Event Management Tenders
Southern Luzon State University Tender
Others
Philippines
Details: Description Qty. Unit Item/s Description Filipiniana Books For College Of Administration, Business Hospitality, And Accountancy, College Of Industrial Technology, Catanauan, Lucena & Tayabas Campus 5 Copy Applied Business Tools And Technology / Bajao / C2021/ Isbn: 6217181872 13 Copy Bar & Beverage Management - A Book On Drinks / 2nd Ed / Bajao / C2023/ / Isbn: 6214183258 3 Copy Entrepreneurship In Tourism And Hospitality/ Bajao/ Osorno/ C2020/ Isbn: 6214180950 3 Copy Front Office Operations/ Bajao/ C2020 / Isbn: 621-418-094-3 5 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual / Bajao/ C2023/ Isbn: 6214183326 3 Copy Introduction To Meetings, Incentives, Conference And Events Management / Bajao/ C2020/ Isbn: 6214180974 2 Copy Learn And Enjoy Statistics The Easy Way - Basic Volume 1 Revised Edition / Uriarte/ Revised Edition/ C2024/ Isbn:6214183432 7 Copy Learning Research The Easy Way/ Uriarte/ Revised Edition/ C2024/ Isbn: 621418345 1 Copy Macroeconomics/ Shah/ C2023/ Isbn: 9789672711032 2 Copy Menu Design And Revenue Management / Bajao/ C2025/ Isbn:9786214183791 3 Copy Micro Perspectives Of Tourism And Hospitality/ Bajao/ C2022/ Isbn: 6214182381 3 Copy Moral Philosophy And Ethics/ Bacuyag/ C2024/ Isbn:6214183135 3 Copy Movement Literacy And Engagement - A Text And Workbook For Physical Activity Towards Health And Fitness (path Fit) 1 / Cobar/ C2022/ Isbn:6214182688 5 Copy Multicultural Diversity In Workplace For Tourism Professional/ Bajao / C2022/ Isbn: 6214182404 3 Copy Operations Management In Hospitality And Tourism Business/ Bajao/ C2021 / Isbn: 6214181919 3 Copy Philippine Culture And Tourism Geography / Bajao/ C2021/ Isbn: 6214181896 3 Copy Purposive Communication In Diverse Contexts / Josue/ C2023/ Isbn:6214182718 3 Copy Quality Service Management In Tourism And Hospitality / Buslon / C2023 / Isbn: 6214182800 5 Copy Tourism, Hospitality And The Law - A Textbook On The Legal Aspect In Tourism And Hospitality / Umengan/ C2022/ Isbn: 6214182435
Closing Date26 Mar 2025
Tender AmountPHP 55.2 K (USD 972)
Office Of Civil Defense Tender
Automobiles and Auto Parts
Philippines
Details: Description Provision Of Transportation Services For The Conduct Of Various Pemo Activities For Cy 2025 General Requirements: Pick-up Point: Bancasi Airport, Caraga Region Drap-off Point: Venue To Be Determine Within Cagwait Requirements For The Vehicle: Type Of Vehicle: Van Must Be At Least 2020 Model Or Above Capacity: At Least Twelve (12) Seater Per Van Service Provider Must: • Provide Professional, Courteous And Fully Covid-19 Vaccinated Drivers For The Vehicle/s; • Must Allow A Maximum Of Ten (10) Passenger (excluding The Driver) Per Travel To Comply With Social Distancing; • Must Provide At Least One (1) Standby Driver As Replacement In Case The Assigned Duty Driver Got Sick Not Fit To Drive In The Activity Period; • Must Conduct Routine Vehicle Check-up Using Blowbagets (stands For Battery, Lights, Oll, Water, Brake, Gas, Engine. Tire And Self) Checklist Prior To Usage; • Provide Food And Accommodation For The Driver/s As Necessary; • Cover All Expenses For Emergency Repairs/check-up During The Period Covered Other Terms The Procuring Entity Reserves The Right To Terminate The Contract In Case Of Poor Performance, Or In The Event That The Need For Such Service Becomes Unnecessary Payment: Payment Will Be Processed Upon Completion Of Each Activity And Receipt Of Statement Of Account Quated Price Must Include All Government Taxes, Dunes And Fees Chargeability - Executive Office Apb Cy2025 Transportation Arrangements: Provision Of Van Rental