HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (See 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
Integrated Workplace Management System (IWMS) Software - UPDATED
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 358 more rate previews.↓
Point of Contact
Agency & Office
Description
11-20-13 RFI 1 STATE OF TENNESSEE DEPARTMENT OF GENERAL SERVICES REQUEST FOR INFORMATION FOR INTEGRATED WORKPLACE MANAGEMENT SYSTEM (IWMS) SOFTWARE RFI # 32101-03232026-SR1 March 23, 2026 1. STATEMENT OF PURPOSE: The State of Tennessee, Department of General Services, issues this Request for Information (“RFI”) for the purpose of refining requirements and identifying possible vendors for IWMS software. We appreciate your input and participation in this process. 2. BACKGROUND: The State of Tennessee Real Estate and Asset Management division of the Department of General Services is initiating a project to research IWMS solutions as part of an evaluation of alternatives to its current platform, Archibus. The current environment utilizes various software products, spreadsheets, documents, and email to communicate a project from start to finish. There are several teams involved in the end-to-end process flow, with each responsible for their own workflow. Data is located in disparate places and there is a significant amount of manual communication between the teams on status and important dates. Task workflow is not system enforced so some data elements become stale and/or inaccurate. Evolving operational requirements and advancements in IWMS technology have prompted a review of the broader market to determine whether other systems may offer improved functionality, integration capabilities, or long-term value. The State is requesting information on IWMS solutions that can fill the following general requirements: provide a consolidated, enforced workflow environment centralize and secure document management reduce process and data silos enable seamless data exchange with other systems allow for APIs into other software systems improve user experience and operational efficiency provide GIS-enabled asset and facility visibility 9-30-13 RFI 2 Refer to Attachment 1 for a detailed outline of the State’s needs, functional requirements, and challenges identified to date. 3. COMMUNICATIONS: 3.1. Please submit your response to this RFI electronically to: Stephanie Reedy, Procurement Team Lead Department of General Services 312 Rosa L Parks Ave. 22nd floor, Nashville, TN 37243 615-708-9382 Stephanie.Reedy@tn.gov 3.2. Please feel free to contact the Department of General Services with any questions regarding this RFI. The main point of contact will be: Stephanie Reedy, Procurement Team Lead Department of General Services 312 Rosa L Parks Ave. 22nd floor, Nashville, TN 37243 615-708-9382 Stephanie.Reedy@tn.gov 3.3. Please reference RFI # 32101-03232026-SR1 with all communications to this RFI. 4. RFI SCHEDULE OF EVENTS: EVENT TIME (Central Time Zone) DATE (all dates are State business days) 1. RFI Issued March 23, 2026 2. Written Questions and Comments Deadline 2:00 p.m. March 30, 2026 3. State Response to Written Questions and Comments April 6, 2026 4. RFI Response Deadline 2:00 p.m. April 13, 2026 5. GENERAL INFORMATION: 5.1. Please note that responding to this RFI is not a prerequisite for responding to any future solicitations related to this project and a response to this RFI will not create any contract rights. Responses to this RFI will become property of the State. 5.2. The information gathered during this RFI is part of an ongoing procurement. In order to prevent an unfair advantage among potential respondents, the RFI responses will not be available until after the completion of evaluation of any responses, proposals, or bids 9-30-13 RFI 3 resulting from a Request for Qualifications, Request for Proposals, Invitation to Bid or other procurement method. In the event that the state chooses not to go further in the procurement process and responses are never evaluated, the responses to the procurement including the responses to the RFI, will be considered confidential by the State. 5.3. The State will not pay for any costs associated with responding to this RFI. 5.4. The State may request oral presentations or demonstrations from RFI respondents. 6. INFORMATIONAL FORMS: The State is requesting the following information from all interested parties. Please fill out the following forms: 9-30-13 RFI 4 RFI #32101-03232026-SR1 TECHNICAL INFORMATIONAL FORM 1. RESPONDENT LEGAL ENTITY NAME: 2. RESPONDENT CONTACT PERSON: Name, Title: Address: Phone Number: Email: 3. Provide a brief description of your organization. The description should identify: 3.1. History of organization, including number of years in business; 3.2. Total number of employees 3.3. The divisions, sections, and teams that support the services available through you and the number of employees dedicated to each section 4. Provide a brief description of your company’s public sector experience providing similar or comparable IWMS solutions as referenced in this RFI. Please include the name of the project, the length of the project, and a contact person at the Agency. 