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

IMPORTANT MAPS UPDATE!! – ACC-APG Special Announcement: MAPS and Industry Update
Notice ID : W15P7T-25-R-MAPS

UPDATE 5: Thank you to our Industry and Government Partners for a successful Industry Day. We have received resounding feedback and great thought-provoking questions in which the Government will thoroughly review and consider. Some preliminary adjustments on the horizon include: 

  • Inclusion and criteria for "Emerging Large Businesses", 
  • The ability for applicable Offerors to leverage subcontract experience for qualifying projects,
  • Refinement of outcome-based service requirements for our Commercial-Sector Vendors; and, 
  • Refinement of Off-Ramp terms.

With this, please stay tuned and note the timelines presented at Industry Day will be changed. The Government intends to release another draft and final RFP within this next quarter. A new timeline will be provided at that time.

---------------------------------------------------------------------------------------------------------------------------------------------------------------------------

UPDATE 4: In light of inclement weather conditions and in consideration of the safety of all participants, the Government has decided to transition the upcoming MAPS/Industry Update scheduled for January 28th to a virtual-only event. Please use the link provided below to access the event.

https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_c0fdb6cbc1b044469f955829d29934b3%40thread.v2/0?context=%7B%22Tid%22%3A%22fae6d70f-954b-4811-92b6-0530d6f84c43%22%2C%22Oid%22%3A%22947008e3-760f-4943-813a-ab58d9b627d8%22%2C%22IsBroadcastMeeting%22%3Atrue%2C%22role%22%3A%22a%22%7D&btype=a&role=a

We kindly request that any questions or comments pertaining to Draft 4 be submitted by January 27th at 2:00 PM EST. These will be addressed during the virtual Industry Update.

UPDATE 3: Please find attached the updated MAPS Draft RFP, along with the relevant supporting documents and a link to the Q&A section.

We kindly request that any questions or comments regarding this latest Draft 4 be submitted no later than January 27th at 2:00 PM EST. These will be addressed during the upcoming Industry Update.

Regarding the in-person event, our team is closely monitoring the weather. At this time, there are no changes to the event's status. Should there be any updates, we will inform you promptly.

As a reminder, we highly encourage carpooling and recommend arriving early, as security procedures at the gate can take longer on event days.

For details on pre-registering for gate access, please visit: https://home.army.mil/apg/about/visitor-information/

UPDATE 2: NO CONFIRMATION EMAIL WILL BE RECEIVED AFTER YOU REGISTER. We highly suggest carpooling and to arrive early, as there can be a longer process to get through the gate on event days.

Details for pre-registering for gate access: https://home.army.mil/apg/about/visitor-information/

UPDATE: THE IN PERSON EVENT IS AT FULL CAPACITY AT THIS TIME. NO MORE IN PERSON REGISTRATIONS CAN BE ACCEPTED. THANK YOU!
Thank you for your unwavering support and continued engagement in ACC-APG's upcoming opportunities. 

We are pleased to announce that after careful consideration the Government has decided to PROCEED forward with the MAPS acquisition! We are also excited to announce an upcoming industry event scheduled for 28 January 2026. Please see the attached flyer for details of the event and registration instructions.

This will be a no-cost event and is open to industry and government.

All attendees must register for either in-person or virtual participation. 

Please see the below links to submit questions for the respective MAPS or Industry Update portions. 

**In-person participation will be limited. Only two (2) representatives per company will be permitted to register for in-person attendance.**

This announcement is in accordance with FAR 15.201 and does not constitute a formal solicitation for proposals or proposal abstracts. The APBI presentation is intended to provide information to industry and government without the promise of a current or future contract. Attendance is voluntary and is not required to propose to any potential solicitation. The government will not provide reimbursement for any costs incurred to participate in this event as an audience member.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
W6QK ACC-APG
Contract Opportunities
Notice Type
Solicitation
Updated Date
2026-02-01
Published Date
2026-02-01
YC-1381 OVERHAUL
Notice ID : N6264926RA026

FY26 YC-1381 OVERHAUL

Firms who do not possess an active U.S MSRA/ABR as a Prime Contractor are ineligible for award.

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

1. YC-1381 OVERHAUL: NAVSUP Fleet Logistics Center Yokosuka (NAVSUP FLCY) has a new requirement in support of the YC-1381. The repair and maintenance package of work items are included as Statement of Work (SOW) provided in Attachment (I).

2. PERIOD OF PERFORMANCE: From 01 Mar 2026 to 30 Jun 2026

3. PLACE OF PERFORMANCE: Contractor's facility

4. OFFER: Offerors must provide all information required by this solicitation no later than 17 Feb 2026 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: josabeth.a.brizuela.civ@us.navy.mil, peterjommel.s.arrieta.ln@us.navy.mil by 08 Jan 2026 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 you r offeror, you must specify this at submittion of your proposal. 

If there are any amendments to this RFP, please acknowlede tehm when submitting your proposal in the proposal comment section. 