Services For The Conduct Of Protocol And Events Management Forum 2025 Pick-up/drop-off And Standby Dates Pick-up Drop-off No. Of Vehicles May 26, 2025 Bancasi Airport, Caraga Venue To Be Determine Within Cagwait, Surigao Del Sur 6 May 27 – 30, 2025 Venue To Be Determine Within Cagwait, Surigao Del Sur Venue To Be Determine Within Cagwait, Surigao Del Sur 4 May 31, 2025 Venue To Be Determine Within Cagwait, Surigao Del Sur Bancasi Airport, Caraga 6 No. Of Vehicle On Standby For 12 Hours: 26 May 2025 – 6 Units (vehicle For Ocd Officials Workshop Team And Participants) 27 – 31 May 2025 – 4 Units (vehicle For Ocd Officials Workshop Team And Participants Standby 31 May 2025 – 6 Units (vehicle For Ocd Officials Workshop Team And Participants)
Closing Date8 May 2025
Tender AmountPHP 117.9 K (USD 2 K)
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 Date14 Mar 2025
Tender AmountEUR 4.1 Million (USD 4.9 Million)
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 4.9 Million)
Philippine Deposit Insurance Corporation Tender
Others
Philippines
Details: Description Philippine Deposit Insurance Corporation 2228 Pdic Building, Chino Roces Avenue, Makati City Procurement And Property Department 1st Request For Quotation Supplier The Pdic Invites You To Submit A Quotation For The Items Stated Below: Approved Budget Of Contract (inclusive Of All Applicable Taxes) Description Address Telephone/fax June 05, 2025 Supplier's Quotation (inclusive Of All Applicable Taxes) Rfq Control No: Rfq 25 06 432 1 Item 1 Php 1,962,500.00 / Lot Php 1,962,500.00 Engagement Of Service Provider For The Overall Events Management For The Pdic’s 62nd Anniversary Program Please See Attached Terms Of Reference (tor) Lot The Following Eligibility Requirements May Be Submitted Prior To The Award Of The Contract Upon Notification To The Bidder; 1. Income/business Tax Return 2. Mayor's /business Permit 3. Notarized Omnibus Sworn Statement And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership Or Cooperative, Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Template May Access To This Link. Https://www.gppb.gov.ph/downloadable-forms 4. Philgeps Registration Number Supplier's Printed Name : Signature: Name Of Company : Total: 1. Please Submit Only One (1) Quotation For This Project. 2. Please See Attached Terms Of Reference (tor) Php 1,962,500.00 Remarks: 5. Manifestation Of Compliance To The Attached Terms Of Reference (tor) Signed By The Authorized Representative . (annex A, Page 9) 6. Terms And Conditions : 1. Terms Of Payment 2. Place Of Delivery 3. Period Of Delivery Deadline Of Submission Of Proposal/quotation : : : Payment Will Be Made After The Delivery Of Items Through Check. There Is A Penalty Of 1/10 Of 1% For Every Day Of Delay. 2228 Pdic Building, Chino Roces Avenue, Makati City Per Terms Of Reference And Eligibility Requirements Contact Person : : Quotations Must Be Submitted Through Email Ppdsmallvalue@pdic.gov.ph Pdic Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Procurement, Or Not Award The Contract In Accordance With Section 70 Of The Irr Of Ra No. 12009. 06/10/2025 ; 08:00am Auramar Calbario 8841 4635 Authorized Procurement Officer Amado U.\pilarca Jr., Ceo I Pr Control No: Ccd 2025 05 00472
Closing Date10 Jun 2025
Tender AmountPHP 1.9 Million (USD 34.5 K)
SCHOOLS DIVISION OFFICE QUEZON CITY Tender
Education And Training Services
Philippines
