Computer Tenders

Computer Tenders

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: This Is A Sources Sought Announcement Only. This Sources Sought Notice Is Being Posted To Satisfy The Requirement Of Federal Acquisition Regulation (far) 15.201(e), And Defense Federal Acquisition Regulation Supplement (dfars) 206.302-1(d) And Pgi 206.302-1. introduction the Naval Air Systems Command (navair) Is Seeking Eligible Business Firms Who Can Develop And Implement An Engineering Change Proposal (ecp) In Support Of The Electromagnetic Aircraft Launching System (emals) Installed Aboard Ford Class Aircraft Carriers. This Ecp (referenced As Ecp-i-emals-0066 Block Switch Controller (bsc) Complex Programmable Logic Device (cpld) Hardware Obsolescence And Firmware Upgrade) Requires Non-recurring Engineering (nre), Which Includes Analysis, Design, Prototyping And Integration Testing Of An Upgraded Printed Circuit Board Assembly (pcba) Needed To Replace An Existing Cpld Which Has Become Obsolete And Requires Upgrades Due To Processing Capacity Limitations Of The Current Device. This Effort Will Also Require The Contractor To Develop And Deliver To The Government The Design’s Technical Data Package And Supporting Logistics Documentation Needed To Manufacture The Replacement Pcba And To Provide Sustainment Support After The Ecp’s Fielding. The Contractor Will Also Need To Be Capable Of Making Code Changes To The Existing Bsc Cpld Firmware In Order To Facilitate Porting Of The Firmware Onto The Replacement Pcba And Conducting Extensive Testing To Verify The Firmware’s Full Functionality On The New Device. This Engineering Change Will Also Include Required Efforts To Verify That The Existing Cpld Firmware Will Function Properly On The Newly Designed Pcba Without Negative Impact To The Bsc And Emals Operational Performance. This Ecp Will Also Require The Contractor To Develop And Deliver To The Government Detailed Bsc Software / Firmware Documentation Needed To Formally Establish The Bsc Software / Firmware As A Formal Computer Software Configuration Item (csci). This Documentation Will Serve To Enable The Emals Program To Better Manage Bsc Software / Firmware Future Modifications And Overall Configuration Management. The Planned Contract Award Date Is 4th Quarter Fy2025 With Performance Through Fy2028, To Include Options. background the Current Emals Block Switch Controller (bsc) Complex Programmable Logic Device (cpld) Is Obsolete And Can No Longer Be Adequately Procured For Sparing And Repair Purposes. Additionally, The Current Cpld Is Operating Near Its Maximum Processing Capacity. A Replacement Cpld Type Device Is Required To Address Associated System Readiness And Obsolescence Issues. The Replacement Of This Cpld Hardware Will Likely Require Software Or Firmware Changes In Order To Properly Function With The Selected Hardware Replacement. The Government Also Intends To Transition The Existing Bsc Software / Firmware To Become A Formal Emals Csci, Thus The Contractor’s Requirement To Develop And Deliver Supporting Software Documentation To Support Proper Csci Configuration Management. special Requirements navair Expects To Receive From Each Respondent A Full Response With Capability Summary Per The “capability Package Submittal Information And Instructions” Below, Which Contains A Detailed Description Of The Items Listed Below. If All Requirements Listed Below Are Not Addressed And Clearly Demonstrated In The Response, The Respondent Will Be Deemed Incapable. demonstrate The Interested Vendor Has Possession Or Authorized Access To The Necessary Technical Data, Or A Viable Plan To Obtain, Generate Or Otherwise Secure Authorized Access To The Necessary Technical Data, And How It Will Be Maintained Throughout The Duration Of The Effort demonstrate How The Interested Vendor Will Develop, Prototype, And Perform All Necessary Testing, Except For Site Testing, For An Emals Block Switch Controller Cpld That Improves The Performance And Reliability Of The Assembly demonstrate How The Interested Vendor Will Develop And Produce Updated Technical Data And Drawings For The Ecp Identified Within This Sources Sought And Incorporate Updated Logistics Products Into The Existing Logistics Product Database And Interactive Electronic Technical Manual(s) eligibility the Applicable Naics Code For This Requirement Is 336413, Other Aircraft Part And Auxiliary Equipment Manufacturing, With A Small Business Size Standard Of 1,250 Employees. The Product Service Code (psc) Is 1720 - Aircraft Launching Equipment. the Results Of This Sources Sought Notice Will Also Be Used To Determine If Any Small Business Set-aside Opportunities Exist. In Addition, This Market Research Tool Is Being Used To Identify Potential And Eligible Firms Of All Sizes, Prior To Determining The Method Of Acquisition. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. Note: Far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In The Response To This Notice To Assist The Government’s Capability Determination. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary. capability Package Submittal Information And Instructions responsible Parties May Identify Their Interest By Responding To The Requirement With A Capability Statement (no More Than 10 Pages In Length). No Phone Inquiries Will Be Entertained. Responses Shall Be Made In Writing By E-mail To The Attention Of The Listed Points Of Contacts Using The Contact Information Provided. Interested Parties Are Requested To Submit Their Capability Statement Along With Their Company Name, Address, And Any Comments Or Questions To Joshua Hirtz, Joshua.a.hirtz.civ@us.navy.mil And Margo O’rear At Margo.b.orear.civ@us.navy.mil By 5:00 Pm (est) On 08 February 2025. Late Responses Submitted Past The Day And Time Aforementioned May Not Be Considered. Classified Material Shall Not Be Submitted. All Submissions Should Include This Sources Sought Notice Reference Number, Company Name, Company Address, Cage Code, Uei Number, And A Point-of-contact Who Is Able To Discuss The Capability Statement Submitted. Point-of-contact Information Should Include Name, Position, Phone Number, And Email Address. The Government Will Acknowledgement Receipt Of The Response. All Information Submitted Will Be Adequately Safeguarded From Unauthorized Disclosure In Accordance With Far 15.207. All Submissions Should Be Clearly Marked Iaw Dodi 5200.48, Controlled Unclassified Information (cui). Responses That Fail To Comply With The Above Instructions Or Present Ideas Not Pertinent To Subject, May Not Be Reviewed. All Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Information Submitted In Response To This Notice Is Submitted At No Cost To The Government And Will Not Be Returned. The Government Is Under No Obligation To Provide Responses Or Comments To Information Received From Interested Persons But May Request Additional Information Following Review. Note: If The Interested Person Is A Foreign Concern Or If A U.s. Interested Person Has A Team Member Or Partner Who Is A Foreign Entity, Adherence To All International Traffic And Arms Regulations (itar) Is Required.
