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 synopsis is to announce that the Warner Robins Air Logistics Center (ALC), Robins AFB, GA, intends to solicit and negotiate on a sole source basis for services to perform repairs of the Solid State Cockpit Video Recorders (SSCVR) and Flight Data Recorders (FDR).
The approximate issuance date for the Official Request for Proposal (RFP), FA8539-26-R-0002, will be 1 February 2026, and will contain the following National Stock Numbers (NSN) and Part Numbers (P/N):
National Stock Number (NSN) Part Number (P/N)
5895015242752CX 93-A152-16B
6610015011161CX 2100-4042-53
5835014770137CX 2100-1020-93
6610014718090CX 2100-4042-00
The issuing Contracting Office's DODAAC is FA8539; Address, AFSC/PZABA.
The resultant 5-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that will consist of one (1) base period of 12 months, followed by four (4) additional Ordering Periods.
The Government intends to solicit directly to ACRON AVIATION, INC. (CAGE: 25583) for the services described herein. The statutory authority permitting other than full and open competition is 10 U.S.C. 3204(a)(1).
This synopsis is NOT to be construed as a commitment by the Government, or as a Request for Proposal. Additionally, there are no restrictions on foreign participation. Interested parties may identify their interest and capability by submitting a Statement of Capabilities, via email, to the following Robins AFB personnel:
Contracting Officer: Krishauna Tarver at krishauna.tarver@us.af.mil
Program Manager: Anthony Simmons at anthony.simmons.12@us.af.mil
Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement.
OMBUDSMAN: All potential offeror(s) should contact the Contracting Officer identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If the Contracting Officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the Program Manager, Program Director or the Contracting Officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. When appropriate, potential offeror(s) may contact the Ombudsman, Ms. Nicole Furlough, via email, at nicole.furlough@us.af.mil.
PLEASE DO NOT EMAIL THE OMBUDSMAN FOR SOLICITATION/INFORMATION REQUESTS.
The purpose of this special notice is to communicate all remaining Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC) opportunities for the Air Force Life Cycle Management Center (AFLCMC). The EPASS Program Office is responsible for acquiring Advisory and Assistance Services (A&AS) for AFLCMC, HQ AFMC, and AFIT. In order to be eligible for task order awards, prospective prime offerors must be within the GSA OASIS+ Small Business IDIQ domain and NAICS as indicated on the Task Order Phasing Plan. Information for each Fair Opportunity Competition, to include Fair Opportunity Proposal Requests (FOPRs) is communicated to the respective GSA OASIS+ Small Business vendors on https://www.ebuy.gsa.gov/ebuy/. For additional information on GSA OASIS+, please see https://www.gsa.gov/oasis-plus/about/
NOTE: EPASS is a 100% small business set-aside program. We are committed to maximizing opportunities for small businesses, as it is a foundational part of our acquisition strategy.
24 April 2025 – Special Announcement:
Beginning with Fair Opportunity Competitions awarded against the GSA OASIS+ Small Business (SB) IDIQ, EPASS has decided to discontinue the practice of requiring Contractors to Recertify Small Business (SB) Size status at the task order level.
Handling of Size and Status Re-representations are stipulated in the OASIS+ SB IDIQ, Solicitation #47QRCA23R0001 dated 15 June 2023, Section G.3.1.7, in accordance with referenced Code of Federal Regulations and Federal Acquisition Regulations.