Details: Description Republic Of The Philippines Department Of Education – National Capital Region Schools Division Office – Quezon City Bids And Awards Committee Nueva Ecija St, Bago Bantay, Quezon City Invitation To Bid June 13, 2025 The Department Of Education-schools Division Office, Quezon City Through Its Bids And Awards Committee (sdo-qc, Bac), Intends To Apply The Sum Of Twenty Five Million Seven Hundred Eighteen Thousand Five Hundred Thirty Pesos And 68/100 (php 25,718,530.68), Being The Approved Budget For The Contract For The Supply And Delivery Of Various Tvl Shs Learning Tools And Equipment. Accordingly, Interested Bidders Are Hereby Invited To Bid For: Lot No.: Lot 1 Description: Various Ict Equipment For Computer Programming, Animation (ncii), Illustration (ncii) Tvl Courses Approved Budget For The Contract (abc) (in Php): 13,022,114.00 Lot No.: Lot 2 Description: Various Tools And Equipment For Bread And Pastries Production Tvl Course Approved Budget For The Contract (abc) (in Php): 3,372,000.00 Lot No.: Lot 3 Description: Various Tools And Equipment For Cookery Tvl Course Approved Budget For The Contract (abc) (in Php): 2,511,495.00 Lot No : Lot 4 Description: Various Tools And Equipment For Electrical Installation And Maintenance Tvl Course Approved Budget For The Contract (abc) (in Php): 1,972,000.00 Lot No.: Lot 5 Description: Various Tools And Equipment For Shielded Metal Arc Welding Tvl Course Approved Budget For The Contract (abc) (in Php): 1,794,000.00 Lot No.: Lot 6 Description: Various Kitchen Utensils For Food And Beverage Tvl Course Approved Budget For The Contract (abc) (in Php): 884,580.00 Lot No.: Lot 7 Description: Various Tools And Equipment For Events Management Services Tvl Course Approved Budget For The Contract (abc) (in Php): 496,900.00 Lot No.: Lot 8 Description: Various Tools And Equipment For Caregiving Tvl Course Approved Budget For The Contract (abc) (in Php): 430,610.00 Lot No.: Lot 9 Description: Smart Tv And Airconditioning Unit For Various Tvl Laboratories Approved Budget For The Contract (abc) ( In Php): 1,234,831.68 Total 25,718,530.68 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Revised Implementing Rules And Regulations Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Bac Schedule Are As Follows: 1. Publication (philgeps) - June 16, 2025 2. Issuance Of Bid Documents - June 16, 2025 Up To Bid Opening 3. Pre-bid Conference - June 24, 2025, 10:00 Am At Sdo Lrms Conference Room 4. Deadline For Submission Of Bids - July 7, 2025, 9:00 Am At Bac Secretariat 5. Opening Of Bids - July 7, 2025, 10:00 Am At Sdo Lrms Conference Room Eligible Bidders Must Submit Their Bids At The Address Between The Hours Of 8:00 A.m. To 9:00 A.m. Of July 7, 2025 At The Schools Division Office Green Building. Late Bids Shall Not Be Accepted. Bid Opening Shall Immediately Follow At 10:00 A.m. Of The Same Day. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Place Stated. The Bac Will Issue Bidding Documents To Interested Bidders Upon Payment Of The Non-refundable Amount In The Following Rate Per Line/lot With The Cashier Of The Division Office. Lot 1 -various Ict Equipment For Computer Programming, Animation (ncii), Illustration (ncii) Tvl Courses Cost Of Bidding Documents - Php 25,000.00 Lot 2 Various Tools And Equipment For Bread And Pastries Production Tvl Course Cost Of Bidding Documents - Php 5,000.00 Lot 3 Various Tools And Equipment For Cookery Tvl Course Cost Of Bidding Documents - Php 5,000.00 Lot 4 Various Tools And Equipment For Electrical Installation And Maintenance Tvl Course Cost Of Bidding Documents - Php 5,000.00 Lot 5 Various Tools And Equipment For Shielded Metal Arc Welding Tvl Course Cost Of Bidding Documents - Php 5,000.00 Lot 6 Various Kitchen Utensils For Food And Beverage Tvl Course Cost Of Bidding Documents - Php 1,000.00 Lot 7 Various Tools And Equipment For Events Management Services Tvl Course Cost Of Bidding Documents - Php 500.00 Lot 8 