundred sixty days. THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT. Specific Approach The proposal should set forth a work plan, including an explanation of the methodology to be followed to perform the services required in this request for proposals. b) Cost Proposal 1) The proposer shall submit one, sealed, original dollar bid in a separate envelope marked as follows: SEALED DOLLAR PROPOSAL. Separate Dollar Amount Proposed The separate dollar amount proposed should contain all pricing information relative to performing the service requested in this proposal. The total all-inclusive maximum price Per Hours is to contain and individually broken out to show all direct and indirect costs including all out-of-pocket expenses. The SPOKANE TRIBE OF INDIANS will not be responsible for expenses incurred in preparing and submitting the technical proposal or the separate dollar bid. Such costs should not be included in the proposal. The first page of the separate dollar amount proposed should include the following information: 1. Name of Firm 2. Certification that the person signing the proposal is entitled to represent the firm empowered to submit a proposal and sign a contract with the SPOKANE TRIBE OF INDIANS. 3. A Total All-inclusive Maximum Price. 4. Rates by Partner, Specialist, supervisory and Staff Level Times Hours Anticipated for each 5. Any fees or other expenses that will be billed 4

Payments will be made on the basis of hours of work completed during the course of the engagement and out-of-pocket expenses incurred in accordance with the firm's separate dollar amount proposed. Interim billings shall cover a period of not less than a calendar month. V. SCOPE OF WORK TO BE PERFORMED Provide Legal Aid Workshops for clients on at least a monthly basis on topics that cover relevant issues that affect TANF clients. Provide private, walk-in clinics for legal matters for TANF clients Provide on-on-one follow-up assistance by telephone and/or in-person at the following locations: TANF Office, Spokane Washington, Courthouse, re-licensing project, public defender s office, division of child support, department of licensing, or other locations as needed Provide relevant printed material/resources to participants Assist participants by learning basic facts of participants cases through questionnaires and/or meeting privately with the participants during the latter part of each workshop Provide monthly data on the number of clients who attend workshops, utilized follow-up services and resolved legal barriers Prepare and organize daily activities and client assistance Create and maintain files, prepare and send letters, provide follow-up case-nots and staffing with caseworkers, develop new topics Lobby, network, attend meetings and continue legal education Notify clients and caseworkers of workshops The TANF Program will provide meeting/office space for workshops and meetings with clients. Food, beverage and supplies needed to provide services to clients will be provided by the TANF Program. Term of Engagement Awarded vendor will be obligated and authorized to sign and/or enter into a 3-year contract with the Spokane Tribe of Indians; in regards to the scope of work listed in this request for proposal, also the awarded vendor must be willing to extend the contract for an extended oneyear beyond the 3-year contract if needed or requested. Subcontracting If subcontractors are to be used, that fact, and the name of the proposed subcontracting firms, must be clearly identified in the proposal. Following the award of the contract, no additional subcontracting will be allowed without the express prior written consent of the SPOKANE TRIBE OF INDIANS. VI. GENERAL REQUIREMENTS Independence The firm should provide an affirmative statement that it is independent of the SPOKANE TRIBE OF INDIANS. The firm should also list and describe the firm's (or proposed subcontractor's) professional relationships involving the SPOKANE TRIBE OF INDIANS or any of its units for the past (5) 5

years together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the requested services. In addition, the firm shall give the SPOKANE TRIBE OF INDIANS written notice of any professional relationships entered into during the period of this agreement. License to Practice in Washington An affirmative statement should be included indicating that the vendor and all assigned key professional staff are properly licensed to conduct the type of assessment required in this proposal and in Washington State and/or to legally provide the kind/type of service requested in this proposal. Firm Qualifications and Experience The proposal should state the size of firm, the size of the firm's staff, the location of the office from which the work for the Spokane Tribe is to be performed and the number and nature of the professional staff to be employed in this engagement on a full-time basis and number and nature of the staff to be so employed on a part-time basis. The proposing vendor must include at least 3 references of similar accounts according to tribal and number or size of employees. If the Proposer is a joint venture or consortium, the qualification of each firm comprising the joint venture or consortium should be separately identified and the firm that is to serve as the principal should be noted if applicable. Partners, Supervisory and Staff Qualifications and Experience. The firm should identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice or provide this type of service in the state of Washington. Prior Engagements with the SPOKANE TRIBE OF INDIANS The firm should list separately all engagements within the last five years; for each engagement, the firm should indicate the scope of work, date, engagement partners, total hours, the location of the firm's office from which the engagement was performed, and the name and telephone number of the client's principal contact in the firm. Similar Engagements with Other Indian Tribes or Government Entities For the firm's office that will be assigned responsibility for this service, list the most significant engagements (maximum of 5) performed in the last five years that are similar to the engagement described in this request for proposals with other tribal entities and/or governments. Required Information When responding to this proposal, please provide the following information. Your experience and familiarity in providing the type of services requested to Native Americans. 6

