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.
Pre-solicitation notice. VHA RPOE Network Contracting Office 1 New England (NCO1) intends to solicit only among Karl Storz Endsoscopy-America, Inc., the original equipment manufacturer (OEM), and the sole authorized SDVOSB distributor L1 Enterprises for the services described below. NCO1 intends to solicit the OEM and its authorized distributors under the streamlined and simplified acquisition procedures of FAR 12.6 and FAR 13.104, competition the maximum extent practicable. NCO1 intends to obtain the following from these sources: PROTECTION1® Comprehensive Service Agreement VAMC West Haven, CT. Option Year - Base plus two (2) years. The NAICS is 811210. The PSC/FSC is J066. Since the items are exclusively available from the OEM and its authorized distributor, no solicitation will be posted to Contracting Opportunities SAM.gov. This procurement is subject to prohibitions in the VA Acquisition Regulation (VAAR), including 852.212-71 Gray Market Items and 852.212-72 Gray Market and Counterfeit Items. Interested persons may contact the Contract Specialist via email at kim.mccarthy@va.gov regarding this procurement. The determination of the acquisition strategy based on responses to this notice is within the discretion of the Contracting Officer.
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to use the procedures in FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is hereby issued as RFQ No. 142082-25-0244. This is a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-05, Commerce Acquisition Regulations (CAR) and NOAA Acquisition Manual version 2023-3. This is set-aside 100% for a Small Business. The requirement’s North American Industrial Classification System (NAICS) code is 811210 Electronic and Precision Equipment Repair and Maintenance; the corresponding size standard is $34.0M. The resultant Purchase Order (PO) will be a firm-fixed price PO. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made.
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Reconditioning Center (NRC) intends to send out for the Repair and Recondition the following equipment: 15 each RF DRIVER MODULE P/N 645A794A02), ASN: R400-3A4. Prospective vendors must be able to demonstrate their ability to complete this requirement for the equipment listed. The intended acquisition is for the above services to furnish labor and material to place in like new operating condition and good appearance to meet the original manufacturer’s specifications and/or tolerances of the equipment listed above. After work is completed, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. The vendor is responsible for returning repaired product(s) in a shipping container designed to withstand the vibration and shock encountered during transportation by ship, rail, truck, and aircraft. The unit(s) shall be packaged to prevent damage to include: physical, electrical, mechanical, cosmetic, and the unit(s) shall not be damaged or lose performance capability. Only firms that can provide the exact services described herein will be considered responsive to this notice.
The FAR provisions incorporated into this acquisition shall be the following:
52.204-7 System for Award Management (Nov 2024)
52.204-13 System for Award Management Maintenance. (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.212-1 Instructions to Offerors-Commercial Items (Sep 2023)
52.212-3 Offeror Representations and Certifications—Commercial Items (Feb 2024)
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)
52.225-2 Buy American Certificate (Oct 2022)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-5 Authorized Deviations in Provisions (Nov 2020)
The FAR clauses incorporated into this acquisition shall be the following if applicable:
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2023)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2025) Deviation (To Include these Clauses if Applicable: 52.204-10, 52.204-27, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.219-32, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-51, 52.222-55, 52.222-62, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-33)
52.245-1 Government Property (Sep 2021)
52.246-4 Inspection of Services-Fixed-Price (Aug 1996)
52-246-15 Certificate of Conformance (Apr 1984)
52.247-34 F.O.B. Destination (Nov 1991)
52.247-65 F.O.B Origin, Prepaid Freight – Small Package Shipments (Jan 1991)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
The CAR provisions are incorporated into this acquisition by reference as follows:
1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (Apr 2010)
1352.233-70 Agency Protests (Apr 2010)
1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)
The CAR clauses incorporated into this acquisition shall be the following:
1352.201-70 Contracting Officer’s Authority (Apr 2010)
1352.209-73 Compliance with the Laws (Apr 2010)
1352.209-74 Organizational Conflict of Interest (Apr 2010)
1352.246-70 Place of Acceptance (Apr 2010).
