Event Management Tenders

Event Management Tenders

Instituto Estadual De Prote o E Defesa Do Consumidor Tender

Other Consultancy Services...+1Consultancy Services
Brazil
Description: Electronic Auction - Price Registration for the Possible Contracting of a Company Specialized in the Service of Organization, Coordination, Execution, Monitoring and Management of Events, on Demand with Provision of Infrastructure, Food and Logistical Support, As Detailed in the Terms of Reference and Included in E-docs Process No. 2024-hmvv7.
Closing Date25 Feb 2025
Tender AmountRefer Documents 

SERVI O DE APOIO AS MICRO E PEQUENAS EMPRESAS DO ESTADO DE SAO PAULO Tender

Other Consultancy Services...+1Consultancy Services
Brazil
Description: Electronic Auction - Contracting of a Company Specialized in Carrying out and Organizing Sectoral and Multisectoral Business Rounds, on Demand, Encompassing the Services of Recruiting Participants (Buyers and Sellers), Monitoring Registrations, Organizing the Agenda, Tactical and Operational Management of Events Through a Digital Business Platform, Whose Specifications Are Included in the Terms of Reference.
Closing Date25 Feb 2025
Tender AmountRefer Documents 

European Parliament, PERS Directorate General For Personnel Tender

Services
Other Consultancy Services...+1Consultancy Services
Belgium
Details: Title: Organisation Of Team Events Lot 1: Belgium - Lot: 2 France (strasbourg) - Lot 3 - Luxembourg description: The Purpose Of This Call For Tenders Is To Provide The European Parliament With Framework Contracts Covering The Organisation Of Team Events Or Other Typologies Of Events In Belgium (lot 1) , France Within A 80km Radius From Strasbourg (lot 2) And Luxembourg (lot 3). In General Terms, The Contractor(s) Will Perform The Three Following Major Functions: - Event Design And Management; - Providing Their Own Services Or/and Sub-contracting Services And Goods; - Coordinating And Supervising Third Party Providers, Notably In Relation To The Organisation Of Events Run By Directorate General For Personnel Or By Others Directorates General Of The European Parliament.
Closing Date27 Feb 2025
Tender AmountEUR 4.1 Million (USD 4.3 Million)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Description: Sources Sought 9 Rw A&as Support contracting Office: 9 Cons, Beale Afb introduction this Is Not A Solicitation. This Synopsis Is For Information And Planning Purposes Only. This Sources Sought Synopsis Is Being Conducted Pursuant To Far Part 10, Market Research; A Solicitation Is Not Available At This Time. This Synopsis Does Not Constitute A Request For Proposal (rfp) Or Invitation For Bid (ifb). The Government Will Neither Award A Contract Solely On The Basis Of This Notice, Nor Will It Reimburse The Contractor For Any Costs Associated With Preparing Or Submitting A Response To This Notice. This Posting Is For Information Gathering And Planning Purposes Only, And In No Way Restricts The Government’s Final Acquisition Strategy. Any Information Provided By The Government At This Time Is Preliminary And May Be Updated Or Changed Prior To Release Of A Formal Rfp. background the 9th Reconnaissance Wing (9 Rw) Is Seeking Qualified Sources To Perform A Variety Of Advisory, Assistance, & Support Services In The Operation Of A Mission Planning Cell As Follows: mission Planning To Include Mission Area Study, Coordination, Planning, And Generation Of Supporting Mission Products. intelligence Analysis Of Potential Environments And Disposition Of Forces Detailed In Products And Briefings. scheduling Personnel, Assets, And Resources Across Multiple Organizations To Support Events And Operations. integration Analysis And Acquisition Support For The Sustainment, Optimization, And Further Development Of Plans, Operations, And Personnel. weather Forecasting Support For Events And Mission Operations Including Products, Briefings, And On-demand Assessments. requirements objective: The Government Is Seeking To Gauge Contractor Capabilities And To Gather Feedback Concerning The Best Acquisition Strategy To Fulfill Its Requirements. The Government Is Contemplating One The Following Approaches: gsa Oasis+ Intelligence Services gsa Multiple Award Schedules Sin 541990, Professional Services far 15 Source Selection the Government Is Considering Firm Fixed Price, Cost Plus Fixed Fee, And/or Time & Materials / Labor Hour Contract Types For Any Of The Above Approaches. The Government Is Considering The Use Of Highest Technically Rated Offeror (htro) With Reasonable And Realistic Pricing And/or A Technical/past Performance/price Best Value Tradeoff For Its Selection Methodology And Evaluation Criteria. place Of Performance And Workdays: The Primary Place Of Performance Will Be At Beale Afb, Ca. Performance May Be Required At Other Dod Facilities Or Contractor Sites As Necessary. Normal Workdays Are Monday Through Friday Except For U.s. Federal Holidays. Routine Overtime May Be Expected. Ad Hoc Needs May Require Work In Excess Of 8 Hours Per Day To Include Weekends And Holidays. security: Top Secret, Sensitive Compartment Information (sci), Alternative Compensatory Control Measures (accm), And Special Access Program (sap) Security Clearances Will Be Required For All Employees Prior To Performing Any Tasks In The Pws. Final Security Requirements Will Be Documented In The Dd Form 254. travel: Travel To Other Government Facilities Or Other Contractor Facilities May Be Required. naics the Government Contemplates The Following North American Industrial Classification System (naics) Code: 541990, All Other Professional, Scientific, And Technical Services, Which Has A Small Business Size Standard Of $19.5m In Annual Gross Income. organizational Conflict Of Interest due To The Nature Of The Requirement, Any Future Contract For Beale Operational Support Will Include A Stringent Organizational Conflict Of Interest Clause Limiting The Contractor’s Ability To Compete And/or Perform Under Other Beale Afb Contracts. information And Instructions respondents Are Requested To Submit Capability Packages As Instructed Below: capability Packages Shall Be Delivered In One Electronic Copy. Capability Package Files Should Be In Ms Office Format (word, Excel Or Powerpoint) Or Adobe Pdf Format, And Should Not Exceed 5 Mb On One Email. Capability Packages Shall Contain Unclassified Material Only. capability Packages Should