RFx experts connecting clients &vendors
Save Time, Simplify Procurement, Win with AI
An innovative AI-driven platform to automate organization’s tender processes, reducing production time by up to 50% and saving up to $100K per tender
An innovative AI-driven platform to automate organization’s tender processes, reducing production time by up to 50% and saving up to $100K per tender
Multiple Word or Excel documents to compile your questionnaire.
While modern cloud tools from companies like Microsoft and Google, help you collaborate on a document, you still have to create the structure and template of that document.
Similarly, these online cloud tools only help you with one step of the process, you still have multiple other steps, that will result in document management nightmare.
In a typical RFP process, somebody is dedicated to just managing the volumes of documents going back and forth.
Welcome to the RFPrime RFP Marketplace, the only place you need to find clients, vendors, or service providers. As a Client looking for a Vendor – Announce your RFx publicly or anonymously. As a Vendor - search through Client requests.
Search through regularly updated Government RFx. Keep on top of latest needs, filter and review details of continuously updated federal, state and municipal requests.
This is a combined synopsis/solicitation
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08526Q260001410 and is issued as a request for quotations (RFQ). This announcement constitutes only solicitation; quotations are being requested, and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a totally small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. All responses from interested vendors must be received on/before 0800 Pacific Time, December 10th, 2025, and will be reviewed by the Government.
The United States Coast Guard Surface Force Logistics Center has a requirement for the following:
Contractor shall provide parts requested for USCGC THUNDER BAY MDE Vertical Drive Repair.
STATEMENT OF WORK
CGC THUNDER BAY OPFAC: 17508 LOCATION: Rockland, MN
EQUIPMENT: MDE Vertical Drive repair
COMPONENT AFFECTED: Vertical drive assembly bearing
MPC: N/A
Contractor must disassemble all components and interferences to remove lower vertical drive bearing and renew.
All parts to be provided by vendor:
1 EA 17204105 SHAFT, 4-1/4 VERTICAL
4 EA 00410057 CAPSCREW, SOCKET HEAD , 1/2-13 X 1-1/2,#20097-L-8C-24; DOUBLE
DRILLED HEAD (1-FLAT TO FLAT; 1 POINT TO POINT)
1 EA CND1683A BEARING,PINION ROLLER
1 EA 16114272 BEARING, SPHERICAL – OP VERTICAL DRIVE
8 EA 81343678 CAP SCREWS, SAE GR 5 PL DRL HE X HD 5/8-11X1-1/2 DRIVE
Any discrepancies found shall be noted; and corrected only if no other cost is needed. If any discrepancy causes cost outside the quote, this shall be routed through customer before discrepancy is corrected.
POP: 10DEC25-31DEC25
LOCATION/POC:
ENG4 Shawn Hansen
Engineer Officer
CGC THUNDER BAY
54 Tillson Ave, Rockland, ME 04841
(207) 596-6763
Selected Repair Availability (SRA) in support of the USS DEWEY (DDG-105)
Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
Firms who do not possess an active U.S. MSRA/ABR as a "Prime Contractor" are ineligible for award.
1. USS DEWEY (DDG-105): NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS DEWEY (DDG-105). The repair and maintenance package of work items are included as Task Group Instruction (TGI) provided in Attachment (I).
2. PERIOD OF PERFORMANCE: From 30 March 2026 to 20 June 2026
3. PLACE OF PERFORMANCE: Yokosuka Naval Base, Japan
4. OFFER: Offerors must provide all information required by this solicitation no later than 17 December 2025 at 10:00 AM Japan Standard Time (JST).
5. WORK ITEM INFORMATION: Access to the work specification package listed in Section J as Attachment (I) may only be accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: kazuya.iwanaga.ln@us.navy.mil, miwa.takahashi2.ln@us.navy.mil by 9 December 2025 10:00 am JST. Once the U.S. Government receives the offeror's access request, the U.S. Government will provide the offeror with a link and instructions to retrieve Attachment (I). Offerors shall note that access is only available for 14 days once sent.
When submitting your proposal, you must specify any hazardous material in accordance with FAR 52.223-3 (Hazardous Material ID) and DFARS 252.223-7001.
When submitting your proposal, you must specify if you anticipate sea transportation in accordance with DFARS 252.247-7022.
If there is a time limit on your offer, you must specify this at submission of your proposal.
If there are any amendments to this RFP, please acknowledge them when submitting your proposal in the proposal comment section.
If you have any questions concerning this Solicitation, please feel free to contact me at kazuya.iwanaga.ln@us.navy.mil.
Selected Repair Availability (SRA) in support of the USS DEWEY (DDG-105)
Pursuant to FAR 5.202(a)(12), this is a non-mandatory synopsis. This solicitation is intended only for sources duly authorized to operate and do business in Japan as prescribed by DFARS 252.225-7042.
Firms who do not possess an active U.S. MSRA/ABR as a "Prime Contractor" are ineligible for award.
1. USS DEWEY (DDG-105): NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the USS DEWEY (DDG-105). The repair and maintenance package of work items are included as Task Group Instruction (TGI) provided in Attachment (I).
2. PERIOD OF PERFORMANCE: From 30 March 2026 to 20 June 2026
3. PLACE OF PERFORMANCE: Yokosuka Naval Base, Japan
4. OFFER: Offerors must provide all information required by this solicitation no later than 17 December 2025 at 10:00 AM Japan Standard Time (JST).
5. WORK ITEM INFORMATION: Access to the work specification package listed in Section J as Attachment (I) may only be
accessed through DoD SAFE. DoD SAFE is a secure U.S. Government repository which enables the sharing of large files and requires outside users to receive a drop-off request from the U.S. Government. Therefore, any offeror intending to provide a proposal to this solicitation shall request access by sending an email to: kazuya.iwanaga.ln@us.navy.mil, miwa.takahashi2.ln@us.navy.mil by 9 December 2025 10:00 am JST. Once the U.S. Government receives the offeror's access request, the U.S. Government will provide the offeror with a link and instructions to retrieve Attachment (I). Offerors shall note that access is only available for 14 days once sent.
When submitting your proposal, you must specify any hazardous material in accordance with FAR 52.223-3 (Hazardous Material ID) and DFARS 252.223-7001.
When submitting your proposal, you must specify if you anticipate sea transportation in accordance with DFARS 252.247-7022.
If there is a time limit on your offer, you must specify this at submission of your proposal.
If there are any amendments to this RFP, please acknowledge them when submitting your proposal in the proposal comment section.
If you have any questions concerning this Solicitation, please feel free to contact me at kazuya.iwanaga.ln@us.navy.mil.