RFx experts connecting clients &vendors

Search RFP, Issue RFP, Announce RFP, Respond to RFP

Our intuitive and easy to use platform optimizes workflow and simplifies decision making. Whether you are issuing and RFx or responding to one, start saving time and improve your process today

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

Catholic Music Services
Notice ID : FA281624Q0002

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations (offers) are being requested and a written solicitation will not be issued.

Solicitation number FA281624Q0002 is issued as a Request for Quotation for Catholic Music Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. Requirement is set-aside 100% Small Business and the associated NAICS Code is 711130 and small business size standard is $15,000,000.00.

Applicable line item numbers, quantites and unts of measure (including options) as detailed in the attach SF1449 on pages 3-4.  Please utilize the attached SF1449 to submit offer. 

Description of requirements:

Catholic Music Services

The contractor shall provide all personnel, equipment, labor, tools and supervision necessary to perform services in accordance with the attached Performance Work Statement (PWS). The base Chapel is located at Fort MacArthur in San Pedro, California and Chaplain Office is located at Los Angeles Air Force Base (LAAFB) building 272 in El Segundo, California. Services will be required mainly at Fort MacArthur.

The anticipated period of performance (PoP) and contract line item number (CLIN) structure for the base year and options are as follows:

CLIN 0001 - PoP 1 May 2024 to 31 May 2024

CLIN 0002 - PoP 1 June 2024 to 31 December 2024

CLIN 1002 - PoP 1 January 2025 to 31 December 2025

CLIN 2002 - PoP 1 January 2026 to 31 December 2026

CLIN 3002 - PoP 1 January 2027 to 31 December 2027

CLIN 4002 - PoP 1 January 2028 to 31 December 2028

The following clauses and provisions apply to this acquisition (Note: Not all clauses are referenced below. See attached SF1449 to review all clauses and provisions applicable for this acquisition):

52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and is incorporated by reference.

52.212-2, Evaluation-Commercial Products and Commercial Servicesand the specific evaluation criteria that will be used to evaluate offers is: Technical capability to meet the Government Requirement, and Price.

52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Offerors are advised to include a completed copy of the provision at with its offer).

52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and is incorporated by reference.

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, Not withstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services.

Offers are due 25 April 2024 at 12:00 pm PDT, and shall be submitted via email to the following:

Lt Esther Kim - email: esther.kim.13@spaceforce.mil

SSgt Stephen Hernandez - email: stephen.hernandez.1@spaceforce.mil

Ms. Cindy Yoo - email: cindy.yoo@spaceforce.mil

...
Department/Ind.Agency DEPT OF DEFENSE
Office
FA2816 SMC PK PKO
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-04-19
Published Date
2024-04-19
(MATOC) Water-Proofing Work on the Roof at B265, Camp Walker
Notice ID : W90VN924R0088

“THIS IS A NON-WORK PLAN TASK ORDER RFP TO MATOC CONTRACT, AREA IV ONLY”.

Water-Proofing Work on the Roof at B265, Camp Walker

* Site Visit Date/Time: 30 April 2024 / 10:00 hrs, In front of BLDG# 265, Camp Walker

* Offer Due Date/Time: 10 May 2024 / 13:00 hrs.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
AMC
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-04-19
Published Date
2024-04-19
Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa Japan
Notice ID : W912HV24R0004

Synopsis / Pre-Solicitation Notice

W912HV-24-R-0004

Multiple Award Task Order Contracts (MATOC)

Sustainment, Restoration, and Modernization (SRM) Requirements,

Okinawa Japan

Introduction

The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Request for Proposal. This notice is not a solicitation.

PROJECT INFORMATION:

Project Title:  Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa, Japan

Project Location: Various Locations, Okinawa, Japan

Product Service Code (PSC):  Y1JZ Construction of Miscellaneous Buildings

NAICS Code236220 – Commercial and Institutional Building Construction. 

Project Magnitude:  Between ¥10,000,000,000 and ¥25,000,000,000 ($100,000,000 and $250,000,000) (DFARS 236.204)

Projected Solicitation Issue: Between May and June 2024.

Anticipated Contract Award: Between April and June 2025

Project Description:  

The purpose of this solicitation is to award indefinite-delivery/indefinite-quantity (IDIQ) contracts to provide a variety of construction work throughout Okinawa, Japan.  MATOC program is defined as an IDIQ contract entered into with two (2) or more sources pursuant to the same solicitation. The envisioned MATOC program is a firm-fixed price (FFP), IDIQ contract that provides a Design-Build (D-B) and Design-Bid-Build (DBB) vehicle for the execution of a broad range of Sustainment, Restoration, and Modernization (SRM) construction work to support U.S. Government facilities in Okinawa, Japan. Contractors will be expected to accomplish a wide variety of construction tasks involving multiple engineering/construction disciplines and trades, to include the likelihood of design and/or support of design for SRM projects. During the life of the contract, projects will be identified as task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC.