Not Exceed 20 Total Pages (5 Pages For Company Information And Acquisition Strategy Feedback, 15 Pages For Presentation Of Capabilities), Each Single Side Counting One Page, 8.5 X 11 Inch, With One-inch Margins, And Font No Smaller Than 10 Point Times New Roman. All Capability Packages Must Be Received No Later Than 4:00pm (central Time) On 6 January 2025. capability Package Responses, And All Questions, Shall Be Sent Via Email To The Contracting Officer, Mr. Jeremy Peppler, At Jeremy.peppler@us.af.mil. company Information – Respondents Must Include The Following Within Their Capability Packages: company Information: Provide Company Name, Address, A Point Of Contact With E-mail Address And Telephone Number, Federal Cage Code, Unique Entity Id (ueid), Business Size, And Facility Security Clearance Level. Your Company Must Be Registered In System For Award Management (sam). To Register, Go To Https://www.sam.gov. type Of Interest: Is Your Company Likely To Propose As A Prime Contractor? Is Your Company Looking For Subcontracting Opportunities? Are You Interested In Exploring Possible Teaming Arrangements? Are You An Oasis+ Contract Holder And/or A Multiple Award Schedule Holder? Are There Other Contract Vehicles That May Be More Appropriate For This Work? Are There Other Naics Codes That May Be More Appropriate For This Work? Does The Government’s Current Approach Make Sense, Or Are There Other Strategies That Would Offer Greater Benefit? small Business: Small Businesses Are Encouraged To Respond To This Announcement. Small Business Respondents Should Indicate Whether They Are A Small Business, 8(a) Concern, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hub Zone Small Business, Small Disadvantaged Business, Women-owned Small Business, Or Historically Black College Or University (hbcu) Or Minority Institution (mi) (as Defined By The Clause At Dfars 252.226-7000). respondents Must Address How They Can Provide The Necessary Advisory And Assistance Support Services. The Following Summary Represents Key Capability Focus Areas Meant To Hone Responses. Capability Packages Should Include Examples Of Efforts Of Approximately The Same Size, Complexity, Composition, Functionality, And Criticality Within The Last Three Years. Provide Organization Name, Contract Number, Dollar Magnitude, Performance Period, And Point Of Contact With Telephone Number And/or E-mail Address With Example Information. overarching Advisory And Assistance Support Experience And Capabilities: management, Recruitment And Retainment Processes To Ensure Sufficient & Qualified Personnel Available To Meet Mission Requirements Including Flexible Adjustment To Increased And Decreased Needs Over The Life Of A Contract. See Loe Attachment For Cme Estimates. hiring And Managing Qualified Personnel With Appropriate Security Clearances. Projects Are Classified Up To Top Secret/sci/accm/sap. working With Contracts That Require Conflict Of Interest Avoidance. providing Uninterrupted 24/7 Support When Required During A Labor Strike, Surges, Natural Disasters, Disruptive World Events, Terrorist Attacks, Government Shutdowns, And Other Emergencies. providing Business Process Management Relating To Strategic Planning, Business Analysis, Systems Analysis, Process And Productivity Improvement, And Preparing High-level Studies, Analysis And Reports. mission Planning To Include: operation Of Proprietary Mission Planning Software, Equipment, And Networks preparation To Meet Mission Requirements threat Analysis incorporate Weather Factors And Limitations Into Planning risk Assessment And Management Using Established Guidance production Of Plans, Orders, And Mission Products For Personnel manage Creation And Submission Of Diplomatic Clearance Requests coordinate Current And Future Operations With Theater Lnos understand And Plan Radio Utilization adapt Plans For Tasks And Capabilities collaborate With And Support Military, Government, And Civilian Planners provide Specified Mission Planning Products Within 24 Hours Of Receipt Of Mission Tasking (24/7/365 Ops) meet Planning And Product Standards Established By Regulation, Directive, Publications And Other Policy Guidance recommend Alternative Methods, Plans, Tactics, Techniques Or Procedures As Necessary For Policy Improvement Or Optimization intelligence Analysis To Include: maintain Access To And Operate Appropriate Classified Networks, Systems, And Databases maintain Training And Qualifications Required By Intelligence Community adhere To Applicable Rules, Regulations, Directives, And Policy quality Control Of Disposition Of Forces, Activity History, And Estimated Future Disposition And Activity Trends Analysis As Pertain To Operational Requirements determine Adversary Weapons Systems Capabilities Including Trend Analysis assess Vulnerabilities Against Specified Threats updated And Report And An All Disposition Of Force/order Of Battle Changes research, Assemble, And Present Operationally Relevant Intelligence Analysis produce Intelligence Products scheduling To Include: monitor And Manage Personnel Utilization And Availability Across Multiple Organizations assemble And Assign Personnel To Tasked Events monitor Maintenance Status assign Available Resources To Tasked Events manage Scheduling For All Events Both Local And Globally adapt Schedule To Meet Wing Requirements prepare Briefing Materials And Present Scheduling-related Information integration Analysis And Acquisition Support For: future Development Of 9 Rw Operation Concerns And R&d plans, Requirements, And Personnel Management documentation Generation And Maintenance performance Of Technical Evaluations And Selection Of Government Sources Selections coordination With Cocoms And Other Organizations weather Forecasting To Include: understand Apply Weather Regulations, Policies, And Practices utilize Multiple Existing And Emerging Forecast Models And Tools To Include Classified Resources To Develop Mission-specific Weather Support prepare Weather Products To Brief Weather, Forecasts, Alerts, Descriptions, And Assessments Of Weather Anomalies determines And Brief Sun/moon Illumination And Rise/set Forecast provide On-demand Assessments Of Changing Weather Phenomena In Defined Areas record And Maintain Historical Operational Weather Data conduct Trend Analysis Of Historical Weather Data
Closing Date6 Jan 2025
Tender AmountRefer Documents 