Closing Date8 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared Iaw The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation For This Requirement; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Is F1s0aq4340a001 And Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective 12 Nov 2024, Dfars Publication Notice (dpn) 20241125 Effective 25 Nov 2024, And Air Force Acquisition Circular (daffars) 2024-1016, Effective 16 Oct 2024. (iv) This Acquisition Allows For A Small Business Set-aside With An Associated Naics Code Of 513210 – Software Publishers, Small Business Size Standard Of $47,000,000.00. The Associated Service Code Is 7b20-it And Telecom-high Performance Computer (hardware And Perpetual License Software). (v) The Scope Of This Project Requires A Multi-year Contract To Include Base Year Plus 4-year Options To Provide Annual Hp Hardware/software Maintenance At Edwards Afb, Ca (please See Attached (see Attached Salient Characteristics). (vi) N/a. (vii) The Government Place Of Performance Is 70 N. Wolfe Ave., Bldg 1635w Rm 314 Edwards Afb, Ca 93524. (viii) The Provision At 52.212-1, Instructions To Offerors - Commercial Items, Applies To This Acquisition. Provisions And Clauses Can Be Viewed Through Internet Access At The Air Force Far Site, Acquisition.gov. addendum To Far 52.212-1 Instructions To Offerors Commercial Items offerors Shall Prepare Their Quotations Iaw Far 52.212-1, (note: Offerors May Submit Quotes Via Email, Please Note The Maximum File Size Is 10mb. Emails Over This File Size Will Not Be Received.) In Addition, The Following Information Shall Be Included: 1. Offeror Name 2. Address 3. Cage Code 4. Primary Naics 5. Business Size And Socioeconomic Program (if Applicable) (i.e. Sdvosb, Etc.) 6. Payment Terms (net 30) Or Discount 7. Point Of Contact & Phone Number 8. Offeror Email Address 9. A Spreadsheet The Breaks Down The Price Elements 10. Technical And Company Capability: a. A Technical And Company Capability Narrative, Not To Exceed Ten (10) Pages, Demonstrating Firm’s Capabilities To Provide The Services And Full Extent Of Items As Outlined Within The Salient Characteristics. The Narrative Shall Provide The Government With A Reasonable Assurance That The Firm Has The Relevant Capability Required To Meet Or Exceed The Requirement. b. Brochures, Lists And Any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance Our Consideration And Evaluation Of The Information Submitted. (ix) Far 52.212-2 Evaluation – Commercial Items, Is Applicable To This Rfq. addendum To Far 52.212-2 Evaluation Commercial Items the Solicitation Provides That Quotations Will Be Evaluated Using Best Value To The Government. The Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Quotes Meeting Or Exceeding The Acceptability Standards For Non-cost Factors. The Technical Acceptability Factor Contains Two Non-cost Subfactors: evaluation Factors: 1. Price 2.technical Acceptability the Government Will Award A Contract Resulting From The Rfq To The Responsible Offeror Whose Quote Is Responsive To The Rfq, And Considered To Be The Best Value Based On The Criteria Set Forth Above. (x) Offerors Must Include With Their Quote A Completed Copy Of The Provision At Far 52.204-7 Together With Dfars 252.204-7004 Alternate A, System For Award Management And Far 52.212-3, Offeror Representations And Certifications—commercial Items With Alternate 1, With Their Quote, Unless This Information Has Been Submitted Electronically As Part Of Its Annual Representations And Certificates At Https://www.sam.gov. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items (may 2015), Applies. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (nov 2023) Applies. (xiii) This Acquisition Requires No Additional Contract Requirement(s) Or Terms And Conditions (such As Contract Financing Arrangements Or Warranty Requirements) Determined By The Contracting Officer To Be Necessary For This Acquisition And Consistent With Customary Commercial Practices. Commercial Interim And/or Advance Payments Will Not Be Made. (xiv) Dpas Assigned Rating Is N/a. (xv)quotes Are Due No Later Than 1130 Pst On 11 February 2025. (xvi) Quotes Shall Be Submitted Electronically To Contracting Specialist To Denina Hudson At Denina.hudson@us.af.mil And Contracting Officer Jenna A. Jacobson At Jenna.jacobson@us.af.mil. the Offeror Agrees To Hold The Prices In Its Quote Firm For 30calendar Days From The Date Specified For Receipt Of Quotes. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. All Government And Contractor Personal Reviewing Sources Sought Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified. any Information Provided Is Strictly Voluntary. The Government Will Not Pay For Information Submitted In Response To This Synopsis/solicitation. provisions far 52.204-18 Commercial And Government Entitiy Code Maintenance (aug 2020) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) clauses far 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (jan 2025) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements (nov 2023) dfars 252.204-7020 Nist Sp 800-171dod Assessment Requirements (nov 2023) dfars 252.211-7003 Item Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition On Hexavalent Chromium (jan 2023) dfars 252.225-7012 Preference For Certain Domestic Commodities (dec 2017) dfars 252.225-7035 Buy American—free Trade Agreements—balance Of Payments Program Certificate (feb 2024) dfar 252.225-7048 Export-controlled Items (june 2013) dfars 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.239-7009 Representation Of Use Of Cloud Computing (sep 2015) dfars 252.239-7010 Cloud Computing Services (jan 2023) dfars 252.244-7000 Subcontracts For Commercial Items (nov 2023) daffars 5352.201-9101 Ombudsman (jul 2023) daffars 5352.223-9001 Health & Safety On Government Installations (jul 2023) daffars 5352.242-9000 Contractor Access To Department Of The Air Force Installations (jun 2024)
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Supplies Prepared In Accordance With The Format In subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes the Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Assigned To This Action Is W912j2-25-q-a002. The Solicitation Is Issued As A Request For Quote (rfq) From The United States Property And Fiscal Office For Wisconsin, Purchasing And Contracting Division, Camp Douglas, Wi 54618. (iii) All Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2022-06 /may 26, 2022. (iv) This Requirement Is Unrestricted With An Applicable Naics Code Of 721110. Hotels (except Casino Hotels) And Motels With A Small Business Size Standard Of $35m please Send Proposals In Accordance With (iaw) The Statement Of Work the Wiarng Is Looking For A Hotellodging Andconferencespacerental To Include Audio Video And Meals/coffee In The Fox Valleyarea (appleton, Wi Area). But Can Go As Far As 34-40 Miles Out. ****all Conference Space Must Be Within One Buildingand All Meals Must Be Served Within That Building. The Required Sleeping Rooms Can Be In Neighboring Hotels But Must Be Within Two Miles Distance From The Conference Space.