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

Learn more
Main Picture
Learn more
Current RFP Processes:

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.

Learn more
Main Picture
RFx marketplace

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.

Learn more
Government RFx

Search through regularly updated Government RFx. Keep on top of latest needs, filter and review details of continuously updated federal, state and municipal requests.

Learn more
Main Picture

Latest Government RFx

48–VALVE, BUTTERFLY
Notice ID : N0010426QBL74

NSN 7H-4820-016577085-PP, TDP VER 002, QTY 2 EA, DELIVER TO SW3117, DLA DISTRIBUTION NORFOLK VA, NORFOLK, VA 23511-0001. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
NAVSUP
Contract Opportunities
Notice Type
Presolicitation
Updated Date
2026-02-07
Published Date
2026-02-07
41–AIR CONDITIONER
Notice ID : SPE8E826Q0179

Proposed procurement for NSN 4120016703650 AIR CONDITIONER: Line 0001 Qty 1 UI EA Deliver To: NAVAL MED READINESS LOGISITICS CMD By: 0136 DAYS ADO Line 0002 Qty 1 UI EA Deliver To: NAVAL MED READINESS LOGISITICS CMD By: 0136 DAYS ADO Line 0003 Qty 1 UI EA Deliver To: NAVAL MED READINESS LOGISITICS CMD By: 0136 DAYS ADO Line 0004 Qty 1 UI EA Deliver To: NAVAL MED READINESS LOGISITICS CMD By: 0136 DAYS ADO Line 0005 Qty 1 UI EA Deliver To: NAVAL MED READINESS LOGISITICS CMD By: 0136 DAYS ADO Approved source is 0WJE1 2003540. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
TROOP SUPPORT CONSTRUCTION & EQUIPMENT
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2026-02-07
Published Date
2026-02-07
ELECTRODES, REFERENCE
Notice ID : 70Z08026QZB017

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts:

Item 1)
NSN:  6630-99-553-5405

ELECTRODES, REFERENCE

REFERENCE ELECTRODE (CELL) ASSEMBLY WITH 6MM CABLE. PART OF THE CATHODIC PROTECTION SYSTEM USED ONBOARD THE 154' WPC

INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.

MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILL

RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR.

MFG:  CATHELCO LTD    

PN:     PPR100019

QTY:   50 EA

*****STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE, IF YOU CANNOT MEET THE COAST GUARDS PACKAGING REQUIREMENTS YOUR QUOTE WILL NOT BE ACCEPTED. *****

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room Bldg. 88.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-05 (Oct 1, 2025) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 333998 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106. 

The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The award will be made based on the lowest price technically acceptable.  The Coast Guard intends to award a Firm Fixed Price Contract.
 

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number with their offer.  The closing date and time for receipt of quote is February 12, 2026, at 10:00 AM Eastern Standard Time


OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:

Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Oct 2025) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.  The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Oct 2025).

The following clauses listed within FAR:

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)

The following clauses listed within 52.212-5 are applicable:

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note).

FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2022)(15 U.S.C. 644).

FAR 52.219-28, Post Award Small Business Program representation (Feb 2024)(15 U.S.C. 632(a)(2)

FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755)

FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126)

FAR 52.222-21, Prohibition of Segregated Facilities (April 2015)

FAR 52.222-50, Combat Trafficking in Persons (Oct 2025)(22 U.S.C. chapter 78 and E.O. 13627)

FAR 52.225-1 Buy American Act-Supplies (Oct 2022)

FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023)(41 U.S.C. 10a-10d)

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332).

The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.

CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

...
Department/Ind.Agency HOMELAND SECURITY, DEPARTMENT OF
Office
SFLC PROCUREMENT BRANCH 1(00080)
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2026-02-07
Published Date
2026-02-07
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with