RFP

Agencywide Strategic and Business Plan 

The San Francisco Arts Commission (SFAC) is seeking qualified applicants to submit proposals for the planning and development of an agencywide strategic and business plan to help SFAC build a system of accountability, provide tools to measure the agency's success and growth, and provide long-term assistance with agency goal setting.

Contact Term: Two (2) Years, with the City's option to extend the term for one (1) additional year for a total of three (3) years.

Anticipated contract not to exceed $374,000 for the allowable maximum term. 

Deadline to submit: March 6, 2023 by 5:00 p.m. PT
(The Proposal Due Date has been extended from January 30, 2023 to March 6, 2023). 

Request for Proposal graphic with a hand holding a sign with RFP written on it

Project Overview

GOODS AND SERVICES REQUESTED 

A. Goods and/or Services Requested  

  • This Solicitation is being issued by SFAC. SFAC is seeking qualified Proposers to provide Proposals for an agencywide strategic and business plan to build a system of accountability, provide tools to measure the success and growth, and provide long-term assistance with goal setting, in accordance with Appendix A, Scope of Work, to City’s Contract Terms (Attachment 1). 

B. Reserved. (Regulatory and Compliance Requirements Specific to the Goods/Services Solicited) 

C. Green Purchasing Requirements 

  • In preparation for any Proposal submitted in response to this Solicitation, Proposers are required to review the City Mandatory Green Purchasing Requirements to ensure all goods and services offered to City in response to this Solicitation comply with the City’s Green Purchasing Requirements. In addition, Proposers are encouraged to refer to Attachment 1, City’s Contract Terms, for additional details related to the Green Purchasing Requirements applicable to any contract awarded pursuant to this Solicitation.  

D. Reserved. Alternates and Samples 

E. Reserved. Freight on Board and Shipping Costs  

Download Full SFAC Strategic and Business Plan Request for Proposal Document

Download Answers to Frequently Asked Questions

Download Notice of Shortlisted Firms Invited to participate in oral interviews (Updated)

Notice of Intent to Award (Posted April 20, 2023)

Proposal Phase 

Tentative Date 

Request for Proposals Issued 

November 28, 2022 at 5 p.m. PT  

Written Questions Due Date 

December 12, 2022 at 5 p.m. PT  

SFAC Response to Questions 

December 19, 2022 at 12 p.m. PT

(See below for answers to Frequently Asked Questions

Proposal Due Date 

January 9, 2023 at 5 p.m. PT January 30, 2023 at 5 p.m. PT  March 6, 2023 at 5 p.m. PT

(The Proposal Due Date has been extended from January 30, 2023 to March 6, 2023) 

Short-Listing Notification for Oral Interviews 

January 23, 2023 February 13, 2023 March 20, 2023 (Posted March 27, 2023, Updated April 3, 2023)

Oral Interviews 

January 30, 2023 February 21, 2023 March 27, 2023 (Scheduled for April 6 & 11, 2023) 

Notice of Intent to Award 

February 6, 2023 at 12 p.m. PT March 6, 2023 at 12 p.m. PT April 10, On or before April 21, 2023 by 12 p.m. PT

Notice of Intent to Award Posted April 20, 2023

Period for Protesting Notice of Intent to Award 

Within three (3) business days of the City's issuance of a Notice of Intent to Award. 

Deadline: Tuesday, April 25, 2023 by 5:00 p.m,

Contract Administrator: 

Rally Catapang  

Deputy Director of Finance and Administration 
San Francisco Arts Commission  

401 Van Ness Avenue, 327 San Francisco, CA 94102  

Phone: (415) 252-2247  

Email: ART-info@sfgov.org  

 

Attachments 

This Request for Proposals (hereinafter “RFP” or “Solicitation”) is being issued by San Francisco Arts Commission (hereinafter, “SFAC or “City”). SFAC is seeking qualified suppliers (“Proposers”) to provide proposals (“Proposal”) for an agency wide strategic and business plan. 

The City has approximately 65 departments, ranging from small to very large. Some departments maintain facilities located outside of the geographic limits of the City. SFAC shall order goods and/or services covered by the awarded contract(s) through the issuance of individual Purchase Orders and/or Task Orders which shall be released against the awarded contract(s) during the contract term. 

