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

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
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

6515–Brand Name Only – Verathon – Titanium LoPro GlideScopes and Accessories. Unrestricted
Notice ID : 36C24424Q0544

Statement of Need VA Pittsburgh Healthcare System (646) Title of Project: Verathon Glideslope s and Accessories. Background: VA Pittsburgh Healthcare System (VAPHS) clinical areas have moved to the newest GlideScope on the market. The Simulation Center s current GlideScope s were purchased in 2013 and since that time the system has been updated to provide larger viewing screens and ease of access, also the new GlideScope s are more lightweight and portable than our current model. To prepare staff and healthcare trainees, it is essential that the Simulation Center s training is done utilizing the same equipment that is present in clinical areas. The GlideScope will be used to train new and current employees on how to intubate and respond to a difficult airway situation. Deliverables: Bflex 2 Lage 5.8 Single-Use Bronchoscope (Pack/5) #0570-0450 Qty. 1 Bflex 2 Regular 5.0 Single-Use Bronchoscope (Pack/5) #0570-0449 Qty. 1 Bflex 2 Slim 3.8 Single-Use Bronchoscope (Pack/5) #0570-0448 Qty. 1 GlideScope Go 2 Charging Cradle Kit #0800-0662 Qty. 1 GlideScope Go Monitor Kit #0570-0368 Qty. 1 GlideScope, Titanium LoPro T3 #0574-0147 Qty. 1 GlideScope Titanium LoPro T4 #0574-0148 Qty. 1 GS Core 2m QuickConnect Cable #0800-0682 Qty. 1 GS Core Smart Cable - Connects to Spectrum SU Blades & VB 2.0 Lg. #0800-0602 Qty. 2 GS Core Video Cable - Connects to Titanium Reusable Blades #0800-0604 Qty. 1 Lg Carrying Case GS Go #0800-056 Training and Installation: None required. Delivery: POC: Mary Ellen Elias; Nursing Educator, Sim Center, Education and Innovative Learning;MaryEllen.Elias@va.gov; (412) 360-6592 Deliver to the following location: Building 29, Room 2m301 VA Pittsburgh Healthcare System University Drive Pittsburgh PA 15240 Scheduling, Hours of Work, and Location: Deliver all line items specified under Data/Deliverables to point of contact during normal operating hours, M-F 8:00am 3:30pm: Delivery should be coordinated with the COR of the contract prior to shipping of any equipment. The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. PERIOD OF SERVICE: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: No special security requirements are anticipated. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation.

...
Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Contract Opportunities
Notice Type
Presolicitation
Updated Date
2024-03-26
Published Date
2024-03-26
PROVIDE, INSTALL, AND MAINTAIN AN 1.544MB ISDN PRI WITH LONG DISTANCE AT 725 17TH STREET NW, WASHINGTON, DC.
Notice ID : HC101324QA137