City Of Laoag Tender

Healthcare and Medicine
Philippines
Details: Description Qty Unit Description 1 Unit Patient Monitor Minimum Specification: Standard Hl7 Output Fan-less Design To Reduce Dust Deposits With Big Number Screen, Dynamic Trend Screen, And Ocrg Screen 4 User-define Layout Timing Clock Configurable From 5-30 Minutes 1,600 Sets Nbp Table 1,200-hour Trend Graph Of All Parameters (with Data Manager Function) 200 Sets Alarm Events And 200 Sets Arrhythmia Events (with Data Manager Function) Rechargeable Lithium Ion Battery With 2.5 Hrs Operation Standard External Interfere Available: Ecg Analog Output, Vga Output, Nurse Call, Lan, Usb Patient Data Export Using A Usb Data Manager Net Weight: Approximately 4.2 Kg 12.1-inch Color Tft Led Touchscreen Display 800 X 600 Pixels Resolution Maximum Display Of 11 Channels With Auto Channel Height Adjustment Function Lightweight And Ergonomic Design Parameters: 3 Lead Ecg, Hr, Resp, Nbp, Spo2, Pr Spo2 Technology With Anti-motion And Low Perfusion Performance Navigation Wheel For Information Input And Screen Navigation Backlit Function Buttons For Quick Access To Key Function With Warranty
Closing Date31 Jan 2025
Tender AmountPHP 780 K (USD 13.3 K)

