Skip to content Skip to navigation

Archived RFPs & RFQs

Snow Removal 2020-2022

Please consider this document as formal Request for Proposal (RFP) for snow removal services for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am October 1st, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded.

All bidders shall contact Director of Business Operations and Facilities Rachid Elabed at 734-652-3303 (cell), relabed@accesscommunity.org between the hours of 9 am & 4 pm M-F to review the scope of work and/or participate in a site visit of all facilities.

 

Scope of Work:

ACCESS requests a seasonal snow removal price, with ice melt/salt/brine included, for the noted locations in Schedule A. All locations include parking lot plowing, salt/ice melt, clearing of walks (from edge to edge or edge to street where applicable) and entries & emergency exits unless otherwise specified in Schedule B. Vendor agrees to furnish all labor, materials and insurance to perform the above work.

  • We are requesting a 2 year contract with fixed pricing
  • Service event (plow, de-ice, shoveling) will be triggered when there is a minimum of 1.5” of snow or more.
  • Snow must be properly placed to minimize loss of parking spaces.
  • Vendor(s) shall be responsible for all repairs or damages to ACCESS property caused by his/her equipment, personnel or materials used.
  • The Vendor is to report to Facilities Manager and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress. Furthermore, any operator leaving ACCESS sites in an unsatisfactory condition will be required to return and complete the job with no additional compensation.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all bids, in part or in total, for any objective or subjective reason whatsoever. Late bids will not be accepted. If a proposal is selected, it will be the most advantageous regarding price (See: "Low Bidder" following), quality of service, the Vendors' qualifications and capabilities to provide the specified service, and other factors which the ACCESS may consider. ACCESS does not intend to award a bid fully on the basis of any response made to the proposal; ACCESS reserves the right to consider proposals for modifications at any time before a Bid would be awarded, and negotiations would be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs. ACCESS at its sole discretion may award this bid to one or several contractors whatever is deemed in the best interest of ACCESS.

Low Bidder: The lowest responsive, responsible bid will be based on the cost per month per facility, demonstrated ability to perform the work and history of performance.

 

Legal Requirements – The Contractor will comply with all federal, state and local laws & regulations, including but not limited to all applicable OSHA/MIOSHA requirements and the Americans with Disabilities Act.

Contract Changes/Modifications - Changes mutually agreed upon by the ACCESS and the Contractor will be incorporated into this contract by written amendments signed by both parties.

Contingent Upon Funding - Contracts conditioned upon availability of funds. If funding is cut and services must be reduced or discontinued, a 30-day notice will be provided.

Disputes - Any disputes arising out of this agreement shall be governed by the laws of the State of Michigan.

Overpayments - Contract debts are amounts that have been paid to a contractor to which the contractor is not currently entitled under the terms and conditions of the contract; or are otherwise due from the contractor under the terms and conditions of the contract.

Schedule of Service & Delays - Snow removal will be completed by no later than 8:00 am, seven (7) days a week. During business hours, snow will be removed within two hours of end of snowfall, seven (7) days a week. In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, the ACCESS may contract out these duties itself and receive from the vendor the cost incurred.

Termination for Convenience: ACCESS may terminate this contract at any time for any reason by giving at least thirty (30) days’ notice in writing to the Vendor. If the contract is terminated by the ACCESS as provided herein, the vendor will be paid a pro-rated payment as negotiated with the ACCESS for the work completed as of the date of termination.

Termination for Cause - ACCESS may terminate the whole or any part of this Agreement, by written notice of default to Vendor, in any one of the following circumstances:

(a) if Vendor fails to perform any duties or obligations within the time specified herein or any written extension thereof granted by Customer;

(b) if Vendor so fails to make progress as to endanger performance of this Agreement in accordance with its terms;

(c) if Vendor fails to comply with any of the material terms and conditions of this Agreement. Such termination shall become effective if Vendor does not cure such failure within a period of ten (10) days after written notice of default by Customer;

(d) If the other party is declared insolvent or bankrupt, or makes an assignment for the benefit of creditors, or a receiver is appointed or any proceeding is demanded by, for or against the other under any provision of the Federal Bankruptcy Act or any amendment thereof.

