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

Concert of Colors Hotel

AANM is looking for a hotel to host artists during the 25th Concert of Colors.

 

Scope of Work:

The current estimate is as follows:

July 12: 4 singles, 1 suite

July 13: 4 doubles, 4 singles, 1 suite

July 14: 7 doubles, 10 singles, 1 suite

July 15: 10 doubles, 23 singles, 1 suite

July 16: 7 doubles, 31 singles

 

Total room nights = 140

 

*Sponsorship opportunities are available in exchange for in-kind rooms. Please review the sponsorship packet attached.

 

Determination Process:

Winning proposals will be determined by the following graded criteria (a total of 100 points):

  • Cost (50 points)
  • Quality of Proposal (25 points)
  • Flexibility (25 points)
Deadline: 
April 14, 2017

2017 ACCESS Spring Appeal Mailing

ACCESS is looking for a professional printing and mailing house to print, sort and distribute its 2017 spring fundraising appeal.

Scope of work

Our 2017 spring appeal mailing will include between 3,000 and 5,000 individual addresses. Each address will be sent an appeal package, which includes:

  • single page, onesided standard sized letter ( 8.5 x 11.0 inches),  printed on ACCESS letter head
  • ACCESS branded envelopes (#10)
  • Business reply return envelope (#9).
  • appeal reply cards (8.5 x 3.5 on standard card stock)

Text and graphics will be supplied by ACCESS for each of the pieces listed above.

This mailing must be delivered to the post office by Monday, April 24 2017.

Determination Process

Winning proposals will be determined by the following graded criteria (a total of 100 points):

  • Cost (50 points)
  • Additional services provided (25 points)
  • Proposal quality (25 Points)

Deadline

Please email proposals to procurements@accesscommunity.org. Proposals must be received by no later than April 7, 2017. All bidders will receive a decision notice by April 10, 2017.

Deadline: 
April 7, 2017

MOVE venue

About Us:

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

Project Summary:

On November 16 – 18, 2017, ACCESS and its three national institutions – the Arab American National Museum (AANM), the Center for Arab American Philanthropy (CAAP) and the National Network for Arab American Communities (NNAAC) – will convene jointly in a summit to Mobilize, Organize, Vocalize and Empower (MOVE) the national Arab American community. This unique gathering will provide an opportunity for stakeholders and allies to connect and form relationships, dialogue with and learn from one another about the most pressing issues facing the community and develop a shared agenda for social change.

In an unprecedented effort, MOVE 2017 will bring together members of this community for three packed days of programming that will include compelling plenary speakers, nontraditional and innovative workshop sessions, presentations, performances from Arab American artists and more. MOVE 2017 will reach 450 attendees representing thousands of Arab Americans from their respective institutions across the United States, comprising a diverse audience of philanthropists, artists, activists, youth, and community organizations. 

ACCESS requires a venue to host the MOVE Summit.

Event Specs:

Event dates: November 16 – 18, 2017

  • 70 hotel rooms needed November 16 – 17
  • Breakout rooms needed November 17 – 18

Space and capacity:

  • 450 anticipated attendees
  • Will need banquet space for 450 at breakfast both days
  • Will need between 5 – 7 breakout rooms that fit 50 – 100 people
  • Prayer room
  • Lounge area
  • Strolling/open networking space
  • Exhibitor space
  • Space to incorporate art (small individual performances,

Food and beverage:

  • Meals needed: Breakfast 11/17 and 11/18; lunch needed 11/17 and 11/18; snacks/breaks needed 11/17 and 11/18
  • If possible, we’d like to be able to bring in outside meals – our audience will be Arab Americans so if we can bring in Arab meals attendees will appreciate that
  • Open networking lunches, not plated meals

Transportation:

  • We may need an airport shuttle, a youth shuttle, a shuttle to the Arab American National Museum, a shuttle to the reception venue in Detroit, and a shuttle to the dinner venue in Detroit
  • We’ll need parking for 150 – 200 people

Budget: To be discussed with prospective vendors.

Selection Criteria:

  • Overall cost
  • Features and services offered
  • Alignment of the proposal with our intended vision
  • Convenience of parking and transportation
  • Location: Dearborn or Detroit preferred

Timeframe: Proposals are to be received no later than February 15. ACCESS will choose a vendor no later than February 24.

Submission instructions: Please send all proposals to Christi Taylor at ctaylor@accesscommunity.org. She may also be reached at 313-297-4273 for more information.

Deadline: 
February 15, 2017

Let’s MOVE Forward Website RFP

About Us:

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

Project Summary:

ACCESS requires project planning, design, and engineering services to augment its Let’s MOVE Forward advocacy website and create an add-on subsite for its MOVE summit. 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.