***** (vii) Delivery Schedule Shall Be 30 January 2025 To 02 February 2025. Lodging Will Be For The Nights Of The 30th And 31st Of January And Th 1st Of February. (vii) Evaluation Will Be Based On Lowest Price Technically Acceptable. Technically Acceptable Includes: 1. Conformance To The Statement Of Work. 2. Complete Bid Sheet (excell Spreadsheet Will Be Provided.) a Firm Fixed Price Contract Award Is Anticipated. (x) The Offeror Must Include A Completed Copy Of The Provision At Far 52.212-3 Alt I, Offeror Representations And Certifications -- Commercial Items With A Quote Or Be Currently Registered In The Sam Website With representations And Certifications Completed. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive orders -- Commercial Items, Applies To This Acquisition. Any Additional Clauses Cited In Far 52.212-5 Are Listed In Section Xiii. (xiii) The Following Additional Agreement Requirement(s) Or Terms And Conditions Determined By The Contracting officer To Be Necessary For This Acquisition: in Accordance With Dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving reports, The Contractor Shall Submit Their Payment Request Electronically Using The Wide Area Workflow (wawf). The Wawf Website Is Located At Https://wawf.eb.mil. There Is No Charge To Use Wawf. the Following Clauses And Provisions Are Incorporated By Reference Into This Solicitation. Full Text Is Available At https://www.acquisition.gov. 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-18 Commercial And Government Entity Code Maintenance 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26 Covered Telecommunications Equipment Or Services-representation 52.212-2 Evaluation—commercial Items 52.212-3 Offeror Representations And Certifications—commercial Items 52.212-4 Contract Terms And Conditions--commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders—commercial Items 52.219-1 Small Business Program Representations 52.222-50 Combating Trafficking In Persons 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-1 Disputes 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls And 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation, Dfars Provisions 252.204-7017 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation And Dfars Clause 252.204-7018 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.211-7008 Use Of Government-assigned Serial Numbers 252.225-7031 Secondary Arab Boycott Of Israel 252.225-7048 Export-controlled Items 252.225-7974 (dev) Representation Regarding Business Operations With The Maduro Regime (deviation 2020-o0005) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation Of Supplies By Sea (xiv) Dpas Rating Does Not Apply To This Acquisition. (xv) Quotes Must Be Received No Later Than The Time And Date Indicated On This Rfq. Quotes Must Be Emailed To The Primary Point Of Contact Shown. It Is Your Responsibility To Make Sure Your Quote Is Received. instructions To Offerors: 1. Quotes In Response To This Solicitation Must Include The Offeror's Cage Code Or Duns Number. 2. Quotes Must Be Valid Until January 16th, 2025. 3. Your Pricing Schedule Must Clearly Annotate Pricing Or The Words, "not Separately Priced" Or "no Cost" For Each Requirement Identified. Omission Of No Cost Line Items May Cause Your Quote To Be Non-responsive. Unit Prices Shall Include All Applicable Fees, To Include Any Non-exempt Taxes. offerors Shall Submit The Following In Order For Their Award To Be Considered Responsive. submit Both Bid Sheet With All Applicable Lines Filled Out To Include The Total Price. Service Fees Included. Wiarng Is A Tax Exempt Entitiy. provide A Narrative And/or Plan Which Demonstrates Your Company’s Ability To Provide The Following, Incompliance With The Statement Of Work: required Conference Space To Include Capacity And Seating Arrangements. ii. Required Audio/visual Equipment Including Set Up. iii. Required Catered Meals, Including Box Lunches Of Quality And Value Consistent With The Federal Per Diem Rate. iv. Required Number Of Hotel Rooms Needed. all Contractors Shall Be Registered In The System For Award Management (sam) To Be Eligible For Award Of A contract. Offerors Shall Ensure Sam Registration Is Active. The Official Sam Website Is https://www.sam.gov/portal/public/sam/. Contractors Are Encouraged To Complete Sam Registration As Soon As possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Time To Register In Sam. it Is The Interested Offeror's Responsibility To Check Beta.sam.gov For Updated Information. *****the Requested Number Of Meals And Hotel Rooms Are Estimated Based On The Expected Number Of Attendees. The Wiarng Will Provide The Successful Offeror Exact Number Of Meals And Rooms No Later Than 18jan 2025.***** submit Offers In Response To This Synopsis/solicitation To Curtis.p.clements.civ@mail.mil . Offers Received After 11:00 Am Cst On 06jan2025 May Not Be Considered Unless Determined To Be In The Best Interest Of The Government. no Telephonic Inquires Will Be Accepted. email Any Questions To Curtis.p.clements.civ@army.mil. Questions Are Due By 31 December 2024 12:00 Pm Cst. It Is The Vendor's Responsibility To Check Www.sam.gov For Any Updates Or Changes.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Calamba Water District Tender

Furnitures and Fixtures
Corrigendum : Tender Amount Updated
Philippines
Details: Description Project Reference No. Cwd 70-2024 Invitation To Bid For Supply And Delivery Of Various Office Equipment, Furniture And Fixtures Of Different Departments Item No. Items/description Qty. Unit Unit Cost Total Amount Supply And Delivery Of The Following; 1 Cabinet (wood) Two Columns, 10 Drawers, Laminated 1 Unit 8,000.00 8,000.00 2 Cabinet (wood) One Column, 4 Drawers, Laminated 2 Unit 3,500.00 7,000.00 3 Cash Register Drawer Organizer With Removal Coin Slots 1 Unit 2,500.00 2,500.00 4 Coffee Vendo Machine 2 Unit 21,000.00 42,000.00 5 Collapsible Rack 3 Unit 100,000.00 300,000.00 6 Computer Chair With Armrest 8 Unit 6,050.00 48,400.00 7 Executive Chair With Armrest 2 Unit 15,000.00 30,000.00 8 Executive Table 1 Unit 42,900.00 42,900.00 9 Foldable Table (plastic) 1 Unit 6,050.00 6,050.00 10 Foldable Training Table 20 Unit 15,000.00 300,000.00 11 Laminating Machine 2 Unit 13,200.00 26,400.00 12 Lateral Filing Cabinet (2 Layers) Gauge 22 5 Unit 9,350.00 46,750.00 13 Lateral Filing Cabinet (4 Layers) Gauge 22 3 Unit 20,300.00 60,900.00 14 Medicine Cabinet/first-aid Cabinet 1 Pcs 7,700.00 7,700.00 15 Mobile Pedestal (3 Drawer) 2 Unit 7,700.00 15,400.00 16 Money Bill Counter Machine 1 Unit 7,000.00 7,000.00 17 Monoblock Chair 105 Pcs 775.47619 81,425.00 18 Office Table With 3 Drawers, 120cm X 60cm X 75cm (l X W X H) Dark Brown 3 Unit 7,700.00 23,100.00 19 Office Table, 120 X 60 X 76cm, With 4 Drawers (2 Drawers With Lock) 1 Pcs 7,700.00 7,700.00 20 Refrigerator (1.7 Cu.ft) 1 Unit 7,500.00 7,500.00 21 Single Door Vault (fire And Water Proof) 1 Unit 82,500.00 82,500.00 22 Sofa 1 Unit 10,000.00 10,000.00 23 Sofa / 4-seater 1 Unit 5,500.00 5,500.00 24 Telephone With Directory 1 Unit 15,000.00 15,000.00 25 Visitors Chair (cushion Office Chair) High Back 8 Pcs 3,025.00 24,200.00 26 Wall Clock 12'' 1 Unit 1,980.00 1,980.00 27 Water Dispenser 2 Unit 11,775.00 23,550.00 28 Wired Microphone 2 Unit 2,000.00 4,000.00 29 Wireless Phone 5 Unit 4,565.00 22,825.00 Approved Budget For The Contract Php 1,260,280.00 1. The Calamba Water District, Through The General Fund 2024 Intends To Apply The Sum Of One Million Two Hundred Sixty Thousand Two Hundred Eighty Pesos Only (php 1,260,280.