SRM construction work includes renovation, maintenance, repair, restoration, and alteration of existing facilities, but may also include major repairs and limited new construction within projects.  Work may also entail the restoration, sustainment and/or modernization of water lines, sewer lines, roadways, building exteriors, roofing, building interiors, Heating Ventilation and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipelines, storage systems, distribution and utilization systems (including lightning), power generators and Uninterrupted Power Supplies (UPS), or the abatement and disposal of asbestos, lead-based paint, and petroleum-contaminated material. Most task orders will include completion of a design prior to construction.

Definitions:

Sustainment. Sustainment means the maintenance and repair activities necessary to keep an inventory of facilities in good working order. Work includes regular roof replacement, refinishing of wall surfaces, repairing and replacement of heating and cooling systems, replacing tile and carpeting, and similar types of work.

Restoration. Restoration means the restoration of real property to such a condition that it may be used for its designated purpose. Restoration includes repair or replacement work to restore facilities damaged by inadequate sustainment, excessive age, natural disaster, fire, accident, or other causes.

Modernization. Modernization activities involve the alteration or replacement of facilities solely to implement new or higher standards (including regulatory changes); to accommodate new functions; or to replace building components that typically last more than 50 years (such as foundations and structural elements).

No projects utilizing Military Construction (MILCON) funding are included under this MATOC. 

Individual task orders are anticipated to range between $500K - $8M (USD)/ ¥50,000,000 - ¥800,000,000 (JPY). The total program value is not to exceed $245M (USD)/ ¥24,500,000,000 (JPY) over the ordering period. Each contract awarded will contain an ordering period not to exceed seven (7) years total. Performance bonds will be required per individual task order, in accordance with Federal Acquisition Regulation (FAR) Part 28.

After award, fair opportunity will be provided to all awardees for each task order solicitation. Each task order solicitation will identify any specific criteria unique to the task order.

NOTE: This MATOC program will be performed in its entirety in the country of Japan. A successful offeror must be licensed and registered to perform work in the country of Japan.  

SOLICITATION INFORMATION:

1.  The Government anticipates the issuance of a Request for Proposal (RFP) solicitation. The acquisition will be conducted as a Two-Phased procurement where in the first phase, the number of competitors will be reduced by preliminary evaluation, and in the second phase, a best value procurement is conducted between the remaining competitors. Proposals will be evaluated in Phase One to determine which offerors are qualified to submit a proposal in Phase Two. Only those offerors invited to participate in Phase Two will be eligible to compete for a MATOC award. MATOC awards will be made to Offerors whose proposals represent the best overall value and has been determined to be the most beneficial to the Government in Phase Two. Evaluation methodology for this procurement is expected to consist of six overall factors.

Phase One:

Factor 1 – Bonding Capability

Factor 2 – Design-Build Capability

Factor 3 – Construction Capability

Factor 4 – Past Performance

     

Phase Two:

Factor 5 - Seed Project Technical Approach

Factor 6 - Seed Project Price

Offerors must meet all acceptability criteria for all factors in Phase One to participate in Phase Two. A seed project will be provided in Phase Two via amendment to offerors determined to be most highly qualified in Phase One. Phase Two criteria will be comprised of a non-priced technical evaluation factor and a priced factor.  For Phase Two, the Government will utilize the Tradeoff Process for Source Selection, in accordance with FAR 15.101-1 to determine whose proposal represents the best overall value and determined to be the most beneficial to the Government. In Phase Two, the non-cost factor, Factor 5, is approximately equal to Factor 6 (price).   

2.  The Government anticipates issuing the RFP solicitation in late May to early June 2024. The solicitation when issued will identify the proposal submission due date for each phase of the RFP. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites for issuance of the solicitation and/or amendments.

3.  The Government intends to award a target of five (5) firm-fixed-price construction contracts as a result of this RFP.

4.  All interested companies shall be actively registered in the SAM database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such.

5.  The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE.  It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time.  The following information is provided for reference.

Step 1: Complete vendor registration on https://piee.eb.mil/.  Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf

Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ .  Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml

6.  Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website:  https://www.poj.usace.army.mil/Business-With-Us/ for general information.

7.  Only local sources will be considered under this solicitation. No small business set-aside. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [for a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and are authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specified in this solicitation. Specifically, a company must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during performance of the resultant contract.

8.  Additionally, prior to award of the contract, interested vendors must be registered for construction work with the Government of Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation.

9.  The Draft Specifications included in this notice are provided for informational purposes only.  Interested firms are cautioned that all attachments to this notice are provided in draft format and are subject to change.

Contracting Office Address:

Contracting Division, Japan District, US Army Corps of Engineers

Rm 116, Bldg 364

Camp Foster

Chatan-Cho, Okinawa, Japan

Zip Code: 904-0100

Point of Contacts:

Primary: H. Christine Allen

Contract Specialist

heather.c.allen@usace.army.mil

Alternate: Jack T. Letscher

Contracting Officer

jack.t.letscher@usace.army.mil

...
Department/Ind.Agency DEPT OF DEFENSE
Office
USACE
Contract Opportunities
Notice Type
Presolicitation
Updated Date
2024-04-19
Published Date
2024-04-19
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with