Clark International Airport Tender

Others
Philippines
Details: Description Lease Of Venue With Full Set-up Catering Good For 225 Pax For The 30th Ciac Anniversary Celebration On February 06, 2025. With The Following Arrangements: *venue To Accommodate 225pax, With Stage (16x24 Ft), Podium, Wifi Access, Qr Code/user Account, And Directional Signages To Guide Guests To The Event Location & Restrooms. *managed Buffet Dinner For 225pax Including (1 Appetizer, 1 Vegetable Salad, 1 Soup 1 Pork, 1 Chicken, 1 Fish, 1 Vegetable, 1 Side Dish, Rice, 1 Dessert And Drinks) *red Carpet Outside The Hall Entrance For Guest Arrivals And Stantions *cocktail Tables (provided For The Pre-event) *360 Degree Video Booth Allocated Area For Set-up And Operation *registration Table Near Entrance For Guest Check-in. *award Tables Near The Stage For Plaques/awards *basic Tables Centerpieces And Table Numbers *event Coordinator (point Person To Oversee The Event, Provide Ingress And Egress Updates, In-charge Of Crew Meals Distribution To Suppliers Abc: 407,000.00 (vat Inclusive) Note: **quoted Price Must Be Good Up To A Minimum Of 30 Working Days **ciac Assumes No Responsibility Whatsover To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Ciac Reserves The Right To Accept Or Reject Any Bid, And To Annual The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date3 Feb 2025
Tender AmountPHP 407 K (USD 6.9 K)