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Office Equipment, Furniture And Fixtures Of Different Departments (cwd 70-2024). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Calamba Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within One (1) To Four (4) Weeks Upon Receipt Of Purchase Order. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Calamba Water District Bac And Inspect The Bidding Documents At The Address Given Below During Monday Thru Friday, From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 07, 2024 Up To 01:00pm Of January 06, 2025 From The Given Address And Website(s) Below [and Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Calamba Water District Will Hold A Pre-bid Conference On December 20, 2024, 01:00pm At 3rd Floor Cwd Training Room, Lakeview Subdivision, Barangay Halang, Calamba City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At 3rd Floor Cwd Training Room, Lakeview Subdivision, Barangay Halang, Calamba City On Or Before 01:00pm Of January 06, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 06, 2025, 01:00pm At 3rd Floor Cwd Training Room, Lakeview Subdivision, Barangay Halang, Calamba City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Calamba Water District Shall Not Be Held Liable For Any Expenses Incurred By The Bidders Arising From Their Bid Nor From Erroneous Interpretations Or Conclusion By The Prospective Or Eligible Bidder Out Of The Data Furnished. 11. The Calamba Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Rolando M. Pizarra Calamba Water District Lakeview Subdivision, Barangay Halang Calamba City, Laguna (049) 545-1614, 545-2863 Local 213: (049) 502-7108, 0917-625-1689 Cwd_bac@yahoo.com (049) 502-7108 Cwd.com.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Cwd.com.ph December 07, 2024 ______________________________________ Mr. Edwin L. Cartago Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.7 K)

INTERNAL REVENUE SERVICE USA Tender

Software and IT Solutions
United States
Details: This Is A Sources Sought Notice (ssn) For Market Research Purposes Only. This Ssn Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Ssn Does Not Commit The Irs To Contract For Any Supply Or Service. Further, The Agency Is Not At This Time Seeking Proposals/quotes And Will Not Accept Unsolicited Proposals/quotes. This Ssn Is Being Published To Identify Potential Sources Capable Of Providing Support Services For The Internal Revenue Service (irs) Program Management Testing. responders Are Advised That The Agency Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Ssn; All Costs Associated With Responding To This Ssn Will Be Solely At The Interested Party’s Expense. Not Responding To This Ssn Does Not Preclude Participation In Any Future Rfp/rfq, If Any Is Issued. It Is The Responsibility Of The Potential Offerors To Monitor The Agency Sources For Additional Information. background the Information Resources Accessibility Program (irap) Section 508 Program Office Is An Organization Within The Us Department Of The Treasury’s, Office Of Internal Revenue Service (irs) That Provides Agency Wide Assistive Technology (at) Support As A Reasonable Accommodation And Technical Section 508 Guidance For Irs Projects And Agency Initiatives. the Information Resources Accessibility Program (irap) Office Was Created In February 1999. Section 508 Has Been Incorporated In Many Irs Processes And Has Increased Our Workload As Our Office Provides Technical Support And Reviews Of The Required Documentation. We Continue To Provide Support On A Full Range Of Information Communication Technology, Which Includes Software Applications And Operating Systems; Web-based Intranet And Internet Information And Applications; Telecommunications Products; Multi-function Office Machines, Website, Electronic Documents, Video And Multimedia Products; Self- Contained Closed Products (e.g., Kiosks, Copiers And Fax Machines); And Desktop And Portable Computers In Accordance With The Refreshed Standards Published On January 18, 2017. Modifications To Usage And Installation Procedures, As Well As Alternate Access Methods For Some Systems Will Require Continuous Development. All New Compliance/test Procedures Will Be Built To Ensure That Both Software And Hardware Can Successfully Meet 508 Requirements. the Mission Of Irap Is To Enable Accessible Information Technology (it) Through Integrated Solutions, Services, And Standards. the Irap 508 Program Office Is Seeking Support Services To Assist In Carrying Out Its On-going Responsibilities For The Planning, Development, Management, Transition, Implementation, Operation And Enhancement Of The Internal Revenue Service 508 Program And Other 508 Related Initiatives. the Contractor Shall Provide Support Services As Specified In The Performance Work Statement To Assist In Carrying Out Its On-going Responsibilities For The Planning, Development, Management, Transition, Implementation, Operation And Enhancement Of The Internal Revenue Service 508 Program And Other 508 Related Initiatives. objective this Acquisition Will Be Set-aside For Small Businesses. The Purpose Of This Ssn Is To Identify Interested Small Business Vendors With Capabilities To Meet All The Government Requirements At A Fair Market Price. The Agency Anticipates Awarding A Firm-fixed-price (ffp) Indefinite-delivery-indefinite-quantity (idiq) Contract While Issuing Task Orders To Obtain Contractor Support Services. the Agency Anticipates That It Will Issue An Rfq In The Third Quarter Of Fy25. Vendors’ Ssn Responses Shall Be Sent To Contract Specialist, Ashley Gayle, At Ashley.e.gayle@irs.gov On Or Before 23 January 2025, 3:30 Pm Est. The Agency Is Not Seeking Marketing Information And Will Not Review It. submission Instructions the North American Industry Classification Systems (naics) Code Proposed For The Requirement Is 541611 With A Size Standard Of $16.5m. the Government Requests That All Interested Parties Submit The Information Outlined Below. contractor Name address point Of Contact (poc) poc Phone Number And E-mail Address duns Number And Cage brief Description Of The Company's Business Size (i.e., Annual Gross Revenue For The Prior Three (3) Years) To Include All Small Business Information (if Applicable) anticipated Teaming Or Subcontracting Arrangements (delineate Between Work Accomplished By Prime And Work Accomplished By Teaming Partners) capability Statement Providing A Technical Narrative As It Relates To The Work As Described In The Draft Pws. no More Than Three (3) Corporate Experiences In Similar Size, Scope And Complexity To The Enclosed Pws Scope Shall Be Submitted. The Corporate Experience Shall Demonstrate The Company’s Experience In Completing The Information As Stated In The Draft Pws Included In This Announcement. Contractors Shall Include The Contract Number, Funded Dollar Value(s), Period Of Performance, And A Relevant Scope Summary With References Addressing The Requirements Of The Draft Pws. It Is Imperative That The Small Business Provide Experiences That Are Tailored To Address The Work Completed In The Draft Pws. page Limit And Formatting Requirements: The Company's Standard Format Is Acceptable; However, The Limit For All Responses Shall Be Ten (10), 12 Font Size, 8 ½ X 11-inch Pages. if You Have Any Questions, Please Contact Ashley Gayle, At Ashley.e.gayle@irs.gov.