Various Tools And Equipment For Caregiving Tvl Course Cost Of Bidding Documents - Php 500.00 Lot 9 Smart Tv And Airconditioning Unit For Various Tvl Laboratories Cost Of Bidding Documents - Php 5,000.00 The Deped-schools Division Office, Quezon City Reserves The Right To Reject Any And All Bids, And Annul The Bidding Process At Any Time Prior To Contract Award Without Incurring Any Liability To The Affected Bidder And For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government. Approved By: Juan C. Obierna Chairman Sdo-qc Bac Schools Division Office-quezon City Nueva Ecija St., Bago Bantay Quezon City Www.depedqc.ph Bac_sdoqc@deped.go.ph
Closing Date7 Jul 2025
Tender AmountPHP 25.7 Million (USD 452.5 K)
National Institutes Of Health Tender
Other Consultancy Services...+1Consultancy Services
United States
Details: The National Institutes Of Health (nih), Office Of Acquisitions (oa), Office Of Logistics Acquisition Operations (olao), On Behalf Of The Office Of Research Services (ors), Events Management Branch (emb), Intends To Solicit, Negotiate, And Award A Contract For The Purpose Of Providing American Sign Language Interpreting And Cart Accommodation Services With Captioning And Other Accessibility Services To Accommodate Deaf And Hard Of Hearing Researchers Participating In Ongoing Research Projects And Studies That May Involve Human Or Animal Safety And Healthcare. It Also Delivers Critical Communication Services Around The Clock To Deaf And Hard Of Hearing Patients And Their Families Participating In Clinical Trials Receiving Life-saving Treatment, Surgeries, Medications, And Other Inpatient Or Outpatient Care At The Clinical Center. Furthermore, Services Are Needed To Deliver Broadcast Quality Captioning In English For Live And Prerecorded Events Held On-site Or Online Across Various Platforms And Capable Of Being Displayed Simultaneously On Television Screens, Video Monitors, Virtual Platforms, And Mobile Devices. Other 508 Services Include Post-production File Editing, Transcription, And Audio Description (for The Blind) Using Professional Voice Actors, And Captioning And Transcription Services From English To Other Spoken Languages.
it Is Intended That A Single Award Indefinite-delivery Indefinite Quantity, Performance-based Type Contract Will Be Made. The Anticipated Period Of Performance Shall Be For A Base Period Of September 1, 2025 – August 31, 2026, With Four (4) One-year Option Periods. Option Years Will Be Exercised At The Sole Discretion Of The Government. This Procurement Is A Total 100% Small Business Competitive Set-aside. All Small Business Vendors With The Capabilities Under Naics 541930 (translation And Interpretation Services) Are Encouraged To Submit A Proposal When The Request For Proposal Is Issued.
this Is A Synopsis, Not A Request For Proposal (rfp). The Anticipated Release Date Of Rfp No. 75n98025r00007 Will Be Available On Or About March 2025, On Www.sam.gov With A Due Date On Or About April 2025. The Solicitation And Any Documents Related To This Procurement Will Be Available Over The Internet At Www.sam.gov. These Documents Will Reside On A World-wide Web (www) Server, Which May Be Accessed Using A Www Browser Application. Prospective Offerors Are Responsible For Downloading The Solicitation And Any Amendments. It Is The Offeror’s Responsibility To Monitor The Www.sam.gov Website For The Release Of The Solicitation And Amendments. Hard Copies Will Be Provided To Individuals Eligible Under The American With Disability Act And Rehabilitation Act Upon Request.
note: This Synopsis Follows The Small Business Sources Sought Notice Hhs-nih-od-olao-ss-24-001 That Was Released On March 6, 2024.
