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.
CONTACT INFORMATION|4|N774.4|BV4|(717) 605-3080|tyler.l.curfman.civ@us.navy.mil|ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208|INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)||TBD|N00104|TBD|TBD|See Schedule|TBD|||N42794||||||NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg|BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||||||||||||||BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1||ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332613|600||||||||||||NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|1. This is a competitive Navy spare requirement and is not a small business set-aside.2. Quotes shall be emailed to tyler.l.curfman.civ@us.navy.mil. Quotes shall be received no later than 5:00 pm Eastern on the response date specified in the solicitation in order to be considered.3. FOB destination. Quotes shall include shipping costs for shipment of units to the destination.4. Production Lot Testing (100% inspection) applies for the requirement. The EOD Technician has 90 days in which to test/inspect/accept the production quantity. The contract administrator has an additional 30 days in which to notify the contractor of the results;total 120 days.5. First Article Testing applies for the requirement.6. Evaluation factors:Evaluation Utilizing Simplified Acquisition ProceduresThe Government will issue an order resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluatequotations in order of relative importance:1) Price.2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine the following as appropriate: successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management,communications between contracting parties, and customer satisfaction.3) Supplier Performance Risk as described in DFARS 252.204-7024.(End of provision)1. SCOPE1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the SPRING,FLAT .2. APPLICABLE DOCUMENTS2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions.2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.DRAWING DATA=5762142 |53711| B| |C|0001 | B|00000|0000000DOCUMENT REF DATA=MIL-DTL-19595 | | |D |030211|A| | |3. REQUIREMENTS3.1 Cage Code/Reference Number Items - The SPRING,FLAT furnished under thiscontract/purchase order shall be the design represented by Cage Code(s)reference number(s). Cage _______ ref. no. ;53711 5762142 ;3.2 Marking - This item shall be physically identified in accordancewith ;MIL-STD-130, REV N, 16 NOV 2012; .3.3 Production Lot Approval (Government Testing) - Production Lot Test and approval is required.3.4 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified andapproval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for thesubstituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Governmentevaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements:Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number.Code 2: Assembly (or set or kit) not furnished - Used following detail parts.Code 3: Part not furnished separately - Use assembly.Code 4: Part redesigned - Old and new parts are completely interchangeable.Code 5: Part redesigned - New part replaces old. Old part cannot replace new.Code 6: Part redesigned - Parts not interchangeable.3.5 Non-Magnetic Inspection shall be in accordance with MIL-DTL-19595.3.6 The contractor shall notify the Government testing activity ;30; days prior to shipment of material to be tested.4. QUALITY ASSURANCE4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order,the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in thespecification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements.4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of anyinspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformancedoes not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material.4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies.4.4 Production Lot Test - The Contractor shall deliver ;ALL; unit(s) to ;NAVAL SURFACE WARFARE CENTER INDIAN HEAD EXPLOSIVE ORDNANCE DISPOSAL TECHNOLOGY DIVISION INDIAN HEAD, MD 20640-5070, Attn: Cory Legagneux.; for 100% production lot testing inaccordance with ;For all requirements for part number 5762142 and all associated Specifications.; . Upon satisfactory completion of the production lot test, the Government facility shall prepare and package the unit(s) for transshipment to final shipment destination(s) in accordance with the requirements of this contract/purchase order.4.5 First Article Test/Inspection (Government) - The Contractor shall deliver ;5; unit(s) to ;NSWC Indian Head EOD Technology Center N42794 2008 Stump Neck Rd. Bldg 2195, Indian Head, MD 20640 ATTN: Terri Douglas or Cory Legagneux 301.744.5776 ; for FirstArticle Tests in accordance with the ;drawing 5762142 and all other associated specifications and contract provisions. The government has 90 days upon receipt of material to test and inspect the first article units. Test/Inspection Report Reqd. Approvedby: NSWCIH EODTECHCTR ISEA Phil Vass philip.r.vass.civ@us.navy.mil ; .5. PACKAGING5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below.MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE6. NOTES6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk.B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies.C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to:Commander, Indian Head Division, Naval Surface Warfare CenterCode 8410P, 101 Strauss AvenueIndian Head, MD 20640-5035D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) forcertification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document.E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from:Contracting OfficerNAVSUP-WSSCode 873215450 Carlisle PikeP.O. Box 2020Mechanicsburg, Pa. 17055-0788F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue:Commanding OfficerNAVSUP-WSSCode 0095450 Carlisle PikeP.O. Box 2020Mechanicsburg, Pa. 17055-0788G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from:Commanding OfficerNAVSUP-WSSCode 1 Support Branch700 Robbins AvenuePhiladelphia, Pa. 19111-5094H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award ofthis contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the informationcontained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows:A... approved for public release; distribution is unlimited.B... distribution authorized to US Governments agencies only.C... distribution authorized to US Government agencies and their contractors.D... distribution authorized to DoD and DoD contractors only.E... distribution authorized to DoD Components only.F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T.X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.6.4 ;All vendors are required to submit Material C of Cs on all First Article (FA) and Production Lot Testing (PLT) materials arriving for final acceptance inspection.;6.5 ;All material items must pass dimensional requirement IAW Technical Drawing package. A request for variance (Waiver/Deviation) must be submitted via a DD form 1694 through NAVSUP's Contracting Officer. Please include copies of all Material CERTS(certificate of conformance) on materials. Material Certs are part of the overall acceptance creiteria/process. No Non-Magnetic Testing required for this material.;
NSN 7H-5990-015483711, TDP VER 003, REF NR 5330-F1/783893, QTY 1 EA, DELIVER TO N00253, NUWC DIVISION KEYPORT, KEYPORT, WA 98345-7610. AMC 1. SUITABLE FOR COMPETITIVE ACQUISITION FOR THE SECOND OR SUBSEQUENT TIME. AMSC C. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. If one source is approved, AMCs 3, 4, or 5 are valid. If at least two sources are approved or if data is adequate for an alternate source to qualify in accordance with the design control activity's procedures, AMCs 1 or 2 are valid. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.