Upon termination, ACCESS may procure, upon such terms as it shall deem appropriate, services similar to those so terminated. Vendor shall continue performance of this Agreement to the extent not terminated.

Payment - ACCESS payment terms are 14 business days from receipt of invoice. Invoicing will be done on a monthly basis for equal amounts of the entire contract during the snow season. ACCESS, by law, is exempt from State and Federal Taxes.

Term – ACCESS is requesting a 2 year contract for snow services beginning November 1, 2020. Insurance Requirements - The Vendor will maintain at its own expense during the term of this Contract, the following insurance:

1. Workers' Compensation Insurance with Michigan statutory limits and Employers Liability Insurance with a minimum limit of $100,000 each accident for any employee. 2. Comprehensive/Commercial General Liability Insurance with a combined single limit of $1,000,000 each occurrence for bodily injury and property damage. ACCESS shall be added as "additional insured" on general liability policy with respect to the services provided under this contract. 3. Automobile Liability Insurance covering all owned, hired and non-owned vehicles with Personal Protection Insurance and Property Protection Insurance to comply with the provisions of the Michigan No Fault Insurance Law, including residual liability insurance with a minimum combined single limit of $1,000,000 each accident for bodily injury and property damage. Insurance policies shall not contain endorsements or policy conditions which reduce coverage provided to ACCESS. Vendor shall be responsible to ACCESS or insurance companies insuring ACCESS for all costs resulting from both financially unsound insurance companies selected by Vendor and their inadequate insurance coverage. Vendor shall furnish the Facilities Manager with satisfactory certificates of insurance or a certified copy of the policy, if requested by the Facilities Manager.

 

Schedule A: Locations

Main Office, 2651 Saulino Ct, Dearborn, MI 48120 (313) 842-7010

Arab American National Museum, 13624 Michigan Ave, Dearborn, MI 48126 (313) 582-2266

The Annex, 13620 Michigan Ave, Dearborn, MI 48126

Community Health & Research Center, 6450 Maple St, Dearborn, MI 48126 (313) 216-2200

Employment & Human Services Center, 6451 Schaefer Rd, Dearborn, MI 48126 (313) 945-8380

Hope House, 6470 Williamson St, Dearborn, MI 48126 (313) 582-5979

ACCESS Community Health & Research Center, 4301 and 4247 E. 14 Mile Rd, Sterling Heights,

(586) 722-6036

 

Schedule B: Additional Information

1. ACCESS Schaefer Employment & Human Services Center 6451 Schaefer Rd. – Service/pricing combined with ACCESS Maple Community Health & Research Center 6450 Maple St. location as they share a parking lot. Invoice to reflect both addresses.

2. ACCESS Main Office 2651 Saulino Court - Service additional parking wells off Saulino Ct. and Lowrey St., surrounding the facility.

3. Arab American National Museum 13624 Michigan Ave. & The Annex 13620 Michigan Ave. – Sidewalks and entrances only, stop service at buildings on either side. Service/pricing combined. Invoice to reflect both addresses.

4. ACCESS Hope House 6470 Williamson St. - Lot, drive, sidewalks, emergency exits

5. ACCESS Macomb Community Health & Research Center - Macomb County 4301 E. Fourteen Mile Rd. – Service/pricing combined with 4247 E. Fourteen Mile Rd. location as they share a parking lot. Lot, sidewalks, emergency exits & porches. Invoice to reflect both addresses.

 

 

 

Schaefer Building Renovations

Please consider this document as formal Request for Proposal (RFP) for 6451 Schaefer, Dearborn renovations for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am August 31st, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded. Blueprints are available upon request.

All bidders shall contact Director of Business Operations and Facilities Rachid Elabed at 734-652-3303 (cell), relabed@accesscommunity.org(link sends e-mail) between the hours of 9 am & 4 pm M-F to review the scope of work and/or participate in a site visit of all facilities.

Scope of Work:

ACCESS is soliciting bids for renovations at 6451 Schaefer, Dearborn, MI 48126. Please provide pricing for the renovations included in this request below. We are interested in the following service overhaul listed below in detail.

