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

VALVE ASSY
Notice ID : SPMYM226Q5393

 

THIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV

ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE.

To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation)

**Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement.  Must identify and provide information to contracting officer on bid during solicitation period**

  Please read the contract in its entirety.

  If you are able to provide a quote be sure to provide the following information in the sections provided below:

  1. Page 1 BLK 17a. Provide Contractor's info and cage code.
  2. Section A. A1 – 1. Enter The Contractor's POC
  3. Section B. – Enter your Quote and any other info we should know.
  4. Please quote FOB Destination BREMERTON, WA.
  5. Section B. K21 – Check the appropriate box and provide the Manufacturer’s Name, Address and the Country of Manufacturing
  6. Section F. –  Provide the Lead Time and/or Delivery Date.
  7. Section K. - 52.204-24 (d)(1) and (2) Check the applicable boxes
  8. Section K. - 52.209-11 (b)(1) and (2) Check the applicable boxes
  9. Page 1 -  Read box 28 and sign boxes 30 a, b, and c.
  10. Return the signed and filled out solicitation with your quote by SUNDAY, 28 SEPTEMBER  2025 7AM 

FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL.

EMAIL:  Sharla.Erdmann@dla.mil

...
Department/Ind.Agency DEPT OF DEFENSE
Office
DLA MARITIME
Contract Opportunities
Notice Type
Solicitation
Updated Date
2026-02-05
Published Date
2026-02-05
PCB (Printed Circuit Board) Assembly Service
Notice ID : 471674

Brookhaven National Laboratory (BNL) seeks a qualified vendor to provide offsite Printed Circuit Board (PCB) assembly services on a labor-only basis, with BNL supplying all PCBs and components. The vendor will be responsible for packaging and shipping completed assemblies and must meet proposed lead times unless otherwise approved in advance. The effort includes three phases: a required Phase 1 qualification build of 30 pre-production PCB assemblies, to be delivered within one month and accompanied by a certificate of quality compliance, and two optional production phases. Vendors must provide pricing for Phase 1 (30 units), optional Phase 2 (520 units for FD-VD), and optional Phase 3 (800 units for FD-HD, anticipated Fall 2026).

...
Department/Ind.Agency ENERGY, DEPARTMENT OF
Office
BROOKHAVEN NATL LAB -DOE CONTRACTOR
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2026-02-05
Published Date
2026-02-05
PM HVAC Maintenance for NWS Multiple Locations
Notice ID : 1305M326Q0054

COMBINED SYNOPSIS/SOLICITATION

NWS HVAC PREVENTIVE MAINTENANCE (PM) MULTIPLE LOCATIONS

(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 1305M326Q0054 is issued as a request for quotation (RFQ), for National Weather Service HVAC Preventive Maintenance (PM) Multiple Locations.

This acquisition is set-aside for small business concerns. The associated NAICS code is 811310. The small business size standard is $12.5 Million.

This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable) is listed on the SF18.

(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5213, Revision No. 29, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Amarillo, TX

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5191, Revision No. 29, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Shreveport, LA

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5231, Revision No. 31, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Fort Worth, TX

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5315, Revision No. 28, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Norman, OK

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5317, Revision No. 28, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Tulsa, OK

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5243, Revision No. 28, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Lubbock, TX

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5117, Revision No. 29, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Little Rock, AR

See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-4673, Revision No. 30, dated 12/03/2025, which can be found on: https://sam.gov/content/wage-determinations Memphis, TN

INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.

(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).

Period of performance shall be:
Base Year for a twelve month period 03/1/2026 through 02/28/2027.
Option Period 1 for a twelve month period 03/1/2027 through 02/29/2028.
Option Period 2 for a twelve month period 03/1/2028 through 02/28/2029.
Option Period 3 for a twelve month period 03/1/2029 through 02/28/2030.
Option Period 4 for a twelve month period 03/1/2030 through 02/28/2031.

The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years.

Place of Performance is:
NWS Amarillo (AMA) 1900 English Rd Amarillo, TX 79108
NWS Shreveport (SHV) 5655 Hollywood Ave Shreveport, LA 71109
NWS Fort Worth (FWD) 3401 Northern Cross Blvd Fort Worth, TX 76137
NWS Norman (OUN) 120 David L. Boren Blvd Suite 2400 Norman, OK 73072
NWS Tulsa (TSA) 10159 E. 11th St. Ste 300 Tulsa, OK 74128
NWS Lubbock (LUB) 2579 S. Loop 289, Ste 100 Lubbock, TX 79423-1400
NWS Little Rock (LZK) 8400 Remount Rd North Little Rock, AR 72118
NWS Memphis (MEG) 7777 Walnut Grove Rd, OM1 Memphis, TN 38120

(v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)) can be found on the Request for Quote Form SF18 attachment.

RFO 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) (Deviation Jan 2026)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.

1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to Jamie.Rosales@noaa.gov.
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Offerors must provide all evaluation criteria in accordance with RFO 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.

1. Technical Acceptability/Capability.

2. Past Performance.

3. Quote must indicate you can provide services for all locations listed in the SOW.

4. Price.

RFO 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) (Deviation Jan 2026)
Offers will be evaluated based on price and the factors set forth in paragraph (a).

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria;
1. Technical Acceptability/Capability.
Quote shall include a statement demonstrating the offeror’s capability to perform the required scope of work, including relevant experience for the same or similar services within the past two years and the offeror’s understanding of the requirement. The statement must not be a reiteration of the Statement of Work. Failure to address the full requirements of the Statement of Work will be considered a fail and the quote will not be accepted.

2. Past Performance.
The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.

3. Quote must indicate you can provide services for all locations listed in the SOW.

4. Price.

The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)


RFO 52.237-1 Site Visit (Apr 1984) (Deviation Jan 2026)
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of provision)

A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Keith.Rose@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to Jamie.Rosales@noaa.gov.

(vi) A list of contract clauses that apply to the acquisition (see 12.205(b)) can be found on the Request for Quote Form SF18 attachment.

(vii) Quotes are required to be received in the contracting office no later than 12:00 MST/MDT on 02/17/2026. All quotes must be submitted electronically via email to Jamie.Rosales@noaa.gov.

THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.

CAM 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO JAMIE.ROSALES@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 02/12/2026. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

(End of clause)

(viii) Any other additional information required by 5.101(c).

Per NOAA Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Contracting officers will not consider those representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.

(End)

...
Department/Ind.Agency COMMERCE, DEPARTMENT OF
Office
DEPT OF COMMERCE NOAA
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2026-02-05
Published Date
2026-02-05
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with