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.
HUNGARIAN/ENGLISH TRANSLATION AND ADMINISTRATIVE SUPPORT SERVICES AT PAPA AIR BASE, HUNGARY
Question are received and Answers to questions are hereby posted.
AMENDMENT 0001
The purpose of this amendment is:
1) To change Step 1 and Step 2 of Part I - Technical Capability and I. Technical Capability Evaluation
2) To change Part II - Prior Experience and II. Prior Experience evaluation
3) To change Point of contact from Lt Guillermo Michael Janwel to Lt Keith Michael
Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 513210 (size standard of 47.0 million). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After reviewing the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide software and services below. The Cedars-Sinai Medical Center (CSMC) Cardiac Suite of applications is intended to enable an automated display, review, and quantification of Nuclear Medicine Cardiology medical images and datasets obtained from patients who have undergone a Cardiac PET/CT. CSMC Cardiac Suite (Quantitative PET or QPET) software may be used in multiple settings including the hospital, clinic, or office environments. QPET is an interactive stand-alone application for the automatic segmentation, quantification, and analysis of static, gated, and dynamic myocardial perfusion PET with support for both shot axial and transverse datasets. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA __________________ __________________ QPET (includes companion) - FLOATING License QPET Allows for Processing of PET data. (floating license) LOCAL STOCK NUMBER: QPT025FL 0002 3.00 EA __________________ __________________ QGS+QPS Floating License QGS+QPS Application (floating license) LOCAL STOCK NUMBER: QQ026FL 0003 3.00 EA __________________ __________________ Companion Floating License Included in Q.apps 17 Segment Scoring, Diastolic Function, Eccentricity (floating license) Included in Q.apps LOCAL STOCK NUMBER: C023FL 0004 3.00 EA __________________ __________________ PlusPack ONE - Floating License Term License Kinetic Motion Correction, Serial Change, Prone+, Phase Analysis, Motion Frozen, Shape Index (floating license) -Term License LOCAL STOCK NUMBER: PLP022FLS 0005 3.00 EA __________________ __________________ FusionCT - Floating License Calcium Scoring, CT MIPS, Automatic Registration, Fusion, Coronary Tree (floating license) LOCAL STOCK NUMBER: F020FL 0006 3.00 EA __________________ __________________ Remote Desktop - Floating License Allows remote sessions (temporary for node-locked/permanent for floating) (floating license) LOCAL STOCK NUMBER: RD016FL 0007 3.00 EA __________________ __________________ CSImport - Floating License CSImport Application (floating license) LOCAL STOCK NUMBER: CSI013FL 0008 3.00 EA __________________ __________________ Classic ARG Local - Floating License The ARG side panel with QGS+QPS/ XML Dump (floating license) LOCAL STOCK NUMBER: RG012FL 0009 3.00 EA __________________ __________________ CFR - Floating License Coronary Flow Reserve (floating license) LOCAL STOCK NUMBER: CF015FL 0010 3.00 EA __________________ __________________ MFSC - Floating License Screen Captures (floating license) LOCAL STOCK NUMBER: MSC008FL 0011 3.00 EA __________________ __________________ Clinical Use - Floating License Indicates license will be used for clinical (non-research) purposes (floating license) LOCAL STOCK NUMBER: CU007FL 0012 3.00 EA __________________ __________________ Suite2017 Floating License Fee Suite2017 (Floating license initiation fee) LOCAL STOCK NUMBER: TCS2017FL GRAND TOTAL __________________ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfills the required specifications. If you are interested and capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code (513210) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 03/02/2026, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Notice of Intent to Sole-Source Requirement
The 35th Contracting Office at Misawa Air Base, Japan intends to award a sole source contract under the authority of DAFFARS 5313.501 - 10 U.S.C. 3572, the Simplified Acquisition Procedures (41 U.S.C. 1901). The associated NAICS code for this is 334519.
The sole-source contract will be awarded to:
HALLIDAY TECHNOLOGIES INC (hereby the proposed vendor):
105 Innovation CT
STE F
Delaware, Ohio
43015, United States
CAGE Code: 65DB9
RT3 continuous friction meter, RT3 CFME, will be purchased through GSA contract No. GS-07F-095DA. Its incidental items not on the Federal Supply Schedule will be purchased as open market items. The publicizing for the purchase of open market items will be made in accordance with FAR 8.402(f).
Description of Requirement:
Acquisition of an RT3 continuous friction meter equipment (CFME), installation and training for 35 CES, Misawa Air Base, Japan
Open Market Items:
It is the Government's belief that only the proposed candidate possesses the required capabilities to successfully meet this requirement due to the parts’ compatibility with the existing system. It is the Government's intention to solicit and negotiate with only this source. Interested parties may identify their interests to this notice by showing clear and convincing evidence that they can provide all the needed assets and competition would be advantageous to the Government.
Send responses to this notice via e-mail to 2d Lt Jerick Caldwell, Contract Specialist at jerick.caldwell.2@us.af.mil or Tomoko Asai, Contracting Officer at tomoko.asai.jp@us.af.mil no later than 10:00 AM (Japan Standard Time) on 6 Mar 26.
NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. RESPONSES RECEIVED AFTER THE DEADLINE OR WITHOUT THE REQUIRED INFORMATION MAY NOT BE CONSIDERED. THIS IS NOT SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFER AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE GOVERNMENT.