When applicable and practical, Proposers are encouraged to engage contracting teams that reflect the diversity of the City and include participation of businesses and residents from the City’s most disadvantaged communities including, but not limited to the Bayview/Hunters Point, Chinatown, Mission, South of Market, Tenderloin, Visitacion Valley and Western Addition neighborhoods. 

Project Description

INTRODUCTION AND SOLICITATION SCHEDULE 

I. Introduction 

  • 1. General 
    • This Request for Proposals (hereinafter “RFP” or “Solicitation”) is being issued by San Francisco Arts Commission (hereinafter, “SFAC or “City”). SFAC is seeking qualified suppliers (“Proposers”) to provide proposals (“Proposal”) for an agency wide strategic and business plan. 
    • The City has approximately 65 departments, ranging from small to very large. Some departments maintain facilities located outside of the geographic limits of the City. SFAC shall order goods and/or services covered by the awarded contract(s) through the issuance of individual Purchase Orders and/or Task Orders which shall be released against the awarded contract(s) during the contract term. 
    • When applicable and practical, Proposers are encouraged to engage contracting teams that reflect the diversity of the City and include participation of businesses and residents from the City’s most disadvantaged communities including, but not limited to the Bayview/Hunters Point, Chinatown, Mission, South of Market, Tenderloin, Visitacion Valley and Western Addition neighborhoods. 
       
  • 2. Selection Overview 
    • The City shall award a contract to the Proposer that meets the Minimum Qualifications of this Solicitation whose Proposal receives the highest-ranking score. Responsive Proposals will be evaluated by a panel (“Evaluation Panel”) consisting of one or more parties with expertise related to goods and/or services being procured through this Solicitation. The Evaluation Panel may include staff from various City departments. Proposals will be evaluated based on the criteria outlined herein. If applicable, a Contract Monitoring Division (CMD) Contract Compliance Officer will assess Proposal compliance with Local Business Enterprise (LBE) requirements and assign a rating bonus to Proposal scores. The CMD-adjusted scores (if applicable) will then be tabulated, and Proposers will be ranked starting with the Proposer receiving the highest score, then continuing with the Proposer receiving the second highest score, and so on.  

A. Anticipated Contract Term 

  • A contract awarded pursuant to this Solicitation shall be non-exclusive with an original term of 2 years. The City at its sole, absolute discretion, shall have the option to extend the term for 1 additional year for a total of 3 years. 

B. Anticipated Contract Not to Exceed Amount 

  • A contract awarded pursuant to this Solicitation shall have a not to exceed (“NTE”) amount of $374,000 for the total allowable maximum term. This amount is based on City’s estimated spend over the advertised contract term. Should City’s actual spend exceed its estimated spend, City may in its sole discretion increase the contract NTE accordingly.  

C. Reserved. Indefinite Quantity, As-Needed Contract 

D. Cooperative Agreement 

  • Any other City department, public entity or non-profit made up of multiple public entities, may use the results of this Solicitation to obtain some or all of the commodities or services to be provided by Proposer under the same terms and conditions of any contract awarded pursuant to this Solicitation. 

E. Solicitation Schedule 

The anticipated schedule for this Solicitation is set forth below. These dates are tentative and subject to change. It is the responsibility of the Proposer to check for any Addenda to this Solicitation or other published pertinent information. 

Proposal Phase  Tentative Date 
Request for Proposals Issued  November 28, 2022 at 5 p.m. PT  
Written Questions Due Date  December 12, 2022 at 5 p.m. PT  
SFAC Response to Questions  December 19, 2022 12 p.m. PT 
Proposal Due Date  January 30, 2023 at 5 p.m. PT March 6, 2023 at 5 p.m. PT
Short-Listing Notification for Oral Interviews  February 13, 2023 March 20, 2023 at 5 p.m. PT (Posted March 27, 2023)
Oral Interviews  February 21, 2023 March 27, 2023 (Scheduled for April 6 & 7 11, 2023)
Notice of Intent to Award  March 6, 2023 at 12 p.m. PT April 10 April 21, 2023 by 12 p.m. PT
Period for Protesting Notice of Intent to Award  Within three (3) business days of the City's issuance of a Notice of Intent to Award. 