Philippine International Convention Center Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-77 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure One (1)-year Subscription Of Various Newspapers, With An Approved Budget For Contract (abc) Of Seventy-seven Thousand Three Hundred Forty Pesos (₱77,340.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of February 7, 2025. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-77 Terms Of Reference I. Project Title: One (1)-year Subscription Of Various Newspapers Ii. Approved Budget For Contract (abc): Seventy-seven Thousand Three Hundred Forty Pesos (₱ 77,340.00), Vat Inclusive. Iii. Specifications: Quantity Particulars 264 Pieces Philippine Star (office Of The Gen. Manager) 264 Pieces Business Mirror (office Of The Corporate Secretary) 264 Pieces Philippine Daily Inquirer (office Of The Deputy Gen. Manager) 365 Pieces Philippine Star (security Office) 365 Pieces Philippine Daily Inquirer (marketing & Events Management Dept.) 264 Pieces Business World (office Of The Treasurer) 264 Pieces Manila Times (technical Services Department) 264 Pieces Manila Bulletin (administrative Department) 264 Pieces Manila Standard (office Of The Comptroller) Iv. Schedule Of Requirement: • Delivery Of Newspapers For Memd And Security Office Is Mondays To Sundays. • Delivery Of Newspapers For Other Department/offices Is Mondays To Fridays Only Except Holidays. V. Terms Of Payment: Full Payment Subject To The Completion Of Notice Of Award, Purchase Order And Notice To Proceed. Acceptability: The Monthly Newspapers To Be Delivered To Picci Shall Be In Accordance With The Approved Picci’s Purchase Order Supported By A Monthly Delivery Receipt From The Winning Supplier. Vi. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective At Least One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. Awardee Shall Be Responsible For The Source(s) Of Supplies And Make Deliveries In Accordance With The Schedule And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. Awardee Shall Pick Up Po Issued In His/her Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Po Remain Unclaimed, The Said Po Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Delivery Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Required Product/s Within The Time Called For In The Same Order, Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His/her Delivery. 5. All Deliveries By The Suppliers Shall Be Subject To Inspection And Acceptance By The Picci. 6. Rejected Deliveries Shall Be Construed As Non-delivery Of Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages. 7. Supplier Shall Guarantee That All Deliveries Shall Be Free From Defects. Any Defective Item(s)/product(s), Therefore Which May Be Discovered By The Picci Within Three (3) Months After Acceptance Of The Same, Shall Be Replaced By The Supplier With Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 8. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of The Product(s)/goods Purchased Shall Be Deducted For Each Day Of Delay In The Delivery Of The Product(s)/goods Ordered. 9. All Duties, Excise And Other Taxes And Revenue Charges, If Any, Shall Be For The Supplier’s Account. 10. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 77.3 K (USD 1.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: Request For Information description department Of Veterans Affairs request For Information (rfi) production Web Application Protection this Is A Request For Information (rfi) Only. Do Not Submit A Quote. This Rfi Is For Planning Purposes Only And Shall Not Be Considered A Request For Quotation. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Quotes Or The Authority To Enter Into Negotiations To Award A Task Order. No Funds Have Been Authorized, Appropriated Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs (va) In Developing Its Acquisition Strategy. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi. the Government Requests Industry To Review And Provide Commentary On The Governments Requirement Detailed Below. The Government Intends To Review Rfi Responses To Exchange Information And Improve Industry S Understanding Of The Government Requirement And The Government S Understanding Of Industry Capabilities. This Will Allow Potentialâ offerorsâ to Judge Whether Or How They Can Satisfy The Government S Requirements And Enhance The Government S Ability To Obtain Qualityâ suppliesâ and Services. submittal Information: all Responsible Sources May Submit A Response In Accordance With The Below Information. As Part Of Your Market Research Response, Please Provide A 10-page Submission Detailing Similar Work Experience To That Of The Governments Requirement Detailed Below. interested Vendors Shall Provide Constructive Comments And/or Feedback Regarding The Following Elements Of The Proposed Procurement: proposed Contract Type: Firm Fixed Price schedule: Base Year Plus Four (4) Option Years industry To Propose A Contract Line-item Numberâ (clin)/price Structure And Deliverables; industry To Propose The Team Level Of Effort And Labor Categories feasibility Of The Requirement, Including Performance Requirements any Other Industry Concerns, Comments, Or Questions interested Vendors Shall Provide The Following Information In The Initial Paragraph Of The Submission: name Of Company address point Of Contact phone Number email Address company Business Size And Status Under The Following North American Industry Classification System (naics) Code: 541519 Other Computer Related Services With A Size Standard Of $34 Million. existing Contractual Vehicles (gwac, Fss, Mac, Sewp) To Include The Contract And Schedule Numbers. socioeconomic Data (for Veteran-owned Small Business (vosb) And Service-disabled Veteran-owned Small Business (sdvosb)s, Proof Of Verification In Small Business Administration (sba) Veteran Small Business Certification (vetcert)) indicate Whether You Can Comply With The Limitations On Subcontracting At Va Acquisition Regulation (vaar) 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses Or Vaar 852.219-74 Va Notice Of Total Set-aside For Certified Veteran-owned Small Businesses system For Award Management Unique Identity