SUBMIT A QUOTE TO: 1. PROVIDE, INSTALL, AND MAINTAIN AN 1.544MB ISDN PRI WITH LONG DISTANCE AT 725 17TH STREET NW, WASHINGTON, DC. ***REMARKS*** 1. CONTRACTOR MUST CONTACT THE BELOW LISTED POC AT LEAST 72 HRS PRIOR TO INSTALLATION. POC INFORMATION WILL BE PROVIDED AT TIME OF AWARD. 2. LINE REQUIREMENTS: A. LONG DISTANCE: YES B. ONCE LONG DISTANCE CARRIER IS ESTABLISHED, REQUEST PIK BLOCK BE PLACED ON THE LINE. C. CALL BLOCK: ALL 700/900 AREA CODES D. ALL OTHER LONG DISTANCE AND INTERNATIONAL DIALING IS TO BE UNHINDERED. E. CALLER ID BE BLOCKED, LISTED AS UNAVAILABLE, OR MASKED. F. NUMBER IS TO BE UNLISTED AND NON-PUBLISHED. G. 3RD PARTY BLOCK IS TO BE ADDED TO THIS SERVICE. H. GOVERNMENT REQUEST CONTROL OF OUTBOUND CALLER ID. I. GOVERNMENT TO PROVIDE TIMING. 3. ISDN PRI CONFIG: A. ISDN-PRI (T-1) WILL SUPPORT DIRECT OUTWARD (DOD) TRUNKING. B. PROTOCOL: NATIONAL ISDN 1 (NI-1) C. PRI 23B CHANNELS WILL BE VOICE AND DATA WITH 64K CAPABILITY 4. THE CONTRACTOR IS RESPONSIBLE FOR INSIDE WIRING AS REQUESTED BY THE POC. 5. CONTRACTOR MUST CALL DISA NOSC AT LEAST 72 HRS PRIOR TO MAINTENANCE. 6. IN THE EVENT OF SUSPECTED FRAUD OR MISUSE THE CONTRACTOR IS TO KEEP THE SERVICE ACTIVE AND CONTACT THE DISA NOSC BEFORE ANY ACTION IS TAKEN AGAINST THE CIRCUIT. 7. THE FINAL AWARD CONTRACTOR MUST RESPOND TO AN OUTAGE WITHIN 1 HOUR. 8. CUSTOMER WILL ACCEPT EARLIEST POSSIBLE INSTALL DATE. INSTALL SOONER IF POSSIBLE (SIP). 9. THIS IS A CANDIDATE FOR RESTORAL TELECOMMUNICATIONS SERVICE PRIORITY (TSP). 10. JURISDICTIONAL CLASS: INTERSTATE USE 100 PERCENT 11. CURRENT CONTRACTOR IS MCI COMMUNICATIONS SERVICES LLC UNDER CSA VERB010445EBM. TECHNICAL ACCEPTABILITY EVALUATION CRITERIA: A QUOTE MUST COMPLY WITH ALL STANDARD PROVISIONS, PROVISIONS, CLAUSES, AND ADDRESS SECTIONS F-M OF THE SOLICITATION TO BE DEEMED TECHNICALLY ACCEPTABLE. ALL PORTIONS OF THE SOLICITATION SHOULD BE CAREFULLY REVIEWED FOR ALL MANDATED REQUIREMENTS OUTLINED WITHIN THE STANDARD PROVISIONS AND DOCUMENTATION REQUESTED AS FOUND IN SECTION M AND AFFILIATED ATTACHMENTS. QUOTATIONS MUST INCLUDE ALL REQUIRED DOCUMENTS AND RESPONSES INDICATED FROM THESE STANDARD PROVISIONS, PROVISIONS, CLAUSES, SECTION M, AND AFFILIATED ATTACHMENTS TO BE CONSIDERED TECHNICALLY ACCEPTABLE AND/OR ELIGIBLE FOR AWARD. IN RESPONSE TO THIS IQO SOLICITATION, NO TERMS, CONDITIONS, OR ASSUMPTIONS WILL BE ENTERTAINED. IF TERMS, CONDITIONS, AND/OR ASSUMPTIONS ARE INCLUDED IN A QUOTATION, THE QUOTATION MAY BE EXCLUDED ON GROUNDS THAT IT FAILED TO COMPLY WITH THE IQO SOLICITATION INSTRUCTIONS. EVALUATION CRITERIA: IN ADDITION TO THE PROCEDURES OUTLINED IN STANDARD PROVISION 23, TECHNICAL EVALUATION TEAM MEMBERS WILL INCLUDE GOVERNMENT PERSONNEL AND MAY INCLUDE GOVERNMENT'S CONTRACTED ADVISORS. GOVERNMENT PERSONNEL WILL MAKE THE FINAL DETERMINATION OF TECHNICAL ACCEPTABILITY. IF THERE ARE QUESTIONS REGARDING SITE SURVEYS OR SITE INFORMATION PLEASE CONTACT THE CONTRACT SPECIALIST LISTED ON THIS SOLICITATION PRIOR TO THE QUOTE DUE DATE. ***NOTE: THE CONTRACTOR MUST PROVIDE TSR, CCSD OR CSA IN ALL CORRESPONDENCE INCLUDING WHEN DELIVERING CIRCUIT TO SITE POC***

...
Department/Ind.Agency DEPT OF DEFENSE
Office
TELECOMMUNICATIONS DIVISION- HC1013
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-03-26
Published Date
2024-03-26
81–SHIPPING AND STORAG
Notice ID : SPE8ED24T0254

...
Awardee
AIRGO INDUSTRIES, INC.
Unique Entity ID
J5PRDWWKREU8
Department/Ind.Agency DEPT OF DEFENSE
Office
TROOP SUPPORT CONSTRUCTION & EQUIPMENT
Contract Opportunities
Notice Type
Award Notice
Updated Date
2024-03-26
Published Date
2024-03-26
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with