5. Provide a high-level description of your IWMS offering, including: 5.1. System architecture (cloud, hybrid, on-prem) 5.2. Core modules and features 5.3. Technology stack and security framework 5.4. Mobile/tablet capabilities 6. Describe how your IWMS offering provides enforced, configurable workflows that support both sequential and parallel processes. Include descriptions of the following capabilities or features: 6.1. Enforcement of workflow rules and required fields 6.2. Ability to track start, end, due, and projected dates 6.3. Tracking of project status, phase, responsible party, and other metadata 6.4. Robust access controls for internal and external stakeholders 6.5. Ability to support multi-team collaboration without creating silos 7. Describe how your IWMS offering provides a consolidated document management system integrated within the workflow. Include descriptions of the following capabilities or features: 7.1. Storage and management of electronic and physical documents 7.2. Automated signature workflows (multiple signatures and phased signature events) 7.3. Support for documents requiring wet signatures (offline process handling) 7.4. Role-based access control for internal users, agencies, vendors, and landlords 7.5. Enforced document flow tied to business processes (documents cannot advance until required data is complete) 8. Describe your project management methodology, including resources necessary for an implementation of this size and scope. Can you provide an example of an implementation plan? Can you please outline how you collect, catalogue, and share requirements? 9-30-13 RFI 5 9. Describe your user acceptance testing and training approach, including resources necessary for an implementation of this scope and size. What are the recommended State resources needed to assist in UAT and training? 10. Describe what types of knowledge transfer and training will be needed for the proposed solution. Who will maintain the solution after implementation? 11. Is your software solution configurable and/or customizable? To what extent? 12. What levels of technical support and maintenance do you provide? 13. Please confirm understanding of the following statement: Access to State data shall be limited to US-based (onshore) resources only. 14. Do you provide support that is not US-based? If so, where are your support resources located? 15. Provide a detailed narrative on the risks and challenges you would advise the State to consider as they move forward with the project. Please include any mitigation strategies. 16. Describe the difference between internal vs. external user licensing (e.g., State users vs. landlords or vendors). 17. Please fill out RFI 32101-03232026-SR1_Attachment 2_IWMS Workbook in its entirety utilizing drop-down boxes in Column E and comment spaces in Column F to identify your ability to fulfill the necessary functional requirements pertaining to this RFI. Please include any additional capabilities that you can provide. COST INFORMATIONAL FORM 1. Describe what pricing units you typically utilize for similar services or goods (e.g., per hour, each, etc.: 2. Describe the typical price range for similar services or goods 3. Describe the typical price range for the following items: annual maintenance, including license fees SLA tiers update/upgrade policies technical support levels (basic vs. premium) additional support hours or after-hours support system configuration workflow development data migration (legacy systems, documents, metadata) integration setup (eBuilder, Data Warehouse, ArcGIS) testing, UAT support project management and vendor-side staffing 9-30-13 RFI 6 4. Describe how your price is calculated (per user, per module, per sire, per asset, or enterprise- wide). 5. Describe any user minimum or pricing thresholds that you require. 6. Describe any modular pricing for your software (e.g., Leasing module, FM module, Document Management, GIS integrations). 7. Is license pricing subscription-based, perpetual, or hybrid? 8. Describe annual support and maintenance costs. Include: Annual software fees SLA tiers Update/upgrade policies Technical support levels (basic vs. premium) Costs for additional support of after-hours support ADDITIONAL CONSIDERATIONS 1. Please provide input on alternative approaches or additional things to consider that might benefit the State:
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Central Procurement Office is seeking information for an Integrated Workplace Management System (IWMS) Software, as indicated in the RFI 32101-03232026-SR1. This initiative aims to modernize workplace management processes through a comprehensive software solution. Interested vendors should review the attachments provided for detailed requirements and submission guidelines.
The buyer intends to gather information on potential IWMS software solutions to enhance their workplace management capabilities, improve resource utilization, and streamline operations.
- Companies specializing in workplace management software solutions
- Vendors with proven track records in IWMS implementation
- Firms that can demonstrate integration capabilities with existing systems
- Review the RFI document thoroughly
- Prepare a summary of your organization's relevant experience
- Provide case studies of previous IWMS implementations
- Include any potential integration methods with existing systems
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Consider competitive pricing models that align with government budgets
- Explore tiered pricing based on different software capabilities
- Strategic partnerships with IT consulting firms specializing in software integration
- Subcontracting with software developers experienced in IWMS products
- Unclear requirements may lead to misaligned proposals
- Potential for high competition may affect pricing strategies
- What specific features are prioritized in the IWMS functionality?
- Are there any existing software systems that the IWMS needs to integrate with?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- No response deadline provided
- Lack of details on specific IWMS requirements
- No information on current systems in place
- Absence of defined budget constraints for this procurement
- No performance period or implementation timeline mentioned
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.