Closing Date18 Mar 2025
Tender AmountRefer Documents
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
Board Of Investments Makati City Metro Manila Tender
Education And Training Services
Philippines
Details: Description I. Background: As A Primary Government Agency, The Board Of Investments (boi) Plays A Critical Role In Promoting Investments And Industry Development That Contributes To The Nation’s Development And Growth. For The Organization To Continue Achieving Its Objectives, It Is Vital For Leadership And Members To Function As An Effective, Collaborative, And Cohesive Team. A Well-designed Team-building Workshop Can Significantly Enhance The Dynamics Among Officials And Employees, Empowering Them To Address Challenges More Effectively, Innovate, And Promote Mutual Understanding Within The Team Productivity, And Promoting A Positive Workplace Culture. Ii. Project Details: Target Date: 26-27 June 2025 No. Of Participants: 290 Employees Venue: Subic, Zambales Iii. Scope Of Work And Objective: The Teambuilding Workshop Must Be Designed And Delivered As Action-based Activities That Will Allow All Team Members To Participate. The Activities Must Be Fun, Creative, Innovative, Educational And Memorable To Achieve The Following Objectives: 1. Rediscover One’s Capacity And Strengths In Undertaking Tasks; 2. Increase Understanding Of Individual Team Spirit And Team Dynamics; 3. Improve Team Spirit By Engaging Members In Activities To Achieve Goals; 4. Develop Communication Skills And Team Collaboration; 5. Identify And Develop Leadership Potential Within The Organization; 6. Improve The Overall Efficiency And Effectivity Of Boi Operations; 7. Strengthen Relationship Of Boi Employees And Officials; And 8. Reinforce Boi’s Core Values. Iv. Expected Outputs 1. Custom-designed Teambuilding Workshop For The Board Of Investments; 2. Facilitation Of Activities/debriefing Sessions; 3. Provide Output/reflection/assessment After Each Activity; 4. Provide Narrative Report On Feedbacks And Recommendation Of Teambuilding Workshop A Week After The Workshop. V. Qualification • Any Legally Registered Organization, Academic Organization Or A Freelance Consultant With Minimum Of Five (5) Years’ Experience In The Design, Organization, And Facilitation Of Corporate Teambuilding Workshops • With An Existing Reputable Client Base, With At Least 2 Government Agencies In The Pool • Evidences On Past Events Managed • Philippine Government Electronic Procurement System (philgeps) Registered Vi. Approved Budget: The Approved Budget For One And Half Day Teambuilding Workshop Is Two Hundred Fifty Thousand Pesos (php250,000.00) Inclusive Of Taxes. This Will Cover Payment For Program Design And Execution, Diagnostics And Evaluation Reports. The Amount Excludes Payment For The Accommodation And Transportation During The Program. Vii. Schedule Of Payment Payment Of Service Shall Be Made On The Basis Of The Engagement Rendered And Submission Of Reports And Other Deliverables. Viii. Submission Of Documents The Winning Bidder Should Be Able To Present The Required Eligibility Documents, Including The Following: 1. Applicable Business Registration Certificates (sec, Dti, Cda) With Articles Of Incorporation Or Partnership (in Case Of Corporation Or Partnership) 2. Mayor’s Permit For The Current Year 3. Taxpayer’s Identification Number (tin) 4. Company Profile 5. Philippine Government Electronic Procurement System (philgeps) Certification Interested Bidders Are Also Requested To Submit The Following: 1. List Of Completed Projects, With Description And Contract Rate 2. List Of Past And Existing Clients With Certificate Of Satisfactorily Completed 3. Resume Indicating Qualifications Of Individual Consultants / Resource Persons To Be Deployed, Including Educational Background, Years Of Experience, Projects Undertaken, Client Base And Certifications/accreditations, If Any 4. Program Design