Describe your experience in this type of service for tribal entities. Provide at least 3 references of tribes that you have provided the type of services requested. Describe what your company will undertake to satisfy the requirements of the services to be provided to the tribe Describe any unique services that you or your company will offer the tribe that will distinguish your company from other proposers. Describe how your company will keep the Spokane tribe up-to-date regarding progress. Please include a written acknowledgement that you understand that a Spokane Tribal Business license will be required to be purchased; if you do not hold a current license. Provide copies of appropriate documentations indicating your ability to practice and/or give legal advice in the state of Washington. Vendor must be willing to provide a copy of their valid Washington state drivers license if awarded Vendor must provide, with submitted technical portion a copy of their insurance certificate showing general liability, up to 1 million dollars and have included in the certificate holders location the Spokane Tribe of Indians Vendor must acknowledge in writing that they are prepared and willing to have all necessary background checks completed prior to completion of contract. VII. EVALUATION PROCEDURES Proposals will be evaluated using three sets of criteria for a maximum total of 100. The following represents the principal selection criteria, which will be considered during the evaluation process. Consideration will also be given to Native American, Minority or Woman owned business detailed in Section VIII below. 1. Responsiveness; reliability, responsibly and technical qualifications ( 40 pts) 2. Vendor s ability to meet and complete all requested items under the above scope of work (30 pts) 3. Proposal cost. (15 pts) 4. Vendors references (10 pts) 5. Indian Owned and/or Minority/Woman Owned Business (5 pts) (Vendors claiming this criteria must provide copies of all documentation regarding Indian owned, or minority/woman owned business) VIII. ADDITIONAL INFORMATION TO BE PROVIDED BY THE PROPOSER How many years has your organization provided the type of service or material designated in the attached Scope of Work? Supplier Diversity - Is your company at least 51% owned by a Native American, Minority or Woman owned (NA,M/WBE)? (Minority group members are United States citizens who are African-American, Asian - Indian American, Asian-Pacific American or Hispanic - American.) Ownership means the business is at least 51% owned by such individuals and, management and daily operations are controlled by them as well. Can your firm be classified as a Native American Enterprise? YES NO % Can your firm be classified as a Minority Owned Business? YES NO % 7

Can your firm be classified as a Women Owned Business? YES NO % Vendor s performance regarding NA,M/WBE placements will be considered as evaluative criteria for this and future contract awards. Vendor shall not discriminate against any subcontractors or employee regarding race, religion, color, gender, age, physical condition or national origin. IX. COVENANTS AGAINST KICKBACKS All conditions regarding covenants against kickbacks under 48CFR 52.203-7 apply. Failure to abide by the provisions of this section may, without further notice, result in the immediate termination of any contract awarded. X. RESERVATIONS THE SPOKANE TRIBE OF INDIANS RESERVES: 1. The right to reject any or all quotes, to serve in the best interest of the Spokane Tribe. 2. The right to negotiate with all or one respondent when such action is deemed to be in the best interest of the Spokane Tribe. 3. The right to cancel any agreement, if in its opinion there is a failure at any time to perform adequately the stipulations of the Scope of Work, or if there is any attempt to willfully impose upon the Spokane Tribe services which are, in the opinion of the Spokane Tribe, of an unacceptable quality. PUBLIC NOTICE NOTICE IS HEREBY GIVEN TO ALL PROSPECTIVE VENDORS PROVIDING BIDS; THE SPOKANE TRIBE OF INDIANS HAS ESTABLISHED A LOCAL ORDINANCE CONCERNING THE INDIAN PREFERENCE LABOR AND CONTRACTING OR SUBCONTRACTING. ALL VENDORS ARE REQUIRED TO CONTACT THE FOLLOWING PERSON AND OFFICE BEFORE SUBMITTING BIDS. Clyde McCoy, TERO Director Spokane Tribal Employment Rights Office PO Box 100 Wellpinit WA 99040 (509) 458-6529 8