 

Flooring:

  • Removal of existing VCT and carpet and trim under all workstations throughout the building and dispose
  • Provide and install new 1/8” VCT
  • Strip and seal new tile for wax finish
  • Removal of existing cove base
  • Provide and install 6” rubber cove base, black throughout common areas

 

Carpentry (Exterior Walls):

  • Install insulation and drywall on all exterior walls on first and second floor including windows
  • Finish and prep walls for paint

 

Carpentry (Interior Wall):

  • Remove one wall approximately 25 ft in Behavior health department
  • Prep and finish wall

 

Carpentry (Kitchen areas):

  • Remove existing cabinets, countertops, sinks, and faucets in three(3) kitchen areas
  • Provide and install new 72” upper and lower cabinets
  • Provide and install new 72” commercial grade countertops
  • Provide and install new sinks and faucets with levered handles
  • Install one dish washer in first floor kitchen

 

Painting:

  • Prep all walls and common areas, hallways, restrooms, stairways, and classrooms and offices, patch as needed.
  • Apply two coats eggshell water-based commercial grade paint (color chosen by owner)
  • Prep and paint all steel stairway and emergency exit doors and frames with water based epoxy paint (color chosen by owner)
  • Prep and paint all handrails and 2nd level railing with water based epoxy paint (color chosen by owner)

 

Carpentry (Four restrooms):

  • Remove all existing restroom partitions and attached dispensers.
  • Provide and install new stainless steel partitions, positioned according to ADA requirements
  • Provide and install new dispensers, positioned according to ADA requirements
  • Remove existing mirrors
  • Provide and install replacement mirrors
  • Remove existing countertops
  • Provide and install new commercial grade countertops
  • Provide and install new lavatory sinks in all restrooms with faucets
  • Replace kick plates on four restroom doors

 

Electrical:

  • Remove existing light fixtures over mirrors in four restrooms
  • Provide and install new fixtures in four restrooms
  • Remove light switches in four restrooms
  • Provide and install dual-technology sensor switch (motion and ultrasonic) 

 

 

Payroll Vendor Search 2020

Please consider this document as formal Request for Proposal (RFP) for payroll services for ACCESS. Bids should be submitted to procurements@accesscommunity.org by 10 am November 13, 2020. Bids must be accompanied by a completed version of the RFP document located at https://www.accesscommunity.org/download/file/fid/203 and 3 references.

All invitations to bid issued by ACCESS will bind bidders and successful bidders to the conditions and requirements set forth in this Scope of Work, and such conditions shall form an integral part of any purchase contract awarded.

All bidders shall contact HR Generalist Meredith Steih at (313) 550-2293, Msteih@accesscommunity.org between the hours of 9:00 am & 4:30 pm M-F to review the scope of work.

Scope of Work:

ACCESS is seeking the services of a qualified Payroll/HR solutions provider with expertise in outsourced payroll processing and related payroll services to successfully provide these services to meet the payroll, human resource and general ledger needs in the most cost-effective and efficient manner possible.

Qualified firms wishing to respond to RFP – “Payroll/HR solutions” must provide all equipment and materials described in this document, whether directly or through subcontractors/sub-consultants. This does not, however, limit the use of sub-contractors or sub-consultants.

It is anticipated that the solution will be completely installed, integrated with the financial software, and staff trained before the end of the current calendar year (December 31, 2020)

We are requesting the following features highlighted in the proposal:

  • Time and labor Management
  • Payroll
  • HR Management
  • Learning Management System
  • Electronic Benefits Module
  • Integration timeline and staff training plan

Vendor(s) shall be responsible for all repairs or damages to ACCESS property caused by his/her equipment, personnel or materials used.

The Vendor is to report to the Human Resources Director and/or his designee and will cooperate and confer with him/her as necessary to insure satisfactory work progress.

Furthermore, any operator leaving ACCESS sites in an unsatisfactory condition will be required to return and complete the job with no additional compensation.