If you have any question concerning this Solicitaiton, pleae feel free to contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
NAVSUP
Contract Opportunities
Notice Type
Solicitation
Updated Date
2026-02-01
Published Date
2026-02-01
Q901–New – Incubator Decontamination
Notice ID : 36C25726Q0263

NOTICE OF INTENT TO SOLE SOURCE Subject: Notice of Intent to Award on a Sole Source Basis to a Service-Disabled Veteran-Owned Small Business (SDVOSB) Description of Requirement: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office (NCO) 17, intends to award a firm-fixed-price contract on a sole source basis to: ATLANTIC FIRST INDUSTRIES CORP for large-scale decontamination services for a decommissioned walk-in incubator (Equipment ID: 549EE44451) located in the Microbiology Laboratory at the VA North Texas Health Care System (VANTHCS) Dallas Pathology & Laboratory Medicine Service. The requirement is for a one-time decontamination service including protocol generation, hydrogen peroxide decontamination, and delivery of a formal document report. This is a commercial service acquired under FAR Part 12. Key Requirements: Large-scale decontamination of decommissioned walk-in incubator system and components Use of hydrogen peroxide decontamination protocol Generation of decontamination protocol Delivery of formal document report upon completion All materials, equipment, and labor provided by contractor at no additional cost to Government Performance during regular working hours (Monday Friday, 0800 1600) or as agreed Technicians skilled in decontamination of major laboratory safety equipment Compliance with safety and environmental regulations Supervised on-site access during decontamination service Background:   A previous purchase order in the amount of $2,150.00 was issued to Atlantic First Industries Corporation for this scope of work, but the work was not completed. Additional funds are required to complete the same decontamination requirement. NAICS Code: 562910 Remediation Services   Small Business Size Standard: $47.0 Million   Product Service Code (PSC): Q901 Healthcare Environmental Cleaning Intended Awardee: ATLANTIC FIRST INDUSTRIES CORP   UEI: U3EKZYJDLWK3   Address: 1129 Northern Boulevard, Suite 404, Manhasset, NY 11030-3022   SDVOSB Status: Verified Service-Disabled Veteran-Owned Small Business Authority for Sole Source Award: This procurement is being conducted as a sole-source award to a verified Service-Disabled Veteran-Owned Small Business (SDVOSB) under the authority of: VAAR 819.7008 Sole source awards to verified service-disabled veteran-owned small businesses.   FAR 6.302-5(a)(2) Authorized or required by statute (38 U.S.C. § 8127); and   FAR 6.302-5(c)(2)(ii) Veterans First Contracting Program. Under VAAR 819.7008, the contracting officer may award a contract to a verified SDVOSB on a sole-source basis if:   (a) The requirement does not exceed $5,000,000;   (b) The concern is a verified SDVOSB listed in the VA VetCert database;   (c) The contracting officer determines the award can be made at a fair and reasonable price; and   (d) The contracting officer determines that the award is in the best interest of the Government. ATLANTIC FIRST INDUSTRIES CORP is a verified SDVOSB. The estimated value of this requirement is below the Simplified Acquisition Threshold. Award to this contractor ensures continuity, avoids duplication of site familiarization and safety coordination, and supports efficient completion of the requirement consistent with the Veterans First Contracting Program. Estimated Contract Value: Below the Simplified Acquisition Threshold   Contract Type: Firm-Fixed-Price (FFP)   Period of Performance: One-time service to be scheduled within a reasonable time after contract approval. Response to This Notice: Any interested party who believes they can provide the described services and meet the requirement is invited to submit a capability statement demonstrating: SDVOSB Verification: Evidence of verification as a Service-Disabled Veteran-Owned Small Business in the VA VetCert database and SBA certification system;   Technical Capability: Demonstrated experience performing large-scale decontamination of laboratory safety equipment using hydrogen peroxide protocols in healthcare/laboratory environments, including: Experience with decontamination of walk-in incubators or similar large laboratory equipment Qualified technicians skilled in decontamination of major laboratory safety equipment Capability to generate decontamination protocols and formal documentation reports Compliance with safety and environmental regulations Provide at least two (2) relevant past performance references for similar decontamination services Availability: Ability to schedule and complete performance within, 30 days of award during regular working hours (Monday Friday, 0800 1600). Capability statements must be submitted electronically to ognian.ivanov@va.gov no later than February 6, 2026 ,10:00 AM CST. Important Notice: This is a notice of intent only and does not constitute a Request for Proposals, Request for Quotations, or Invitation for Bids. The Government is under no obligation to award a contract to any party responding to this notice, and no solicitation documents are available.  Responses to this notice will be considered solely for the purpose of determining whether there are other verified SDVOSBs capable of satisfying the requirement. If the Government receives capability statements from other qualified verified SDVOSBs, the requirement may be competed among SDVOSBs rather than awarded sole source. If no verified SDVOSB submits a capability statement demonstrating the ability to meet the requirement, the Government intends to proceed with award to ATLANTIC FIRST INDUSTRIES CORP on a sole-source basis under VAAR 819.7008, supported by a written Justification and Approval (J&A) in accordance with FAR 6.302-5(c)(2)(ii), FAR 6.303, and FAR 6.304. Respondents will not be notified of the results of the capability review. Award information will be available through normal Federal procurement reporting channels (FPDS, SAM.gov). Solicitation Number: 36C25726Q0263 Set-Aside: SDVOSB (VAAR 819.7008) (End of Notice)

...
Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
Contract Opportunities
Notice Type
Special Notice
Updated Date
2026-02-01
Published Date
2026-02-01
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with