Proposer Questions and Requests for Clarification 

Proposers shall address any questions regarding this Solicitation to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation. Proposers who fail to submit questions concerning this Solicitation and its requirements will waive all further rights to protest based on the specifications and conditions herein. Questions must be submitted by email to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation no later than Written Questions Due Date. A written Addendum will be executed addressing each question and answer and posted publicly. It is the responsibility of the Proposer to check for any Addenda and other updates that will be posted on the SFAC website: Bid Opportunities for Contractors | San Francisco Arts Commission (sfartscommission.org)

 

F. Contract Terms and Negotiations 

The successful Proposer will be required to enter into a contract substantially in the form attached hereto as Attachment 1, City’s Contract Terms. If Proposer is unable to accept City’s Contract Terms substantially in the form presented, Proposer shall include a revised copy of City’s Contract Terms with its Proposal. The revised copy of City’s Contract Terms must clearly: 

  1. Mark those sections to which it objects;  
  2. Set forth Proposer’s alternative terms with respect to each such section; and  
  3. Explain the basis for each proposed change.  

If a satisfactory contract(s) cannot be negotiated in a reasonable time, the City, in its sole discretion, may terminate negotiations. Upon termination of negotiations, City may begin negotiation with the Proposer that meets the Minimum Qualifications of this Solicitation whose Proposal receives the next highest-ranking score. 

Selection Process

PROPOSAL EVALUATION CRITERIA 

Evaluation Phase  Maximum Points 
Minimum Qualifications Documentation  Pass/Fail 
Price Proposal  10 Points  
Written Proposal  35 Points 
Oral Interviews   55 Points 
TOTAL   100 Points 

 

How To Apply

TERMS AND CONDITIONS FOR RECEIPT OF PROPOSALS  

A. How to Register as a City Supplier 

  • The following requirements pertain only to Proposers not currently registered with the City as a Supplier.  
    • Step 1: Register as a BIDDER at City’s Supplier Portal: https://sfcitypartner.sfgov.org/pages/index.aspx  
    • Step 2: Follow instructions for converting your BIDDER ID to a SUPPLIER ID. This will require you to register with the City Tax Collector’s Office and submit Chapter 12B and 12C forms through the Supplier portal. Once these forms have been completed, submitted, and processed, you will be notified via email with your organization's new Supplier ID. That email will also provide instructions for completing your Supplier registration.  
  • City Business Tax Registration Inquiries: For questions regarding business tax registration procedures and requirements, contact the Tax Collector’s Office at (415) 554-4400 or, if calling from within the City and County of San Francisco, 311.  
  • Chapter 12(B) and 12(C) Inquiries: For questions concerning the City’s Chapter 12(B) and 12(C) Equal Benefits and Non-Discrimination in Contracting requirements, go to: www.sfgov.org/cmd

B. Proposal Questions and Submissions 

  1. Proposer Questions and Requests for Clarification 
    • Proposers shall address any questions regarding this Solicitation to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation. Proposers who fail to submit questions concerning this Solicitation and its requirements will waive all further rights to protest based on the specifications and conditions herein. Questions must be submitted by email to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation no later than Written Questions Due Date. A written Addendum will be executed addressing each question and answer and posted publicly. It is the responsibility of the Proposer to check for any Addenda and other updates that will be posted on the SFAC website: www.sfartscommission.org. 
       
  2. Proposal Format 
    • Proposals must be created using a word processing software (e.g. Microsoft Word or Excel) and typed in a serif font (e.g.-Times New Roman). The document must have page margins of at least .5” on all sides. Information must be provided at a level of detail that enables effective evaluation and comparison between Proposals. Failure to follow formatting, submission, or content requirements, as well as page limit restrictions (if any), may negatively impact the evaluation of your Proposal. 
       
  3. Time and Place for Submission of Proposals 
    • Prior to the Proposal submission deadline, Proposers must Proposers must email their completed proposals to art-info@sfgov.org. Late submissions will not be considered. Each original Proposal received will be screened to ensure that all content required by this Solicitation is included. Partial or complete omission of any required content may disqualify Proposals from further consideration. Late Proposal submissions will not be considered and failure to adhere to the above requirements may result in the complete rejection of your Proposal. 