The NOAA Acquisition Manual (NAM) Part 1330-52 Solicitation and Contract Language incorporated into this acquisition shall be the following:
1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy (May 2018)
1330-52.232-72 NOAA Transition to the Invoice Processing Platform Electronic Invoicing System (Feb 2023)
1330-52.237-70 Contractor Communications
1330-52.237-71 NOAA Government-Contractor Relations – Non-Personal Services Contract (SEPT 2017)
1330-52.243-70 Request for Equitable Adjustment (Oct 2017)
1330-52.270-304 NOAA Acquisition and Grants Office Ombudsman (Oct 2016).
1330-52.232-71 Electronic Submission of Payment Requests (Feb 2023).
FAR and CAR clauses and provisions are available on the Internet Website: https://www.acquisition.gov/
We will send full text of NAM clauses and provisions if requested.
Evaluation Factors
CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures
The Government intends to issue a Purchase Order (PO) resulting from this Request For Quotation (RFQ) to the compliant and responsible quoter whose quote results in the best value to the Government, considering both price and non-price factors utilizing a comparative evaluation pursuant to FAR 13.106-2(b)(3). “Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. All evaluation factors other than cost or price, when combined, are slightly more important than cost or price. Each response must at least at a minimum meet the solicitation requirements. The Government reserves the right not to award a PO for this requirement.
The following factors will be used to evaluate quotations:
Delivery Terms: The offeror’s quoted delivery terms will be evaluated. Provide a detailed production plan for the repair and recondition of the equipment including delivery timeframe (X weeks after the contractor’s receipt of a signed PO). The more detailed the plan; NWS shall look upon it more favorably. The sooner the equipment can be returned as well as pass acceptance by NRCs QC unit as meeting the requirements the better. Faster/earlier delivery terms will be evaluated more favorably but you shall be required to meet these delivery terms. There will be a penalty deduction of 2% for the first 14 days for late delivery and additional 5% for every 30 days late delivery thereafter.
Price: The offeror’s quoted price shall be all-inclusive firm fixed pricing, including return shipping costs, if applicable, IAW the specifications and requirements listed in the SOW for the listed equipment for this RFQ. After repair and recondition, if the equipment does not meet these conditions, it will be returned to the vendor for rework at no additional cost to the government. Place of Acceptance is: National Reconditioning Center, 14200 Merritt Rd, Grandview, MO 64030. The Government will evaluate offers for award purposes by adding the total price for all lines which will include return shipping and any discount terms.
Addendum to FAR provision 52.212-1 Instructions to Offerors – Commercial Items
The offeror MUST submit all of the following information with their quote package in order to be considered compliant to this RFQ.
In order to be considered for award, you must submit a quote IAW the requirements listed above. If you do not submit all of the requested items you may be considered non-compliant.
***PLEASE SUBMIT ONLY THE INFORMATION REQUESTED ABOVE. THERE IS NO NEED TO SUBMIT ALL PAGES OF THIS SOLICITATION ***
All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. For additional information and to register in SAM free of charge, please access the following website: https://www.sam.gov/ In order to register with SAM and to be eligible to receive an award from this office, all contractors must have an Unique Entity ID. To learn more, access the following website: https://SAM.gov/content/entity-registration
Question Submission
Interested offerors shall submit any questions concerning the solicitation at the earliest time possible to enable the Federal Government Contracting Officer, William Roberts to respond before the closing of the notice. Questions shall be submitted to the attention of adrian.hall@noaa.gov. No questions will be answered over the telephone.
Quote Submittal
Quotes, required information and documents shall be submitted by email to the email address nws.nrc.contract@noaa.gov ATTN: Adrian Hall, no later than, Friday August 22nd at 12PM CT. Quotes shall be clearly marked with the Solicitation Number: 142082-25-0244. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone quotes will not be considered.