Identification Number while Not Required, Artifacts Supporting Your Submission May Be Submitted To Better Demonstrate The Above. The Artifacts Can Be In Addition To The Page Limit. there Are No Specific Submission Requirements Other Than The Page Limit, But The Government Requests That It Not Be Inundated With Marketing Materials Or Peripheral Content, And That The Submission Be Readable. contractor Response: all Contractor Questions Are Required To Be Submitted Via Email No Later Than 12:00 Pm Et, February 28, 2025 To Michael Berberich, Contract Specialist At Michael.berberich@va.gov And Contracting Officer David Long At David.long4@va.gov. Once All Of The Questions Have Been Received, The Government Will Provide A Response And Extend The Rfi An Additional Four Business Days To Allow Industry Time To Provide Their Formal Response. government Requirement: va Requires A Comprehensive Application Security Solution To Protect Applications From Exploitation By Threat Actors, Unauthorized System Access, Data Breaches, And Service Disruptions. The Solution Address Vulnerabilities As Defined By Open Worldwide Application Security Project (owasp) That May Not Be Caught During Static Scanning In Software Development. key Challenges This Solution Address Include: protection Against Known Owasp Vulnerabilities. defense Against Zero-day Attacks Through Runtime Protection. support For Both Modern And Legacy Applications Across Diverse Operating Systems. integration With Existing Va Security Infrastructure Including Palo Alto Next Generation Firewalls (ngfw). enterprise Scalability While Starting With Initial Deployment Of 100 Systems. minimal Performance Impact On Protected Applications. comprehensive Logging And Security Analytics Capabilities. the Vendor Shall Provide Details On The Solution Including: hardware And Software Required. hardware, Software And/or Cloud Requirements. installation Requirements. licensing (including Type Of Licensing, I.e., Annual, Perpetual, Etc.) And Maintenance Requirements. what Is Included With Licensing And Maintenance. description Of Warranty. adapter Requirements. description Of Training For Government Full-time Equivalents (ftes) Employees. operation/customization Capabilities Of The Solution virtual Lab Usage And Materials description Of Professional Services Provided. any Features Not Specifically Mentioned, But Which May Be Required And Necessary For The Completeness And Efficient Performance Of The Proposed Solution As An Operating Entity. appendix A-detailed Operating And Capability List (see Below), Includes A Full List Of Requirements That The Vendor Is Requested To Provide A Response To. For Each Line A Response Shall Be Provided About Whether The Solution Can Fully Meet The Requirement Or Not As Shown With The Check Boxes. parameters Include: the Solution Shall Provide Both Web Application Firewall (waf) And Runtime Applications Self-protection (rasp) Capabilities, Either As An Integrated Platform Or As Compatible, Interoperable Components With The Existing Next Generation Firewalls (ngfw). the Solution Shall Be Scalable To Protect At Least 1,000 Web Applications Across The Va's Infrastructure, With The Capability To Expand To 1,500 Applications Within Two Years. the Solution Shall Support Both On-premises And Cloud-based Deployments, Including Hybrid Environments, Aligning With The Va's Cloud Migration Strategy. the Solution Shall Offer Centralized Management And Monitoring Capabilities For All Protected Applications, Providing A Single Pane Of Glass View For Security Operations. the Solution Shall Be A Comprehensive, Vendor-managed System That Includes Ongoing Support, Maintenance, Updates, Performance Monitoring, And Reporting. The Reporting Must Feature Metrics And Benchmarks To Demonstrate The Effectiveness Of The Solution. the Solution Shall Interface And Provide Integrations To Va Security Information And Event Management (siem) , Continuous Monitoring (conmon), And Incident Response Platforms (e.g. Splunk, Servicenow) the Solution Must Comply With Relevant Government Security Standards, Including Federal Information Security Management Act Of 2002â (fisma), Federal Risk And Authorization Management Program (fedramp), Federal Information Security Management Act Of 2002â (fisma), And Federal Information Processing Standard Publication 140-2, (fips Pub 140-2), While Maintaining Compliance With Evolving Regulations And Emerging Federal Standards Such As The Latest National Institute Of Standards And Technologyâ (nist) Updates. additional Questions To Be Answered By Industry In The Rfi Response: licensing - What Is Included As Part Of The Licensing Model? (i.e., Perpetual, Concurrent, Subscription-based, Proprietary, Network, Other)? Is Support Included As A Part Of Licensing? Does The License Have The Flexibility To Increase Licenses To Your Current Configurations Over Time? Do The Licenses Need To Be Installed Or Can Va Install? please Describe What Is Included In Ongoing Support, Maintenance, Updates, And Performance Monitoring. what Metrics And Benchmarks Do You Provide That Measure And Proves The Effectiveness Of The Solution In Protecting Application? maintenance - Will The Maintenance Renewal Be Annual, Or Can You Provide A Quote To Estimate For 4 (four) Years Of Maintenance? What Does The Maintenance Renewal Cover (updates, Patches, Support, Etc.)? training - What Type Of Software Training Is Offered (i.e., User Training, Technical Training/knowledge Transfer, Etc.)? How Many Days Does Software Training Consist Of? Is The Training On-site, Remote, Or Virtual? What Is The Cost Of Training? please Provide A Pricing Estimate For An Enterprise License To Include A Proof Of Concept Funding Scenario For 6 Months, Annual Maintenance Costs Or Annual Licensing Costs, Any Additional Support Costs, Any Additional Service Costs, Training Costs, And Any Costs Not Otherwise Specified Or Identified. how Is The Effectiveness Of The Proposed Solution Measured? appendix A detailed Operating And Capability List the Contractor Shall Provide A Response To Each Line In The List. Responses Requested For Each Line Are Fully Capable Or Not Capable. item # requirement fully Compliant not Compliant 1 runtime Threat Detection And Prevention provide Real-time Threat Detection And Prevention At The Application Runtime, With A Response Time Of Less Than 10 Milliseconds. protect Against Zero-day Vulnerabilities And Novel Attack Vectors, With The Demonstrated Ability To Prevent Previously Unknown Attacks. 