Proposers are encouraged to email their Proposals to art.info@sfgov.org as early as possible to address any technical issues that may arise during the submission process.  

C. Proposal Addenda 

  • The City may modify this Solicitation, prior to the Proposal Due Date, by issuing an Addendum to the Solicitation, which will be posted on the San Francisco Supplier Portal and the San Francisco Arts Commission website. Every Addendum will create a new version of the Sourcing Event and Proposers must monitor the event for new versions. The Proposer shall be responsible for ensuring that its Proposal reflects any and all Addenda issued by the City prior to the Proposal Due Date regardless of when the Proposal is submitted. Therefore, the City recommends that the Proposer consult the website frequently, including shortly before the Proposal Due Date, to determine if the Proposer has downloaded all Solicitation Addenda. It is the responsibility of the Proposer to check for any Addenda, Questions and Answers documents, and updates, which may be posted to the subject Solicitation. 

THE SUBMITTAL OF A RESPONSE TO THIS SOLICITATION SHALL EXPLICITLY STIPULATE ACCEPTANCE BY PROPOSERS OF THE TERMS FOUND IN THIS SOLICITATION, ANY AND ALL ADDENDA ISSUED TO THIS SOLICITATION, AND THE PROPOSED CONTRACT TERMS. 

D. Public Disclosure 

  • All documents under this solicitation process are subject to public disclosure per the California Public Records Act (California Government Code Section §6250 et. Seq) and the San Francisco Sunshine Ordinance (San Francisco Administrative Code Chapter 67). Contracts, Proposals, responses, and all other records of communications between the City and Proposers shall be open to inspection immediately after a contract has been awarded. Nothing in this Administrative Code provision requires the disclosure of a private person’s or organization’s net worth or other proprietary financial data submitted for qualification for a contract or other benefit until and unless that person or organization is awarded the contract or benefit. 
  • If the City receives a Public Records Request (“Request”) pertaining to this solicitation, City will use its best efforts to notify the affected Proposer(s) of the Request and to provide the Proposer with a description of the material that the City deems responsive and the due date for disclosure (“Response Date”).  If the Proposer asserts that some or all of the material requested contains or reveals valuable trade secret or other information belonging to the Proposer that is exempt from disclosure and directs the City in writing to withhold such material from production (“Withholding Directive”), then the City will comply with the Withholding Directive on the condition that the Proposer seeks judicial relief on or before the Response Date. Should Proposer fail to seek judicial relief on or before the Response Date, the City shall proceed with the disclosure of responsive documents. 

E. Limitation on Communications During Solicitation  

  • From the date this Solicitation is issued until the date the competitive process of this Solicitation is completed (either by cancelation or final Award), Proposers and their subcontractors, vendors, representatives and/or other parties under Proposer’s control, shall communicate solely with the Contract Administrator whose name appears in this Solicitation. Any attempt to communicate with any party other than the Contract Administrator whose name appears in this Solicitation – including any City official, representative or employee – is strictly prohibited. Failure to comply with this communications protocol may, at the sole discretion of City, result in the disqualification of the Proposer or potential Proposer from the competitive process. This protocol does not apply to communications with the City regarding business not related to this Solicitation. 

F. Proposal Selection Shall not Imply Acceptance 

  • The acceptance and/or selection of any Proposal(s) shall not imply acceptance by the City of all terms of the Proposal(s), which may be subject to further approvals before the City may be legally bound thereby.  

G. Cybersecurity Risk Assessment 

  • As part of City’s evaluation process, City may engage in Cybersecurity Risk Assessment (CRA). CRA may be performed for each entity manufacturing the product, performing technical functions related to the product’s performance, and/or accessing City’s networks and systems. Where a prime contractor or reseller plays an active role in each of these activities, CRA may also be required for the prime contractor or reseller.  
  • To conduct a CRA, City may collect as part of this Solicitation process one of the following two reports:  
    • SOC-2 Type 2 Report: Report on Controls at a Service Organization Relevant to Security, Availability, Processing Integrity, Confidentiality or Privacy; or 
    • City’s Cyber Risk Assessment Questionnaire: Proposer’s responses to a City’s Cyber Risk Assessment Questionnaire. 
  • The above reports may be requested at such time City has selected or is considering a potential Proposer. The reports will be evaluated by the soliciting Department and the City’s Department of Technology to identify existing or potential cyber risks to City. Should such risks be identified, City may shall afford a potential Proposer an opportunity to cure such risk within a period of time deemed reasonable to City. Such remediation and continuing compliance shall be subject to City’s on-going review and audit through industry-standard methodologies, including but not limited to: on-site visits, review of the entities’ cybersecurity program, penetration testing, and/or code reviews. 