Closing Date4 Jun 2025
Tender AmountPHP 250 K (USD 4.3 K)
National Institutes Of Health Tender
Other Consultancy Services...+1Consultancy Services
United States
Details: This Is A Notice Of Intent, Not A Solicitation For Competitive Proposals. A Solicitation Document Will Not Be Issued And Proposals Will Not Be Requested. The National Institutes Of Health (nih), Office Of Acquisitions (oa), Office Of Logistics And Acquisition Operations (olao), On Behalf Of The Office Of Research Services (ors), Events Management Branch (emb), Intends To Negotiate On A Sole Source Basis With Access Interpreting, Inc. For Commercial Items. The Contract Provides Essential Communication Services Nih-wide To Deaf And Hard Of Hearing Employees, Patients, And Visitors, Requesting An Accommodation Under Section 504 Of The Rehabilitation Act. Services Include But Are Not Limited To American Sign Language (asl) Interpreting (basic And Scientific) And Computer Assisted Real-time Transcription (cart).
the Purpose Of This Sole Source Is To Prevent A Lapse In Service For Approximately A Five (5) Month Period (estimated April 1, 2025 Through August 31, 2025) During The Acquisition Planning, Negotiation, And Award Of The Competitive Small Business Set-aside Requirement Under Request For Proposal (rfp) No. 75n98025r00007 For The American Sign Language Interpreting And Cart Accommodation Services With Captioning And Other Accessibility Services, Which Will Be Posted On Or About The End Of March 2025. The Requirement Will Be Awarded For A Base Period Of One-year With Four (4) One-year Option Periods.
this Sole Source Action Is Under The Authority 41 U.s.c. 253(c)(1) As Set Forth In Far 6.302-1 As It Is Impracticable To Seek Competition For The Five (5) Month Period While Completing The Acquisition Process For The Competitive Small Business Set-aside Requirement Under Rfp No. 75n98025r00007 Are Ongoing. The Statutory Authority Also Provides That Other Than Full And Open Competition Is Appropriate For Follow-on Contracts When It Is Likely That The Award Of A Contract To Another Source Would Result In Substantial Duplication Of Cost To The Government That Would Not Be Expected To Be Recovered Through Competition Or That Unacceptable Delays Would Result. Delays Would Put Those Needing The Services At Risk. Tthe Current Incumbent Contractor, Access Interpreting, Inc., Can Provide Seamless Support For This Requirement For The Limited Period Of April 1, 2025 Through August 31, 2025, Which Is The Time Needed To Complete The Competitive Small Business Set-aside Acquisition Process To Award The Follow-on Contract.
as Noted Above, This Is Not A Solicitation For Competitive Proposals. However, If Any Other Interested Party Believes That It Can Meet The Requirements, It May Submit A Statement Of Capabilities. The Capability Statement And Any Other Information Furnished Must Be In Writing And Must Contain Material In Sufficient Detail To Allow The Government To Determine If The Party Can Meet All Of The Requirements Of The Performance Work Statement (pws) And The Terms And Conditions Of The Current Contract. Capability Statements And Related Materials Must Be Received By Sheryn Noel, Contracting Officer, No Later Than March 24, 2025, At 9:00 Am Eastern Time. Written Responses Received After The Deadline Will Not Be Accepted. A Determination By The Government Not To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Address Responses To The Attention Of Sheryn Noel, Contracting Officer, Via Email At Noels@mail.nih.gov. Contracts Office Address: Office Of Acquisitions, Office Of Logistics And Acquisition Operations, 6701 Rockledge Drive, 535l, Rockville, Maryland 20817.
Closing Date24 Mar 2025
Tender AmountRefer Documents
2931-2940 of 3009 archived Tenders