2 application Compatibility And Performance Impact support Major Programming Languages And Frameworks Used By The Va, Including But Not Limited To Java, .net, Python, Node.js be Fully Compatible With Both Legacy And Modern Va Applications, Enabling Protection Without Requiring Extensive Modifications To Existing Systems. Maintain Less Than 5% Overhead In Application Response Times, Even Under High-load Transaction Scenarios, To Ensure Negligible Impact On End-user Experience And Application Functionality. 3 traffic Inspection And Filtering (waf/ngfw) inspect And Filter All Incoming Hypertext Transfer Protocol (http)/hypertext Transfer Protocol Secure (https) Traffic, With The Capacity To Process At Least 100,000 Requests Per Second During Peak Usage Without Compromising Performance. support Both Positive Security Models (allowlisting) And Negative Security Models (blocklisting), With The Flexibility To Switch Or Combine Models Based On Application-specific Requirements. provide Robust Protection Against The Owasp Top 10 Vulnerabilities, With Regular Signature And Behavior-based Updates To Address Emerging Threats And Attack Techniques. achieve A 50% Reduction In Successful Web Application Attacks Within The First Year Of Full Implementation, As Verified Through Periodic Security Incident Reports And Analytics. 4 protocol Validation And Bot Mitigation must Validate Http/https Protocols To Prevent Protocol-based Attacks, Including Http Desync Attacks. offer Transport Layer Security (tls)/secure Sockets Layer (ssl) Termination And Inspection Capabilities, Supporting Tls 1.2 And 1.3. include Advanced Bot Detection And Mitigation Capabilities Using Artificial General Intelligence (ai) And Machine Learning, With A False Positive Rate Of Less Than 0.1%. To 1% 5 distributed Denial-of-service (ddos) Protection And Performance provide Protection Against Application Layer (layer 7) Ddos Attacks, Capable Of Mitigating Attacks Of Up To 10 Gbps. offer Integration With Network-layer Ddos Protection Solutions Already In Use By The Va, Including The Ngfw. 6 cross-system Integration integrate With Existing Va Security Information And Event Management (siem) Systems, Including [specific Siem Solution Used By Va], With Bi-directional Data Flow From Ngfw, Waf, And Rasp. provide Apis For Custom Integrations With Other Va Security Tools, Including [list Of Specific Tools Used By Va], With Comprehensive Documentation And Support. 7 identity And Access Management integrate With The Va's Identity And Access Management Systems, Including Okta And Active Directory, Ensuring Role-based Access Control Across Ngfw, Waf, And Rasp. offer Unified Threat Intelligence Across All Components, With The Ability To Share Threat Data Across The Entire Va Network. 8 compatibility And Configuration integrate Seamlessly With The Va S Existing Palo Alto Ngfw Solution, Ensuring No Disruption To Existing Configurations. the Solution Synchronize Security Policies Across Ngfw, Waf, And Rasp To Prevent Conflicts And Ensure A Unified Approach To Traffic Inspection And Filtering. the Ngfw Must Retain Its Role In Network-layer Protection While Delegating Application-layer Protection To Waf And Runtime Threat Prevention To Rasp. 9 data Flow And Protocols the Integration Support Bi-directional Data Flow Between Ngfw, Waf, And Rasp, Allowing Threat Intelligence And Logs To Be Shared Across Systems. the Solution Support Standard Communication Protocols Such As Http, Https, Tls 1.2/1.3, And Integration With Siem Systems Already Used By The Va. 10 performance And Monitoring the Integrated Solution Maintain Optimal Performance With Minimal Impact On Network Latency, Ensuring That Traffic Inspection Remains Efficient Across All Three Systems. monitoring Occur Through A Centralized Dashboard That Aggregates Logs And Performance Metrics From Ngfw, Waf, And Rasp. 11 centralized Monitoring And Reporting provide A Unified Dashboard For Monitoring Ngfw, Waf, And Rasp Security Events, With Real-time Updates And Customizable Alerts. offer Customizable Views For Different Stakeholders (e.g., Security Teams, Application Owners, Executives), With Role-based Access Control. provide Detailed Logging Of Security Events From Ngfw, Waf, And Rasp, With Log Retention For At Least One Year To Support Forensic Analysis. 12 performance Scalability maintain High Availability And Fault Tolerance Across All Systems, With 99.99% Uptime Guaranteed. support Active-active Configurations For High Traffic Volumes, Capable Of Load Balancing Across Multiple Data Centers. 13 unified Deployment And Management support Various Deployment Options (e.g., Agent-based, Container-based For Rasp; Appliance-based, Cloud-based For Waf), Compatible With Va's Existing Infrastructure. provide Centralized Policy Management, Allowing For Consistent Policy Enforcement Across All Va Facilities. support Policy Version Control And Rollback Capabilities Across All Systems, With The Ability To Track Changes And Revert To Previous Configurations If Needed. 14 compliance aid In Meeting And Demonstrating Compliance With Fisma, Hipaa, And Fedramp Requirements, Providing Necessary Documentation And Audit Support. provide Data Masking Capabilities To Protect Sensitive Veteran Information, Including Social Security Numbers, Health Records, And Personal Identifiers. 15 security support Encryption Of Data In Transit And At Rest, Using Fips 140-2 Validated Cryptographic Modules Across All Integrated Systems. provide Audit Trails For All Administrative Actions And Policy Changes, With Tamper-evident Logging For Ngfw, Waf, And Rasp. provide A Fedramp Authorization If Cloud Deployed, And Support For An Authority To Operate (ato) In The Va Risk Management Framework (rmf). 16 interfaces provide Integrations To Va S Siem, Conmon, And Incident Response Platforms.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