H. Solicitation Errors and Omissions  

  • Proposers are responsible for reviewing all portions of this Solicitation.  Proposers are to promptly notify the City, in writing and to the Solicitation contact person if the Proposer discovers any ambiguity, discrepancy, omission, or other error in the Solicitation. Any such notification should be directed to the City promptly after discovery, but in no event later than the deadline for questions.  Modifications and clarifications will be made by Addenda as provided below. 

I. Objections to Solicitation Terms 

  • Should a Proposer object on any ground to any provision or legal requirement set forth in this Solicitation, the Proposer must, no later than the deadline for questions, provide written notice to the City setting forth with specificity the grounds for the objection.  The failure of a Proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. 

J. Protest Procedures 

  1. Protest of Non-Responsiveness Determination 
    • Within three (3) business days of the City's issuance of a Notice of Non-Responsiveness, a Proposer may submit a written Notice of Protest of Non-Responsiveness. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest. 
  2. Protest of Non-Responsible Determination 
    • Within three (3) business days of the City's issuance of a Notice of Non-Responsibility, a Proposer may submit a written Notice of Protest of Non-Responsibility. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest.  
  3. Protest of Contract Award 
    • Within three (3) business days of the City's issuance of a Notice of Intent to Award, a Proposer may submit a written Notice of Protest of Contract Award. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest. 
  4. Delivery of Protests 
    • A Notice of Protest must be written. Protests made orally (e.g., by telephone) will not be considered.  A Notice of Protest must be delivered by mail or email to the Contract Administrator whose name and contact information appears on the cover page to this Solicitation and received by the due dates stated above. A Notice of Protest shall be transmitted by a means that will objectively establish the date the City received the Notice of Protest. If a Notice of Protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein.  

K. Proposal Term 

Submission of a Proposal signifies that the proposed products, services and prices are valid for 180 calendar days from the Proposal Due Date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. At Proposer’s election, the Proposal may remain valid beyond the 180-day period in the circumstance of extended negotiations.  

L. Revision to Proposal 

  • A Proposer may revise a Proposal on the Proposer’s own initiative at any time before the deadline for submission of Proposals.  The Proposer must submit the revised Proposal in the same manner as the original. A revised Proposal must be received on or before, but no later than the Proposal Due Date and time. In no case will a statement of intent to submit a revised Proposal, or commencement of a revision process, extend the Proposal Due Date for any Proposer. At any time during the Proposal evaluation process, the City may require a Proposer to provide oral or written clarification of its Proposal. The City reserves the right to make an award without further clarifications of Proposals received. 

M. Proposal Errors and Omissions 

  • Failure by the City to object to an error, omission, or deviation in the Proposal will in no way modify the Solicitation or excuse the Proposer from full compliance with the specifications of this Solicitation or any contract awarded pursuant to this Solicitation. 

N. Financial Responsibility 

  • The City accepts no financial responsibility for any costs incurred by a Proposer in responding to this Solicitation.  Proposers acknowledge and agree that their submissions in response to this Solicitation will become the property of the City and may be used by the City in any way deemed appropriate. 