Vendor Selection Criteria - ACCESS reserves the right to reject any or all bids, in part or in total, for any objective or subjective reason whatsoever. Late bids will not be accepted. If a proposal is selected, it will be the “best value” (See: "Best Value" following), quality of service, the Vendors' qualifications and capabilities to provide the specified service, and other factors which the ACCESS may consider. ACCESS does not intend to award a bid fully based on any response made to the proposal; ACCESS reserves the right to consider proposals for modifications at any time before a Bid would be awarded, and negotiations would be undertaken with that Vendor whose proposal is deemed to best meet ACCESS' specifications and needs. ACCESS at its sole discretion may award this bid to one or several contractors whatever is deemed in the best interest of ACCESS. Bids will be reviewed and evaluated on a weighted system to determine best value.

Proposals will be reviewed and scored as follows:

  • Time and labor Management ~ 10 points
  • Payroll ~ 20 points
  • Price ~ 20 points
  • Learning Management System ~ 10 points
  • Electronic Benefits Module ~ 10 points
  • HR Management ~ 10 points
  • Integration and staff training plan ~ 20 points

 

Based on the criteria above, using a 100 point scale the vendor that accumulates the highest score wins the bid.

“Best Value” means that ACCESS will, in an evaluation of each proposal submittal, consider factors other than just cost in making the award decision.

Legal Requirements – The Contractor will comply with all federal, state and local laws & regulations, including but not limited to all applicable OSHA/MIOSHA requirements and the Americans with Disabilities Act.

No Contract – This notice is provided for information and invitation for offers to contract only and is not to be construed as: (a) an offer to contract; or (b) as a contract in and of itself.

No Assumption – ACCESS assumes no responsibility or liability for costs incurred by the Contractor prior to the effective date of any contract resulting from this RFP. Further, Contractor may be required to obtain licenses, liability insurance, and to comply with certain laws and regulations, including but not limited to, the Americans with Disabilities Acts and Equal Opportunity Employment.

Heading and Captions for Convenience Only – Headings and captions included in this this document are included herewith for the sake of convenience only and offer no substantive guidance and are not to be examined for purposes of interpretation.

Independent Contractor – Any contract issued because of this RFP shall not be construed as creating a relationship of employer and employee, or principal and agent, or master and servant. Rather Contractor and ACCESS shall assume the responsibility for the acts of their respective employees, agents, representatives, staff, consultants, and subcontractors, and should Contractor’s proposal be accepted only an independent contractor relationship shall exist between Contractor and ACCESS.

No Assignment – A contract awarded under this RFP shall not be assignable in any form or portion without the written consent of ACCESS.

Contract Changes/Modifications - Changes mutually agreed upon by the ACCESS and the Contractor will be incorporated into this contract by written amendments signed by both parties.

Contingent Upon Funding - Contracts conditioned upon availability of funds. If funding is cut and services must be reduced or discontinued, a 30-day notice will be provided.

Disputes - Any disputes arising out of this agreement shall be governed by the laws of the State of Michigan.

Overpayments - Contract debts are amounts that have been paid to a contractor to which the contractor is not currently entitled under the terms and conditions of the contract; or are otherwise due from the contractor under the terms and conditions of the contract.

Schedule of Service & Delays – In the case that the Contractor(s) cannot meet the deadlines in this Scope of Work, the ACCESS may contract out these duties itself and receive from the vendor the cost incurred.

Termination for Convenience: ACCESS may terminate this contract at any time and for any reason by giving at least thirty (30) days’ notice in writing to the Vendor. If the contract is terminated by the ACCESS as provided herein, the vendor will be paid a pro-rated payment as negotiated with the ACCESS for the work completed as of the date of termination.

Termination for Cause - ACCESS may terminate the whole or any part of this Agreement, by written notice of default to Vendor, in any one of the following circumstances:

(a) If Vendor fails to perform any duties or obligations within the time specified herein or any written extension thereof granted by Customer;

(b) If Vendor so fails to make progress as to endanger performance of this Agreement in accordance with its terms;

(c) If Vendor fails to comply with any of the material terms and conditions of this Agreement. Such termination shall become effective if Vendor does not cure such failure within a period of ten (10) days after written notice of default by Customer;

(d) If the other party is declared insolvent or bankrupt, or makes an assignment for the benefit of creditors, or a receiver is appointed or any proceeding is demanded by, for or against the other under any provision of the Federal Bankruptcy Act or any amendment thereof.