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Department Of Social Welfare And Development Main Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Laptops, And Mobile Devices For Dswd Central Office Ph-dswd-455041-go-rfb (pr No. 2024101573) 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank (loan Agreement No. Ln 9168-ph) Toward The Cost Of Beneficiary First (bfirst) Social Protection Project, And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Supply And Delivery Of Laptops And Mobile Devices For Dswd Central Office Broken Down Into Two (2) Lots, To Wit: Lot No. Description Quantity Estimated Project Cost 1 Laptop Computers 884 Units Php 69,096,092.00 2 Mobile Devices (tablet Ruggedized) 490 Units Php 23,590,226.80 Total Php 92,686,318.80 Bidder Can Bid For One Or More Lots. Bids Will Be Evaluated And Awarded On Lot Wise Basis. 2. The Department Of Social Welfare And Development (dswd) – Central Office (co), Now Invites Bids For The Supply And Delivery Of Laptop And Mobile Devices For Dswd Central Office. Delivery Of The Goods Is Required As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Sub-section 5, Section Ii. Instructions To Bidders And The Corresponding World Bank Data Sheet. 3. Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”, With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Approved Budget For The Contract For This Project Is Ninety Two Million Six Hundred Eighty-six Thousand Three Hundred Eighteen Pesos And Eighty Centavos (php 92,686,318.80). 4. Interested Bidders May Obtain Further Information From Dswd Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below, Monday To Friday (except During Holidays) From 8:00am To 5:00pm Coordinated Universal Time (utc) +8. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 10 December 2024 – 21 January 2025 From The Address Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And At The Dswd We Bsites. 6. The Dswd Will Hold A Pre-bid Conference On 19 December 2024 At 10:00 Am (utc+8) At The Bids And Awards Committee (bac) Conference Room, 2nd Floor Mahusay Building, Dswd Central Office, Ibp Road, Constitution Hills, Quezon City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 21 January 2025, 10:00 Am (utc+8). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 21 January 2025, 10:00 Am (utc+8) At Bids And Awards Committee (bac) Conference Room, 2nd Floor Mahusay Building, Dswd Central Office, Ibp Road, Constitution Hills, Quezon City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Bidders Shall Warrant That All Goods To Be Delivered Should Meet The Required Specifications. 9. The Dswd Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Mr. Ramon M. Villareal Jr. Head, Bac Secretariat Dswd Bids And Awards Committee 2/f Mahusay Building, Dswd Central Office Ibp Road, Constitution Hills, Quezon City 1126 Philippines Email Address: Bacsec@dswd.gov.ph Telephone Nos.: (+632) 8932.8101 To 8107 Local 10090 Or 10097 Fax No. (+632) 8951.7116 11. You May Visit The Following Websites For Downloading Of Bidding Documents: Www.dswd.gov.ph Www.philgeps.gov.ph (original Signed) Usec. Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 92.6 Million (USD 1.5 Million)

Statutory City Of Brno, District Of Brno Bystrc Tender

Civil And Construction...+3Software and IT Solutions, Consultancy Services, Civil And Architectural Services
Czech Republic
Details: The Subject of the Public Contract is the Supply and Installation of Infrastructure to Ensure Connectivity of the Heyrovského Primary School in Brno – Bystrc, Consisting of the Reconstruction and Modernization of the Existing Structured Cabling System of the Primary School Campus. The Structured Cabling System Will Be Used Primarily for the Computer Network and Internet Connection. The Subject of the Performance Includes the Supply and Installation of Cabling, Related Equipment and Active Elements, Implementation, Configuration and Commissioning of the System (including Connection to Existing Solutions), Preparation of Operational Documentation and Personnel Training.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement. the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros). the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Quotation Package Shall Include The Following Line Items In A Written Quotation: (fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ; clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price $ , Total For Clin 0002, $ . clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ; clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____, total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $ the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice). please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary. description Of Facility And Minimum Requirements the Following Requirements For Lodging And Conference Space Are Minimum Requirements: Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally Located Within No More Than Three Blocks Walking Distance Of Area Retail, Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local Restaurants Within A Ten-minute Walk From The Contractor’s Facility. lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests. local Transportation: The Contractor Shall Also Provide A List Of Options For commuting From And To All Airports And Railroad Stations (if Applicable) Within The area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle service Is Wheelchair Accessible. room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms. guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows: sunday, 35 Sleeping Rooms monday, 250 Sleeping Rooms tuesday, 250 Sleeping Rooms wednesday, 250 Sleeping Rooms thursday, 65 Sleeping Rooms friday, 0 Sleeping Rooms clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below: conference Will Be Held Monday Through Thursday On The Dates Provided Previously. the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference: registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference. secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access. two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access. two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday. all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed. clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water. buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot). afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change. small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30 a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served. small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45 a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served. small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices. quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently. pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt. the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required: large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms. requirements For Room: podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each] projection Screen Appropriate For Size Of Meeting Room [1 Each] av Package (movable Cart, Power Strip And Cord). small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room: projection Screen Appropriate For Size Of Meeting Room [1 Each] projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen. the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge. clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room). business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes. receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges. pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference. signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations. other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing. the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary. Reporting Requirements pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference. Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference. during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges. post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event. Period Of Performance period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference. contract Administration-inspection And Acceptance the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award. method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor. cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities. location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters. availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates. availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters. meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work. factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions. eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided. supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer. rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Agusan Del Norte Tender

Textile, Apparel and Footwear
Philippines
Details: Description 1/28/2025 Pr Number: 25-057 Fund Source: Division Mooe Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies Republic Of The Philippines Department Of Education Caraga Administrative Region Division Of Agusan Del Norte Butuan City Request For Quotation The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac) Invites Philgeps Registered Suppliers To Apply For The Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies With The Sum Of Three Hundred Seventeen Thousand Nine Hundred Twenty Two Pesos Only And Thirty Six Centavos (php 317,9222.36) The Approved Budget Of The Contract (abc). With The Specifications / Special Indications As Follows: Item Description: 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover For The Complete Details Of The Procurement Please Refer / Confirm With Deped Division Of Agusan Del Norte Or See The Attached Specifications Stated In This Posting For Details. The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac), Now Invites Bids/quotations For The Above-mentioned Project. Bids Received That Exceed The Total Abc Shall Be Rejected At Bid Opening. Bidder May Bid For One Or All Items. Late Bids Shall Be Rejected. Open Competitive Bidding Will Be Conducted Using The Non-discretionary Pass/fail Criterion, Evaluation And Post Qualification Procedures In The Implementing Rules And Regulations (irr) Of Ra 9184. Hector Dn. Macalalag, Phd., Ceso Vi Bac Chairperson / Asst. Schools Division Superintendent
Closing Date3 Feb 2025
Tender AmountPHP 317.9 K (USD 5.4 K)

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Software and IT Solutions
United States
Details: This Is An Rfi (request For Information) federal Bureau Of Prisons Jira Service Desk And Confluence Data Center Remote Administration Support/maintenance Application Support For Fy 2026. the Period Of Performance Shall Be For Fy26; From October 1, 2025 Through September 30, 2026 vendros Hall Provide The Following: Vendor’s Capabilities, Qualifications, Relevant Experience, Proposed Solutions, Andpricing Structures. Additionally, We Would Welcome Any Supporting Documentation Or References That Can Assist Us In Evaluating Potential Vendors. the Federal Bureau Has A Requirements For Providing (80 Hours Per Month) Remote Administration Services For The Jira Service Desk And Confluence Data Center Platforms. These Services Are Intended To Ensure The Efficient And Effective Operation, Configuration, And Maintenance Of The Jira Service Desk/confluence To Support Our Organization’s Service Management Processes. 1. System Administration: • Provide Comprehensive Administrative Support For The Jira Service Desk And Confluence Data Center Platforms, Including User Management, Project Configuration, And Workflow Customization. • Ensure The System Is Properly Maintained, Including Performing Regular Updates And Patch Management. 2. User Support: • Offer Timely And Effective Support To End-users And Administrators, Resolving Issues Related To Access, Permissions, And General Usage Of The Jira Service Desk And Confluence Data Center Platforms. • Provide Training And Documentation To Users To Enhance Their Understanding And Effective Use Of The Platform. 3. Customization And Optimization: • Customize The Jira Service Desk And Confluence Data Center Platforms To Align With The Organization’s Specific Service Management Processes And Requirements. • Optimize The Performance And Functionality Of The Platform By Implementing Best Practices And Recommending Improvements. 4. Integration And Automation: • Integrate Jira Service Desk And Confluence Data Center With Other Tools And Systems Used Within The Organization To Streamline Workflows And Enhance Productivity. • Develop And Implement Automation Rules To Reduce Manual Tasks And Improve Efficiency. 5. Security And Compliance: • Ensure The Jira Service Desk And Confluence Data Center Platforms Complies With The Organization’s Security Policies And Relevant Regulatory Requirements. • Implement Security Measures To Protect Data And Maintain The Integrity Of The System. 6. Reporting And Analytics: • Create And Maintain Reports And Dashboards To Provide Insights Into Service Desk Performance And Key Metrics. • Analyze Data To Identify Trends, Areas For Improvement, And Opportunities For Optimizing Service Delivery. 7. Incident And Problem Management: • Manage And Resolve Incidents And Problems Related To The Jira Service Desk And Confluence Data Center Platforms. • Implement Proactive Measures To Prevent The Recurrence Of Issues And Improve System Reliability. 2. Period And Place Of Performance: the Contractor Shall Schedule And Complete The Tasks Shown Below During The Term Of The Contract (fy 2026). The Commencement Date(s) Shall Be Mutually Agreed Upon. The Period Of Performance Is From October 1, 2025, Thru September 30, 2026. (contractor Shall Perform 80 Hours Of Work Per Month). the Work Under This Contract Shall Be Performed Remotely During Normal Working Hours At The Contractor’s Site. However, Due To Bureau Production Schedules, It May Be Necessary To Schedule Some Work / Activities During (off Peak Times, To Minimalize Down-time To Jira/confluence Production Servers). These Times May Occur On A Weekend Or Late Or Early In The Day. 3. Special Security And Clearance Requirements: all Contractor Personnel Shall Have Personnel Security Clearances Commensurate With The Highest Level Of Information Processed By The System(s) They Use. The Provisions Of The Current Department Of Justice Order Doj 2610.xx, Bureau Of Prisons Computer Security Program Statement 1237.13, And The Bureau Of Prisons' Human Resource Management Manual 3000.02d Shall Be Followed In Determining Appropriate Security Clearance Levels And Contractor Activities. to Avoid Delays, It Is Essential That The Contractor Coordinate, In A Timely Manner, Any Required Security Clearance Processing And Documentation With The Contracting Officer’s Representative (cor). 