The site must be easy to use and management workflows must be clearly defined. 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.

The site must be visually compelling and allow video and other visual content to be embedded into existing pages by non-technical staff.

Robust analytics functionality must be integrated into the site (the use of 3rd party tools such as Google Analytics is permissible).

Project Specifications:

Base content requirements include the following items:

  • Pages should be flexible and allow non-technical staff to embed 3rd -party widgets, applications and visual content.  
  • Summit separately branded subsite for information related directly to the summit. This site must:
    • Allow for the processing of registrations and the payment of any applicable fees directly on the site and allow for multiple registration types at different price points. This feature should also allow individuals to register guests.
    • Have an integrated, easy to use reporting mechanism to allow for the easy extraction of complete sales/registration data.
    • Feature separate and distinct areas in which we can feature conference speaker bios, a conference schedule, conference plenaries and conference sponsors. We must have the ability to link directly to each of these sections in emails and social media posts.
  • The ability to integrate a 3rd party text action widget  
  • A mechanism for soliciting donations after an action has been taken on the advocacy site
  • A website search engine

 

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 ACCESS 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.

Budget: To be discussed with prospective vendors.

Selection Criteria: Proposals will be chosen based on (in descending order of importance):

  • Overall cost
  • Features and services offered
  • Alignment of the proposal with our intended vision
  • Developer’s experience in working with nonprofits

Timeframe: Proposals are to be received no later than February 3, 2017. ACCESS will choose a winning proposal no later than February 13, 2017. ACCESS requires the project to be fully completed by April 28, 2017.

Submission Instructions:  Please send all proposals to Jared Mouro at jmouro@accesscommunity.org . He may also be reached at 313-842 -1927 for more information.

 

Deadline: 
February 3, 2017

EXHIBITION PLANNING AND EVALUATION

EXHIBITION PLANNING AND EVALUATION

Arab American National Museum

March – June 2017

The Arab American National Museum is in the midst of a multi-year plan to update our permanent exhibits to reflect recent shifts in immigration patterns from the Arab World.  These shifts have led to a surge in immigrants from countries that are under represented in the Museum’s current exhibits (particularly Sudan, Somalia, Morocco, and Egypt).

We are working with researchers across the country in these immigrant and refugee communities to conduct the necessary background work required to update exhibits. This work will be complete in April 2017.

We wish to work concurrently with a consulting firm to help us transition to the next phase of the project – translating the research into meaningful, memorable, engaging permanent exhibits for our audiences.  The exhibits will transform the final ¼ of our “Coming to America” exhibit gallery.

 

To that end, we are seeking bids to provide the following services:

Conceptual Planning (with staff)                                                                                                   March 1-15, 2017

We wish to have a staff retreat during which a consultant would lead us in the development of a unified exhibition theme we can all support.  We also wish to be lead in the development of a unified vision of the desired impact of these new exhibits and associated programs.

Summative Evaluation (current exhibit)                                                                                       March 1- 31, 2017

We wish to work with a consultant who will assess the effectiveness of the current exhibits in this portion of the “Coming to America” exhibit gallery.  We hope to use this as a baseline from which we can measure the increase in the impact of the new exhibits.  We anticipate the evaluation will include the following four visitor types: middle school students, teachers, senior citizens, Arab American immigrants/refugees.

Front End Evaluation                                                                                                         March 1 – April 30, 2017

We wish to work with a consultant who will conduct front end evaluations to determine what our visitors already know about the exhibition’s topic, what they are most curious to learn about, and what, if any, misconceptions they may have about this new wave of immigrants and refugees. We anticipate the evaluation will include the following four visitor types: middle school students, teachers, senior citizens, Arab American immigrants/refugees.

Formative Evaluation                                                                                                                    June 1 – 10, 2017

Once preliminary exhibit concepts are defined, we wish to work with a consultant to conduct formative evaluation to determine the functionality and efficacy of the proposed exhibits. We anticipate the evaluation will include the following four visitor types: middle school students, teachers, senior citizens, Arab American immigrants/refugees.

 

In order to fairly assess responses to the RFP, we request each service be quoted separately.

Proposals are due February 3, 2017.  Submit proposals here:procurements@accesscommunity.org.

Selection of the consulting firm will be made on or before February 13, 2019.

Any questions should be directed to: echilton@accesscommunity.org  (Please send Elizabeth your contact information if you would like her to share with you answers to any questions that are asked.)

 

Deadline: 
February 3, 2017

Pages