Upon termination, ACCESS may procure, upon such terms as it shall deem appropriate, services like those so terminated. Vendor shall continue performance of this Agreement to the extent not terminated.

Term – ACCESS is requesting a 3-year contract for Payroll/HR solutions services beginning January 1, 2020

RFP for CAAP Website

About Us:

Center for Arab American Philanthropy (CAAP) is a project of ACCESS, a human services organization with multiple locations in the metro Detroit area specializing in employment, health, education, social services and far reaching national initiatives in addition to CAAP such as the Arab American National Museum and the National Network of Arab American Communities.

CAAP is a philanthropic institution specializing in providing various donor services to benefit Arab-American Communities.

Project Summary:

Center for Arab American Philanthropy is in need of a responsive website built on a flexible and easy to use platform to allow for non-technical staff to effectively manage the site from a content creation standpoint.

The site must be easy to use and management workflows must be clearly defined.  Any and all workflows designed for the site (custom or otherwise) must be demonstrated during the development process to ensure ease of operation and to ensure the solution meets all requirements.  The development process must allow for the exchange of feedback to enable remediation in the event a component does not function as expected.

Robust analytics functionality must be integrated into the site (the use of 3rd party tools such as Google Analytics is permissible). The site must allow for the easy integration of social media content.

Project Specifications:

The Center for Arab American Philanthropy requires project planning, design, and engineering services to facilitate the creation of a new website. Site goals must be determined and a sitemap must be developed once content and structure requirements are designated. Design mock-ups must be provided and approved prior to implementation.  The process must allow for multiple iterations to ensure the design template meets all requirements.

Base content requirements include the following items:

Internal Pages conveying information about CAAP and the provided grant making and donor services.
News Articles including news content (if applicable) and blog entries.  Blogging should be functionality built into the site and should not require the use of 3rd-party services.
Event Entries for free or ticketed proceedings.  These events will presumably be contained within an events calendar and may contain items linking to partner organization sites.  Content that does not link to partner organization sites will allow for the processing of registrations and the payment of any applicable fees directly on the site.  An easy to use reporting mechanism must be integrated to allow for the easy extraction of complete sales/registration data.
Grants are to be published and easily searchable.  Grant content needs to be searchable based on multiple criteria.  Grant information currently resides within a hosted solution called Donor First.  We would like to explore the possibility of pulling the information via an API if one exists, but if not, an easy to use back-end workflow must be created to allow for data entry.  The required fields for collection and search are: (so far) focus area, location, and grantmaking funds.
Teen Grantmaking Initiative content must be targeted towards youth and must be designed with that audience in mind.
Donations must be accepted through the site.  End-users must be able to choose a specific fund to apply their donation to and administrative users must be able to easily manage the fund options available (add/remove).

Additional content types may be defined and become required during the planning phase of the project.

Additional ecommerce considerations include the implementation of a notification system to alert administrative staff of new registrations/donations/ticket sales, and the patron must receive a visually appealing html based confirmation.  Administrative users must have some flexibility in regard to the content of the customer-facing notifications.  Basic reporting functionality must be included to allow for the viewing and export of sales data pertaining to donation and event transactions.  The process pertaining to all ecommerce related items must allow for multiple iterations to ensure the solution provided functions as specified and required.

Deliverables:

The vendor will work with CAAP to develop and provide a sitemap.
The vendor will develop and provide design template mockups prior to implementation.
The vendor will provide access to a test environment throughout development of the site.
The vendor will develop all functionality requirements—specifically ecommerce--with usability in mind and will provide multiple iterations of any provided component if deemed necessary.
The vendor will provide thorough documentation (including all custom code utilized) and direct end-user training to enable the client to support the site in the future.
The vendor will provide support services to migrate the completed site to the client’s production environment if required.
The vendor agrees to provide warranty for all services rendered for a reasonable amount of time.

Timeframe: Proposals are to be received no later than March 13, 2015. ACCESS will choose a winning proposal no later than March 27, 2015. ACCESS requires the project to be completed by January 15, 2016.

