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

Grounds Maintenance and Tree Trimming Services for Various Military Installations and DOD Tenants, Guam MI
Notice ID : N4019224R9000

DESCRIPTION OF WORK:
The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Grounds Maintenance and Tree Trimming Services to all U.S. Military Facilities on Guam, Navy and AAFB activities at various locations, Guam, M. I. and the Northern Marianas Islands.

PERFORMANCE PERIOD:
1 - 12 month base period
4 – 12 month option periods
1 – 6 month extension of services

LOCATION OF WORK:
All U.S. Military Facilities on Guam, Navy and Air Force activities at various locations on Guam, Marianas Islands and Northern Marianas Islands.

RESTRICTION TO SMALL BUSINESS:
This acquisition is being competed as a Historically Underutilized Business Zone (HUBZone) Small Business set-aside. The applicable North American Industry Classification System (NAICS) code for this acquisition is 561730, with a small business size standard of $9.5 million.

CONTRACT TYPE:
This acquisition will result in an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. The term “recurring work” refers to the Firm Fixed Price (FFP) portion of the contract, while “non-recurring work” refers to the IDIQ portion of the contract.

SOURCE SELECTION:
Best Value Trade-Off Process.  See Solicitation, Section M for details.

PRE-PROPOSAL CONFERENCE/SITE VISIT:
A two-day site-visit is scheduled for 04/24/2024 (Naval Base Guam) at 08:00 a.m. ChST and 04/25/2024
(Andersen Air Force Base) at 08:30 a.m. ChST. A Pre-Proposal conference will be held at the beginning of the Naval Base Guam site visit at 08:00 a.m. ChST. For Naval Base Guam all contractors are to meet at Bldg. 103 (2nd floor) NBG. Facilities Support Acquisition Division Conference Room for the site visit and Pre-Proposal conference. For Andersen Air Force Base all contractors shall meet at the Arc Light at 08:20 a.m. The purpose of the site visit will be to familiarize prospective offerors with the extent and nature of the performance work statement, as well as the unique features of the proposal requirements. Parties interested in attending the site-visit shall submit a request via email to Teresita U. Wall (teresita.u.wall.civ@us.navy.mil) and Ursula M. San Nicolas (ursula.m.sannicolas.civ@us.navy.mil) by Monday, 04/22/2024 at 8:00 a.m. ChST. Failure to submit all required information by Monday, 04/22/2024 at 8:00 a.m. ChST may preclude a firm's eligibility to participate in the site visit.

Each site-visit request must include the following information: attendee’s full name, gender, citizenship and nationality, name of firm attendee is representing, position/title of attendee, telephone number and e-mail address of attendee. When necessary prior to the site visit, the Government may request additional information for site visit attendees. Attendees for the site-visit are responsible for making their own travel arrangements. All costs for travel, meals and accommodations will be at the attendee’s expense. Additional information will be provided to the registered site visit attendees. See Solicitation, Section L for details.

Each offeror is limited to three (3) personnel.

REQUEST FOR INFORMATION (RFI):
RFIs are due No Later Than Fourteen (14) Calendar Days before the date proposals are due at 1500 ChST (local). Verbal queries and questions will not be entertained. Answers will be posted on SAM.gov.

NOTICE TO OFFERORS:
The Government reserves the right to cancel this solicitation, either before or after closing of receipt of proposals.  Offerors are cautioned to carefully read instructions and ensure proposals are submitted in accordance with the Solicitation, Section L.

CONTRACTING POCS:
Teresita.u.wall.civ@us.navy.mil
Ursula.m.sannicolas.civ@us.navy.mil

...
Department/Ind.Agency DEPT OF DEFENSE
Office
NAVFAC
Contract Opportunities
Notice Type
Solicitation
Updated Date
2024-04-17
Published Date
2024-04-17
(Update 1) Installation of Fire Alarm Panel & Transceiver System at B732, Camp Carroll
Notice ID : W90VN924R0081

This update is to correct the Site Visit date in the Desciption Section to 25 April 2024. Everything else remains unchanged.

Installation of Fire Alarm Panel  and Transceiver System at B732, camp Carroll.

An organized site visit has been scheduled for: 25 April 2024 at 11:00 KST

Technical POC: Mr. Yi, Song Chol at 763-4832 and songchol.yi4.ln@army.mil

...
Department/Ind.Agency DEPT OF DEFENSE
Office
AMC
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-04-17
Published Date
2024-04-17
Food Service Equipment
Notice ID : FA462024QA308

The Contractor shall provide all labor, tools, and materials to provide new and unused brand name or equal food service equipment in accordance with the attached Statement of Work and associated salient characteristics.

Amendment 0001

The purpose of this Amendment is to:

1. Update Quantity for CLIN 0013 (DELIVERY ONLY TO Warrior Dining Facility (1) and Ross Dining Facility (1) BRAND NAME OR EQUAL P/N: 522SG3036)

2. Replace Attachment 2 – Pricing Schedule with Attachment 2 – Pricing Schedule (Rev. 01) to incorporate change in quantity above.

Amendment 0002

The purpose of this Amendment is to:

1.Extend the due date for quotes to 22 April 2024 at 2:00 PM PDT.

2.Provide answers to the following questions submitted by contractors:

Q1: Are these units being merely replaced with new units?

A1: Yes, most items are being replaced however, some items are not being replaced.

Q2: Are there utilities within 5 feet of the installation area?

A2: Yes, installation and delivery are at operational dining facilities. 

Q3: Is there access to a loading dock at truck height?

A3: Yes.

Q4: Is the base disposing of the old units after they are removed?

A4: Yes, the base is disposing of the old units with the exception of the items that require disposal per the statement of work. Specific items require install and removal in addition to delivery.

All other terms and conditions remain unchanged.

...
Department/Ind.Agency DEPT OF DEFENSE
Office
AIR MOBILITY COMMAND
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-04-17
Published Date
2024-04-17
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with