O. Proposer’s Obligations under the Campaign Reform Ordinance 

  • If a contract awarded pursuant to this Solicitation has (A) a value of $100,000 or more in a fiscal year and (B) requires the approval of an elected City official, Proposers are hereby advised: 
  1. Submission of a Proposal in response to this Solicitation may subject the Proposers to restrictions under Campaign and Governmental Conduct Code Section 1.126, which prohibits City contractors, Proposers, and their affiliates from making political contributions to certain City elective officers and candidates; and 
  2. Before submitting a Proposal in response to this Solicitation, Proposers are required to notify their affiliates and subcontractors listed in the awarded contract or Proposal of the political contribution restrictions set forth in Campaign and Governmental Conduct Code section 1.126. 
  • This restriction applies to the party seeking the contract, the party’s board of directors, chairperson, chief executive officer, chief financial officer, chief operating officer, any person with an ownership interest greater than ten percent, and any political committees controlled or sponsored by the party, as well as any subcontractors listed in the awarded contract or Proposal. The law both prohibits the donor from giving contributions and prohibits the elected official from soliciting or accepting them. 
  • The people and entities listed in the preceding paragraph may not make a campaign contribution to the elected official at any time from the submission of a Proposal for a contract until either: (1) negotiations are terminated and no contract is awarded; or (2) twelve months have elapsed since the award of the contract. 
  • A violation of Section 1.126 may result in criminal, civil, or administrative penalties. For further information, Proposers should contact the San Francisco Ethics Commission at (415) 252-3100 or go to https://sfethics.org/compliance/city-officers/city-contracts/city-departments/notifying-bidders-and-potential-bidders

P. Reservations of Rights by the City 

The issuance of this Solicitation does not constitute a guarantee by the City that a contract will be awarded or executed by the City. The City expressly reserves the right at any time to: 

  1. Waive or correct any defect or informality in any response, Proposal, or Proposal procedure; 
  2. Reject any or all Proposals; 
  3. Reissue the Solicitation; 
  4. Prior to submission deadline for Proposals, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this Solicitation, or the requirements for contents or format of the Proposals;  
  5. Procure any materials, equipment or services specified in this Solicitation by any other means; or 
  6. Determine that the subject goods or services are no longer necessary. 

Q. No Waiver 

  • No waiver by the City of any provision of this Solicitation shall be implied from the City’s failure to recognize or take action on account of a Proposer’s failure to comply with this Solicitation.  

R. Other 

  1. The City may make such investigation, as it deems necessary, prior to the award of this contract to determine the conditions under which the goods are to be delivered or the work is to be performed. Factors considered by the City shall include, but not be limited to: 
    1. Any condition set forth in this Solicitation;  
    2. Adequacy of Proposer’s plant facilities and/or equipment, location and personnel location to properly perform all services called for under the Purchase Order; and 
    3. Delivery time(s). 
  2. City reserves the right to inspect an awarded Proposer’s place of business prior to award of and/or at any time during the contract term (or any extension thereof) to aid City in determining an awarded Proposer’s capabilities and qualifications. 
  3. Failure to timely execute a contract, or to furnish any and all insurance certificates and policy endorsements, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The City, in its sole discretion, may select another Proposer and may proceed against the original selectee for damages. 
  4. City reserves the right to reject any Proposal on which the information submitted by Proposer fails to satisfy City and/or if Proposer is unable to supply the information and documentation required by this Solicitation within the period of time requested.   
  5. Any false statements made by a Proposer or any related communication/clarification may result in the disqualification of its Proposal from receiving further evaluation and a contract award. 
x

Questions & Answers

Frequently Asked Questions for Agencywide Strategic and Business Plan Bid Process

A.

Please visit the SF City Partner website and click on the “View Partner Requests” tab to view available partner requests for a prime or subcontractor. To filter Partner Request Results, select "Art Commission" from the "Department" drop down menu and click "Search". To submit a request for a partner you must be a Registered Bidder.  

SF City Partner (sfgov.org) 

A.

We would like to focus how to operationalize the strategic plan to a living and breathing document using the latest program data.

A.

The panel reviewing the proposal will be made-up by a mix of agency leadership, grantee/s, and other city staff.  

A.

Yes. Panelists will be given ample time to review all proposals.  

A.

The organization has a new leadership team and relatively new staff. The agency is also responding to new arts landscape due to the lingering effects of the pandemic.  

A.

Some roadblocks encountered since 2014 has been funding issues due to the decrease in hotel taxes and leadership/ staff turnover.  

A.

This will be led by the SFAC leadership team. Key members include the Director of Cultural Affairs, Deputy Director of Finance and Administration, Deputy Director of Programs, Director of Communications, Commission Secretary, and Racial Equity Analyst.  

A.

We are open to both in-person and online meetings.  

A.

Ongoing support and long-term assistance might be in the form periodic review of strategic and business plans in terms of goal setting, communications, and community engagement. 

A.