Budget: To be discussed with prospective vendors.

Submission Instructions:  Please send all proposals to Chelsea Liddy at cliddy@accesscommunity.org. She may also be reached at 313-297-4265 for more information. 

Deadline: 
March 13, 2015

RFQ: Emergency Systems PM & Inspections

Scope of Work: RFQ needed for Emergency Systems PM Inspections. It is understood pricing will vary based on equipment onsite. Criteria for selection will be based on pricing, references (minimum of 3 provided by bidder), and amount of trucks on the road for emergency service. Pricing will need to include straight and overtime rates. See Schedule B for locations and equipment listing.

Vendor Selection Criteria: We encourage minority and women-owned businesses to apply and will check all bidders against the System for Award Management (SAM).

In addition, the vendor selection criteria will be based on 3 references, amount of service vehicles and technicians available (especially during emergency service requests) and rates for straight and overtime hours.

Requirements: It is required that all work be done by a licensed vendor. All material will be specified and the above work will be performed in a substantial workmanlike manner. The bidder, having visited the site and examined the proposed work as outlined above, having examined the site of the proposed work, and with all conditions surrounding construction of the proposed project including availability of material and labor, hereby proposes to furnish all labor, materials, tools, equipment, machinery, transportation, perform all work, provide all services, and to perform all work in accordance with the outline of the scope. The bidder also understands that any measurements in the scope of the work are not exact and are given for references only. The bidder is to make his walk through, examine the work area, make his own measurement of the work, and then submit his price for each item. The owner will not be liable for any extras on this work unless the owner adds work to the scope.

Deadline for Proposal: Jan 23, 2015
Projected Date of Completion: Mar 01, 2015

Schedule A: Location(s) Where Work Will Be Performed:

Main Office, 2651 Saulino Ct, Dearborn, MI 48120 (313) 842-7010
Arab American National Museum, 13624 Michigan Ave, Dearborn, MI 48126 (313) 582-2266
Maple, 6450 Maple St, Dearborn, MI 48126 (313) 216-2200
Schaefer, 6451 Schaefer Rd, Dearborn, MI 48126 (313) 945-8380
Hope House, 6470 Williamson St, Dearborn, MI 48126 (313) 582-5979
Macomb, 4247 E. 14 Mile Rd, Sterling Heights, MI 48310
Macomb, 4301 E. 14 Mile Rd, Sterling Heights, MI 48310 (586) 722-6036
Ferndale, 963 Allen, Ferndale, MI 48220 (248) 629-7629

 

Schedule B: Additional Information: List of locations and services needed:
ACCESS
2651 Saulino Ct.
Dearborn, MI 48120

ACCESS
6450 Maple
Dearborn, MI 48126

ACCESS 
6451 Schaefer
Dearborn, MI 48126 

ACCESS-Hope House
6470 Williamson
Dearborn, MI 48126

Annual Fire Alarm Inspection
Annual Wet Sprinkler System Inspection
Annual Inspection of Fire Extinguishers
Annual Emergency & Exit Light Inspection
Backflow Testing
______________________________________________________

ACCESS
4301 E 14 Mile Rd.
Sterling Heights, MI 48310

Annual Inspection of Fire Extinguishers
Annual Emergency & Exit Light Inspection
Backflow Testing

4247/4259 E 14 Mile Rd.
Sterling Heights, MI 48310

Annual Wet Sprinkler System Inspection
Annual Inspection of Fire Extinguishers
Annual Emergency & Exit Light Inspection
Backflow Testing

________________________________________________________

Arab American National Museum (AANM)
13624 Michigan Ave.
Dearborn, MI 48126

Annual Fire Alarm Inspection
Annual Wet Sprinkler System Inspection
Annual Inspection of Fire Extinguishers
Annual Emergency & Exit Light Inspection
Standpipe Inspection 
Annual Fire Pump Test
Backflow Testing
______________________________________________________________

963 Allen Rd.
Ferndale, MI 48220

Annual Inspection of Fire Extinguishers

More information can be found here.