4. Government Vs. Contractor Furnished Property: all Computer Workstations And Software Update Materials Required By The Contractor During The Performance Of The Work Shall Be Furnished By The Government. 5. Special Personnel Requirements: sufficient Contractor Staff With The Experience, Skills, And Abilities To Accomplish The Objectives And Specific Tasks Are Required. The Special Skills And Application Expertise Shown Below Are Required: jira Service Management And Confluence Data Center (administration) deviniti Plugins deviniti “dynamic Forms” • Expertise In Using Deviniti Dynamic Forms Understanding How To Create Conditional Logic Within Forms, Integrating Forms Into Jira Workflows, And Ensuring That The Dynamic Forms Improve Both User Experience And Process Efficiency. This Includes Configuring Forms To Adapt Based On User Input, Role, Or Other Criteria, Which Ultimately Enhances The Overall Functionality Of Jira Service Management. deviniti “queues” For Jira Service Management • Expertise In Using Deviniti Queues To Enhance Queue Management Capabilities In Jira Service Management. Working Knowledge To Provide Advanced Queue Configuration Options, Customized Layouts And Enhanced Filtering Features To Assist Teams Streamline Their Ticket Management Processes. deviniti “issue Templates” For Jira • Designing Templates That Automatically Populate Fields Like Requester Details, Department, And Service Type. • Configuring Deviniti Issue Templates To Trigger Jira Automation Rules, Such As Auto-assigning Issues To The Appropriate Team Or Agent Based On The Selected Template. • Setting Up Automated Responses Or Status Updates When A Specific Template Is Used, Improving Communication And Transparency. • Linking Templates To Specific Workflows, Ensuring That Each Type Of Request Follows The Appropriate Process. deviniti “extension” For Jira Service Desk • Expertise With “extension” For Jira Service Desk, Creating Dynamic And Flexible Request Forms With Conditional Fields. Which Enables The Form To Adapt Based On User Input, Making It Easier For Customers To Fill Out Requests Accurately. appfire Plugins appfire Surveys For Jira • Familiarity Working With Surveys For Jira Integrating Appfire's "survey For Jira" App To Automatically Trigger A Csat Survey After Ticket Closure, Collecting Ratings And Comments, And Creating Dashboards To Analyze Trends Over Time. 4 | P A G E • Setting Up Appfire Surveys For Internal It Support Tickets To Gauge Employee Satisfaction, Analyzing Feedback To Improve Internal Processes, And Integrating Survey Results With Other Jira Reports. appfire Jsu Automaton Suite • Create And Modify Rules: Expertise In The Configuration Of Automation Rules. Ability To Create And Modify Rules, Setting Up New Automation Rules Using Jsu (jira Suite Utilities) To Meet The Specific Needs Of Your Organization. This May Include Rules For Ticket Assignment, Escalation, Notifications, And Other Workflow Automation. • Testing And Validation: Before Deploying Automation Rules To Production, Ensure They Are Tested Thoroughly In A Staging Environment. This Includes Verifying That Rules Trigger As Expected And Do Not Interfere With Other Processes. • Rule Optimization: Continuously Review And Optimize Existing Automation Rules To Improve Efficiency, Reduce Processing Time, And Ensure They Are Aligned With Current Business Processes. appfire Jira Misc Workflow Extensions (jmwe) • Creating And Modifying Workflows: Use Jmwe To Create And Update Workflows That Align With Business Processes. • Implementing Post-functions: Add And Configure Post-functions Using Jmwe, Such As Auto-assigning Issues, Sending Notifications, Or Updating Fields Based On Conditions. • Setting Up Conditions And Validators: Define Conditions That Control The Availability Of Transitions, And Validators That Ensure Data Integrity Before Transitions. • Custom Scripting: Write Groovy Scripts For More Complex Post-functions, Conditions, And Validators. • Testing And Debugging: Test Scripts In A Staging Environment Before Deploying Them Live. Debug Issues That Arise During Workflow Execution. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Training And Documentation: Create Training Materials And Documentation To Help Users And Other Administrators Understand How To Use Jmwe Effectively. • Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors. • Log Analysis: Analyze Logs To Identify The Root Cause Of Workflow Issues, Particularly Those Involving Custom Scripts Or Complex Configurations. • Plugin Updates: Keep Jmwe Up To Date By Installing New Versions And Ensuring Compatibility With The Current Version Of Jira. • Jira Upgrades: Ensure Jmwe Workflows And Scripts Remain Compatible After Jira Or Jsm Upgrades, Testing Thoroughly In A Staging Environment Before Going Live. adaptavist Plugins scriptrunner For Jira • Custom Workflow Conditions And Validators: Expertise Writing Groovy Scripts That Evaluate Specific Fields Or Issue Relationships, Integrating With Jira's Api To Fetch And Manipulate Data, And Applying These Scripts As Workflow Validators Or Conditions. • Automated Issue Management: Expertise Developing Automation Rules Using Scriptrunner's Built-in Features And Custom Groovy Scripts To Schedule Tasks, Update Issue Fields, Or Trigger Events Based On Specific Criteria. • Dynamic Field Behaviors: Expertise Writing Scripts To Control Field Visibility And Behavior Dynamically, Ensuring That Forms Adapt In Real-time As Users Interact With Them. • Custom Jql Functions: Expertise Extending Jira’s Jql Capabilities With Scriptrunner To Write Custom Functions In Groovy That Enable More Nuanced And Powerful Searches. • Integration With External Systems: Expertise Writing Groovy Scripts To Interact With Rest Apis, Handle Authentication, And Process Responses To Ensure Smooth Integration With Other Tools And Systems. • Custom Listener Scripts And Jobs: Expertise Developing Event Listeners And Jobs In Scriptrunner That Respond To Jira Events Like Issue Creation, Updates, Or Transitions, And Performing Automated Actions Based On Those Events. • Advanced Reporting: Expertise Writing Groovy Scripts To Extract, Process, And Display Data In Custom Formats, Leveraging Scriptrunner’s Reporting Capabilities To Create Dashboards Or Exportable Reports. • Enhanced Security And Compliance: Expertise Writing Scripts That Enforce Organizational Policies, Such As Ensuring That Certain Types Of Data Are Only Accessible To Authorized Users, And Auditing Actions Taken Within Jira. jira Insight Asset Management (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Jira Insight Asset Management. • Schema Setup: As An Admin, You'll Need To Create And Configure Schemas Based On Your Organization’s Needs. This Involves Defining Object Types, Attributes, And Their Relationships. • Importing Data: You May Need To Import Asset Data From External Sources, Such As Csv Files Or Third-party Systems, Into Insight Schemas. • Automation Rules: Set Up Automation Rules To Handle Routine Tasks Like Updating Object Statuses, Sending Notifications, Or Creating Tickets Based On Changes To Objects. • Integration With Jira Issues: Link Insight Objects To Jira Issues (like Incidents, Problems, Or Service Requests) To Track Asset Usage And History. • Reporting And Dashboards: Create Custom Reports And Dashboards To Visualize Asset Data And Monitor The Health And Performance Of Your Assets. 