All prime and subconsultant firms must be CMD LBE certified in the categories of the scope of works listed on the Form 2A at time of the proposal submittal deadline. A pending LBE certification status is NOT accepted and may cause the proposal to fail and be rejected. Firms are encouraged to contact the LBE Certification Unit right away at lbecert@sfgov.org.  

In order to be eligible to meet 14B requirements, including for the rating bonus, LBE subcontracting requirements, LBE rating bonus for joint ventures, all firms must have the SF CMD LBE certification status in good standing. 

A.

This can be any document that supports evidence of previous work i.e., list or copies of previously completed strategic plans. 

A.

This can be any document that supports evidence of previous work i.e., list or copies of previously completed reports for consulting work.  

Notice of Shortlisted Firms

A.

Evaluations of written proposal submissions are complete. 

The following firms received scores totaling over 25 points in the written proposal evaluation phase (out of a total of 35 maximum points) and will be invited to participate in Oral Interviews that will take place on April 6 & 7 11, 2023:

  • AECOM
  • AMS
  • Arts Consulting Group
  • Construct
  • Equilibrium Collaborative
  • Lord Cultural Resources
  • Scansion
  • Third Plateau

Interview instructions to the aforementioned firms will be sent separately a week before their scheduled interview date.

For any questions regarding this notice, please reach out to Contract Administrator:

Rally Catapang  
Deputy Director of Finance and Administration
San Francisco Arts Commission
401 Van Ness Avenue, Suite 327, San Francisco, CA 94102
Phone: (415) 252-2247
Email: art-info@sfgov.org

Eligibility

PROPOSERS MUST SUBMIT WITH THEIR PROPOSAL DOCUMENTS IN SUPPORT OF EACH MINIMUM QUALIFICATION LISTED BELOW. A PROPOSAL THAT FAILS TO PROVIDE THE FOLLOWING DOCUMENTATION WILL NOT BE ELIGIBLE FOR FURTHER CONSIDERATION.  

MQ#  Description
MQ #1 Proposer’s Proposed changes to Attachment 1, City’s Contract Terms or indicate none. 
MQ #2 Completed Attachment 2, Proposer Questionnaire and References.    
MQ #3 Reserved. (Completed Attachment 3, CMD LBE Forms.)  
MQ #4 Completed Attachment 4, City’s Written Proposal Template  
MQ #5 Completed Attachment 5, City’s Price Proposal Template  
MQ #6 Evidence that Proposer successfully delivered a minimum of at least three (3) similar plans or related engagements in the last five (5) years. At least one (1) of these similar plans must have been for an arts and culture organization or municipality and/or government agency.  
MQ #7 Evidence that Prime Proposer’s Project Lead has a minimum of 10 years’ experience in the field of strategic planning or other similar organizational consulting, with extensive stakeholder engagement. The 10 years of experience required for Project Lead need not be with the same firm.  

 

Partners

The San Francisco Arts Commission acknowledges that we are on the unceded ancestral homeland of the Ramaytush Ohlone. We affirm the sovereign rights of their community as First Peoples and are committed to supporting the traditional and contemporary evolution of the American Indian community and uplifting contemporary indigenous voices and culture.

The San Francisco Arts Commission is committed to creating a city where all artists and cultural workers have the freedom, resources and platform to share their stories, art and culture and where race does not predetermine one’s success in life. Fueled by these beliefs, we commit to addressing the systemic inequities within our agency, the City and County of San Francisco and the broader arts and culture sector. This work requires that we focus on race as we confront inequities of the past, reveal inequities of the present and develop effective strategies to move all of us towards an equitable future.

What's Coming Up

Public Meeting

Executive Committee Meeting

December 18
/
1:00 PM to 2:30 PM

Hybrid: 401 Van Ness | Rm 125 and Online
Public Meeting

Visual Arts Committee Meeting

December 16
/
2:30 PM to 6:00 PM

Hybrid: City Hall | Rm 408 and Online
Public Meeting

Community Investments Committee Meeting

December 09
/
1:00 PM to 3:00 PM

Hybrid: City Hall | Rm 416 and Online
Public Meeting

Full Arts Commission Meeting

May 06
/
2:00 PM to 4:00 PM

Hybrid: City Hall | Rm 416 and Online