Deadline: 
January 23, 2015

RFQ for Food Service Vended Meal Companies

Arab Community Center for Economic & Social Services (ACCESS)

Attn: Food Service Vended Meal Companies

 

ACCESS is seeking competitive bids for food and non-food items for the Child and Adult Care Food Program and the Summer Food Service Program. This may be a multi-award contract.  The Vendor would provide vended meal services in accordance with United States Department of Agriculture regulations and State of Michigan Department of Education guidelines and policies. The contracting process is subject to federal procurement regulations.

 

A pre-bid meeting is scheduled for December 3, 2014, at 11:00 am at the Large Conference Room at 2651 Saulino Ct., Dearborn, MI 48120. Copies of the Invitation for Bid will be available at this time.  Attendance is required. Interested vendors may contact Zainab Huber at 313-842-5123.

 

Sealed bids will be opened on January 6, 2015 at ACCESS Youth & Family Center at 11:00 am at the Large Conference Room at 2651 Saulino Ct., Dearborn, MI 48120.

Deadline: 
January 6, 2015

Request for Quotation (RFQ) for Evaluation Services

October 10, 2014

Agency requesting quotation: ACCESS

ACCESS is seeking evaluation services for our ACCESS to School Readiness project, serving families with children ages 0-5 in the Dearborn/Southwest Detroit area. Evaluators must follow current evaluation plan, without any major changes (see attachment).

Scope of Work:

For a detailed scope of work and project timeline, please see the attached Subgrantee Evaluation Plan.

ACCESS intends to award an independent evaluation firm for evaluation services listed in the Subgrantee Evaluation Plan for Years 3-5 of the project. Due to the nature of the evaluation and the extensive learning curve, we would like the bid to be for the three year period; listing costs for each year separately, while providing a total for all inclusive pricing. Each year’s renewal shall be subject to the annual review and recommendation of the project director.

Basis for selection: Size of firm, number of staff available to work on project, turn around time, reputation and experience of firm and staff, and cost of all evaluation services.

ACCESS receives the right to reject any and all proposals submitted and to request additional information from all proposers. Any contract awarded will be made to the firm that is determined to be the best qualified to the evaluation.

 

 

Deadline: 
December 19, 2014

RFP/RFQ ACCESS Food Procurement

In order to view active RFQ/RFP documents, please click on the link below.  If you wish to submit a bid, please send bids and this completed form to procurements@accesscommunity.org by the posted deadline in order to be considered. We encourage minority and women-owned businesses to apply and will check all bidders against the System for Award Management (SAM).

AWARD CONSIDERATION:

 

The Organization will consider the following as factors in the award decision: price, warranty, service, financial capability, compliance with specifications/intent, availability to perform, and other parameters relevant to the Organization's needs. ACCESS reserves the right to waive all technicalities in selecting or rejecting any or all proposals, which satisfy or fail to satisfy the Organization's best interests.

 

MICHIGAN LAW:

 

All vendors must comply with the laws of Michigan, which require persons or entities to be authorized and/or licensed to do business in this state. Applicable statutes may exempt or exclude the successful vendor from this requirement.  Notwithstanding this fact, all matters and disputes that may arise under the contract and performance thereof shall be subject to the jurisdiction and process of the courts of the State of Michigan, including any questions as to liability for taxes, licenses, or fees levied by the state or its political subdivisions.

 

IT IS UNDERSTOOD AND AGREED THAT THIS BID, WHEN CERTIFIED BY AN AUTHORIZED SIGNATURE, SHALL CONSTITUTE AN OFFER, WHICH WHEN ACCEPTED IN WRITING BY THE ORGANIZATION'S FISCAL OFFICE AND SUBJECT TO THE TERMS AND CONDITIONS OF SUCH ACCEPTANCE, WILL CONSTITUTE A VALID AND BINDING CONTRACT BETWEEN THE ORGANIZATION OF MICHIGAN AND THE BIDDER/CONTRACTOR SUBMITTING SUCH OFFERING. ALL FIRMS WISHING TO DO BUSINESS WITH THE ORGANIZATION MUST LIST THEIR FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. (IF INDIVIDUAL).

 

 

Pages