6 | P A G E jira Roles And Permissions / Issue Security (for Jira Service Management) the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Jira Roles/permissions And Issue Security. • Role Configuration: Define And Manage Jira Roles Such As Administrators, Project Leads, Developers, And Service Desk Agents. Assign Appropriate Roles To Users And Groups Within Jira Projects To Control Access Levels. Customize Role Permissions To Align With The Specific Needs Of Different Teams Or Departments. • Permission Schemes: Create And Manage Permission Schemes To Define What Users With Specific Roles Can Do Within A Project (e.g., Create Issues, Edit Issues, Add Comments). Apply Permission Schemes Across Multiple Projects For Consistency In Access Control. Regularly Audit Permission Schemes To Ensure They Reflect The Current Organizational Structure And Security Requirements. • Access Controls: Implement And Manage Global Permissions, Such As Jira System Administrators, To Restrict High-level Access To Only Authorized Personnel. Use Project Roles To Control Access At The Project Level, Ensuring Users Only Have Access To The Projects They Are Involved In. • Managing Issue Security: Create And Manage Issue Security Schemes To Control Visibility Of Specific Issues Within A Project. Define Security Levels Within These Schemes To Restrict Issue Access To Certain Users, Groups, Or Roles. Assign Issue Security Levels To Issues Based On Their Sensitivity (e.g., Internal-only, Confidential). • Customizing Issue Security Levels: Customize Issue Security Levels To Meet Specific Project Needs (e.g., Separating Internal It Tickets From General Service Requests). Set Default Issue Security Levels To Ensure Sensitive Issues Are Automatically Restricted Upon Creation. • Integration With Ldap/sso: Integrate Jira With Ldap Or Single Sign-on (sso) Solutions For Centralized User Management And Authentication. Manage Role And Permission Mapping Between Jira And External Directory Services. • Automating Permission Management: Implement Automation Rules Or Scripts To Dynamically Assign Roles And Permissions Based On User Actions Or Issue Status. Use Jira Automation Or Plugins To Automatically Change Issue Security Levels Based On Specific Triggers Or Conditions. • Handling Permissions For Custom Workflows: Design And Implement Custom Workflows With Specific Transition Conditions That Control Who Can Perform Certain Actions. Ensure That Workflow Conditions And Validators Respect The Permission Scheme And Issue Security Settings. 7 | P A G E confluence Data Center the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Confluence Data Center Administrative Responsibilities. installation And Configuration • Server Setup: Proficient In Installing And Configuring Confluence Data Center Across Multiple Nodes, Ensuring Proper Load Balancing And High Availability. • Cluster Configuration: Experience With Setting Up And Managing A Confluence Data Center Cluster, Including Configuring Shared File Systems, External Databases, And Other Infrastructure Components. • Reverse Proxy Configuration: Expertise In Setting Up Reverse Proxies (e.g., Apache, Nginx) For Confluence To Handle Ssl Termination, Caching, And Request Routing. performance Optimization • Indexing Management: Managing Confluence’s Indexing Process, Optimizing For Performance, And Troubleshooting Indexing Issues. • Scaling: Experience In Scaling Confluence Data Center, Adding/removing Nodes, And Optimizing Resource Allocation To Handle Increased Load. security Management • Sso Integration: Setting Up And Managing Single Sign-on (sso) Solutions Like Saml, Oauth, Or Ldap Integration For Secure User Authentication. • Security Auditing: Conducting Security Audits, Ensuring Compliance With Security Policies, And Implementing Necessary Patches Or Configurations To Mitigate Vulnerabilities. • Permission Management: Expertise In Configuring And Managing Complex Permission Schemes, Ensuring That Access Control Aligns With Organizational Requirements. disaster Recovery And Backup • Backup Strategies: Designing And Implementing Robust Backup Strategies, Including Scheduled Backups, Snapshots, And Offsite Storage. • Disaster Recovery Planning: Developing And Testing Disaster Recovery Plans, Ensuring Minimal Downtime In Case Of A Catastrophic Failure. plugin And App Management • App Installation And Configuration: Experience In Installing, Configuring, And Managing Third-party Apps Or Plugins, Ensuring Compatibility And Performance Within The Confluence Environment. 8 | P A G E • Custom Development: Ability To Develop Custom Scripts To Extend Confluence’s Functionality Based On Organizational Needs. user Support And Training • Technical Support: Providing Advanced Technical Support To Resolve Complex Issues Related To Confluence Data Center, Including Performance Issues, Bugs, And User Errors. • Documentation: Expertise In Creating And Maintaining Detailed Documentation On Confluence Configuration, Processes, And Best Practices For Both Technical And Non-technical Users. migration And Upgrades • Version Upgrades: Experience In Planning And Executing Confluence Data Center Upgrades, Including Testing New Versions, Ensuring Compatibility With Existing Plugins, And Minimizing Downtime. • Data Migration: Expertise In Migrating Data From Other Platforms (e.g., Confluence Server, Sharepoint) To Confluence Data Center, Ensuring Data Integrity And Minimal Disruption. 6. Deliverables: 1. Regular System Maintenance And Updates. 2. User Support And Training Materials. 3. Customized Workflows And Configurations. 4. Integration And Automation Solutions/documentation. 5. Security And Compliance Solutions/documentation. 6. Reports And Dashboards For Performance Monitoring. 7. Incident And Problem Resolution Documentation. 7. Timeline: • The Remote Administration Services Will Be Provided On An Ongoing Basis, With Regular Reviews And Updates To Ensure Continuous Improvement And Alignment With The Organization’s Needs. 8. Evaluation Metrics: • User Satisfaction And Feedback. • System Uptime And Performance Metrics. • Number And Resolution Time Of Support Tickets. • Effectiveness Of Integrations And Automations. • Compliance With Security And Regulatory Requirements. • Quality And Relevance Of Reports And Analytics. 9. Conclusion: This Statement Of Objectives Outlines The Key Requirements And Deliverables For Remote Administration Of The Jira Service Desk And Confluence Data Center Platforms. By Adhering To These Objectives, The Service Provider Will Ensure The Platform Is Effectively Managed And Optimized To Support The Organization’s Service Management. please See The Attached Statement Of Objectives For A Cleaner Reading Version Of The Information Above.
Closing Date5 Feb 2025
Tender AmountRefer Documents 
8231-8240 of 8393 archived Tenders