Request for Proposals
Kerr Hydroelectric Project Submittal Technical and Report Writer
Section 1: Project Overview and General Bid Information

Proposals shall be submitted to the following address:

Tom McDonald, Manager
Division of Fish, Wildlife, Recreation and Conservation
301 Main Street
Polson, MT 59860
(406) 883-2888 ext 7288
tomm@cskt.org
Please direct questions regarding this RFP to Tom McDonald.

Bids are due by close of business on October 2, 2013.

1.1 Project Overview
Under programs mandated by the Federal Energy Regulatory Commission’s (FERC) Kerr Project Order as amended, the Tribes are protecting aquatic and riparian habitats and fish and wildlife resources on the south half of Flathead Lake, along the lower Flathead River, and throughout other areas of the Flathead Reservation. Various projects are detailed in the Tribes’ Kerr Project Fish and Wildlife Implementation Strategy (FWIS) (a requirement of Kerr Project License Article 63), the Kerr Project Habitat Acquisition and Restoration Plan (HARP) (License Article 65), and the Kerr Project Revised Fish Stocking, Supplementation, and Reintroduction Plan (FSSRP) (License Article 64). Annual reports describing progress on these activities and detailed work plans describing project work in the two years following each annual-report year are submitted annually to the Tribal Council, DOI, FERC and other consulting state and federal agencies and groups.
The purpose of this request for proposals (RFP) is to identify a contractor or contractors who can assist the Tribes with professional technical writing skills in the preparation, research, editing and development of technical reports, completion of a Fisheries Draft Environmental Impact Statement (DEIS), and assist in the development of multimedia educational materials.

1.2 Scope of Work
The contractor(s) shall provide the following services.
Prepare for filing with the Federal Energy Regulatory Commission the annual Kerr submittals required by the fish and wildlife mitigation articles contained within the license for the Kerr Hydroelectric Project No. 5-506 with the Federal Energy Regulatory Commission. All documents must be drafted to comply with the mitigation articles of the FERC license as well as requirements set forth by the Secretary of Interior. Assist in development of multimedia educational materials to increase public awareness of the goals of the Division of Fish, Wildlife, Recreation and Conservation. Provide services to assist the Tribes as they write a Fisheries Draft Environmental Impact Statement (DEIS).

1.3 Contractor Notification
Potential contractors are expected to be familiar with Fisheries Draft Environmental Statement (DEIS) and the Federal Energy Regulatory Commission’s (FERC) Kerr Project Order as amended.

The contractor will work closely with the Division of Fish, Wildlife, Recreation and Conservation Manager and the Fisheries, Wildlife and the Information & Education Program Manager.

1.4 Contractor Qualifications and Proposal
Qualifications of the responsible personnel involved in the work and appropriate credentials, references and examples of technical writing, editing and materials production experience. Relevant work experience must be shown in the resume or projects identified. Resumes of all individuals who may be involved in subcontracting and or working on any aspect of the project must be included.
Potential contact bidders must demonstrate their capacity to complete the scope of work for the projects. This shall be submitted as a proposal and shall:
• Include a Statement of Qualifications (SOQ), including details of similar contracts completed, and at least three references and phone numbers;
• Demonstrate the Contractor’s ability to provide services as requested in the scope of work;
• Demonstrate that contractor has a minimum of 5 years experience completing similar types of work;
• Resumes(s) shall be included for key personnel.
• Present costs for completing the scope of work.
• Present a work plan that ties together all elements of the proposal.
The entire proposal shall be submitter to the Manager, Division of Fish, Wildlife, Recreation and Conservation before a contract is awarded.

1.5 Submittals
The following submittals are required:
1. The Contractor’s proposal, as detailed in Section 1.4 (electronic submittals are acceptable);
2. Proof of Contractor’s public liability insurance, or proof that individual is an independent contractor.
Submittals shall be delivered to the Manager, Division of Fish, Wildlife, Recreation and Conservation as indicated below. Copies shall be clear and legible.

Section 2: Proposal Review and Timeline

2.1 Proposal Review Criteria
The project will be awarded to a Contractor based on the following criteria:
1. Project costs, including labor rates, incidental rates and markup.
2. Proposal including Statement of Qualifications, experience and demonstrated capacity to complete work.
3. Ability to complete the project within the project schedule.
4. Compliance with Confederated Salish and Kootenai Tribes procurement procedures.

2.2 Contract Considerations
The selected Contractor will be required to execute a standard format Confederated Salish and Kootenai Tribes contract prior to initiating the project. Standard components of the contract are available for review on request from the Tribes.
The selected Contractor will either need to provide proof of insurance, or have proof of insurance on file with the Tribes.
Indian Preference:
1. This is an Indian Preference Bid.
2. Tribal contractors who wish to receive Indian preference must obtain certification by the Indian Preference Office as a legitimate Indian-owned business prior to the submission of bids. Proof of Indian Preference Certification must be included with your bid in the form of a copy in the Certificate issued by the Indian Preference Office. Be advised that evidence of your membership or affiliation with the Tribe does not constitute Indian Preference Certification. The Indian Preference Office must certify you in order to claim preference.

The selection of the successful contractor and award of this project will be per the provisions of the Confederated Salish and Kootenai Tribes Preference Ordinance 101A.
3. It is the sole responsibility of the bidder to obtain and provide proof of Indian Preference certification from the Indian Preference Office.

2.3 Project Timeline
The Kerr technical writing and reporting will have to be completed between January and June of each fiscal year (minimum of 2 years). A second phase of the DEIS is the Jocko Educational Project, which will begin in January and continue for two consecutive fiscal years.

2.4 Proposal Submission Due Date and Tribal Contact 
Bids are due by close of business on October 2, 2013.
Proposals shall be submitted to the following address:

Tom McDonald, Manager
Division of Fish, Wildlife, Recreation and Conservation
301 Main Street
Polson, MT 59860
(406) 883-2888 ext 7288
tomm@cskt.org
Please direct questions regarding this RFP to Tom McDonald.