Department Of The Interior And Local Government - DILG Tender

Food Products
Philippines
Details: Description Other Requirements: With Free Flowing Coffee/tea Catering Set-up Appropriate For Executive Gatherings Shall Be Provided By The Services Provider. The Service Provider Must Provide Atleast One (1) Staff To Serve The Food During The Meetings/events. Buffet/managed Buffet: Use Of Porcelain/ceramic Plates. Use Of Stainless Utensils (spoon, Fork, And Knife) Use Glass/cups For Beverages. Use Tissue Made Of Raw Materials From Recycled Fiber, Which Is Atleast Elementary Chlorine Free (ecf) (readily Available) Server Should Observe Health And Safety Protocols Such As Wearing Of Gloves, Facemask (i.e Anti-slobber Clear Plastic Mouth Cover, Clear Hygienic Open Mount Shield), And Hairnet. Provide Purefied/distilled Drinking Water With Dispenser. Serving Providers Should Do Proper Segregation For Disposal Of Tissue And Leftover. Delivery/serving Time: Pm Snacks: 9:30 Am - 10:00 Am Lunch: 11:00 Am - 11:30 Am Pm Snacks: 2:30 Pm - 3:00 Pm All Of The Required Items In The Rfq Must Be Accomplished Completely. Do Not Leave Any Blank Portions On The Statement Of Compliance. Bidders Must State Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Item/s Offered. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. In Order To Be Eligible For This Procurement, Suppliers/service Providers Must Submit Together With The Quotation/proposal The Following Eligibility Requirements: Annual Income Tax Return (itr) Fy. 2023 (for Those Who Do Not Have Business Permit For 2024 Yet) Certificate Of Business Name Registration From Dti (updated) Tax Clearance Certificate From Bir (updated) (if Applicable) Business/ Payor's Permit (updated) Accomplished And Notarized Omnibus Sworn Statement (download Template Https://www.gppb.gov.ph/downloadable-forms/#tab-61412) Certificate Of Philgeps Registration/registration Number (red Membership) For Inquiries Or Clarifications, You May Contact Katherine M. Llano At Telephone No. 228-1412 Or Ms. Kristine Joy Elipan At Telephone Numbers (083) 228-7960 Or Email Address At Dilg12supply@gmail.com And Dilgro12rbacsecretariat@gmail.com. Important: Please Submit Your Quotation/s In Sealed Envelope/s On/before February 3, 2025 At Exactly 10:00 Am At The Dilg Regional Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, South Cotabato.
Closing Date3 Feb 2025
Tender AmountPHP 112.8 K (USD 1.9 K)

Environmental Management Bureau Tender

Telecommunication Services
Philippines
Details: Description Request For Quotation Sir/madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Terms And Conditions: 1. The Approved Budget For The Contract (abc): P 350,000.00 . 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1%. 3. Delivery Period Is 30 Calendar Days From Receipt Of Award/purchase Order. 4. If Awarded The Contract, Processing And Payment Shall Be Made After Complete Delivery Of Services/supplies And Final Acceptance Of Services. 5. Quotations Must Be Delivered At Emb-car, Denr Compound, Gibraltar Road, Baguio City Or Send Thru Email: Gso.embcar@gmail.com. 6. Bid/quotation May Be Typewritten/handwritten And Should Be Placed In A Sealed/unsealed Envelope Marked: " Renewal Of Sangfor Firewall Subscription . " Quantity Unit Description Unit Price Total Price 1 Lot Renewal Of Sangfor Firewall Subscription - 1 Year - M5300-f-i, Ultimate Bundle Including Premium Subscription & Platform-x (ngaf & Endpoint Secure Management, Event Correlation & Response, Security Posture Reporting) & Incident Response (2times Per Annum) With 30 Units Of Complimentary Endpoint Secure Protect Agents Support Services: 8x5 Call, Text, Email. 1 Year X - - X Pismu Deadline Of Submission Of Quotation Is On January 14, 2024; 9 Am For New Suppliers, Submit Letter Of Accreditation To Emb-car For Winning Bidder, Submit Omnibus Sworn Statement For Interested Suppliers, Please Submit Philgeps Registration Certificate Rfq No.: 2025-1-rfq5 Engr. Raul G. Cubangay Date: January 8, 2025 Bac Chairperson I Have Read And Understood The Terms & Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Terms & Conditions. Name Of Company: Bidder's Name & Signature: Address: Contact No.:
Closing Date14 Jan 2025
Tender AmountPHP 350 K (USD 5.9 K)
991-1000 of 1010 archived Tenders