Floor Mats
ID: 47QSSC-24-Q-2248Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS/GSS/QSCB, SUPPLY CHAIN MANAGEMENT CONTRACTING DIVISIONWashington, DC, 20006, USA

NAICS

Carpet and Rug Mills (314110)

PSC

FLOOR COVERINGS (7220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking quotes for a one-time purchase order of floor mats, specifically designed to meet the requirements of the U.S. Army Reserve in San Antonio, Texas. The procurement is set aside for small businesses and requires the mats to be anti-microbial, slip-resistant, lightweight, and resistant to grease, oils, and chemicals, with specific dimensions and drainage features. Interested vendors must submit their quotes electronically by September 9, 2024, at 4:00 PM EST, and are required to provide a Letter of Supply if they are not the manufacturers, along with compliance documentation and tracking information through the Vendor Portal. For further inquiries, vendors can contact Paula Williams at paula.williams@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines the requirements for a specific type of flooring mat (NSN: 7220-01-487-0342) to be supplied by Highland Engineering Inc. or an equivalent product. Key specifications include anti-microbial, slip-resistant, and lightweight materials that resist grease, oils, and chemicals. The desired dimensions for the mat are a length of 240 inches, width of 36 inches, and thickness ranging from 0.25 to 0.375 inches, with any acceptable color. The mats must feature drainage slots or perforations. Suppliers must ensure that products conform to producer specifications and commercial market standards; the government reserves the right to require proof of conformance. Additionally, marking, packaging, and shipping requirements must comply with federal and military standards, including appropriate treatment and stamping of wood packaging materials for export. The document emphasizes the importance of compliance with designated standards to ensure safety and quality of supplies delivered to government activities. This document is a part of the broader context of federal RFPs, focusing on standardizing procurement requirements for governmental supplies.
    The RFQ 47QSSC-24-Q-2248 document addresses specific requirements for vendors submitting quotes to the government. A key requirement dictates that vendors provide a Letter of Supply, indicating authorization to distribute the products, particularly if they are not the manufacturers. This is essential for compliance with federal regulations governing distribution rights. Additionally, vendors must quote either the specified brand name or equivalent products, specifically regarding NSN 7220-01-487-0342 or Highland Engineering Inc. part number HEI15051, emphasizing that 'equal' refers to equivalent items. Furthermore, all tracking information regarding shipments must be submitted through the Vendor Portal rather than traditional carrier tracking systems like FedEx or UPS. This structuring of submission guidelines reflects the government's need for accountability and streamlined communication in regards to procurement processes.
    The RFQ 47QSSC-24-Q-2248 document contains questions and answers related to a federal government solicitation. The key focus is the absence of any incumbent or existing contracts relevant to the inquiry, as confirmed in responses that there are no previous contract numbers, values, or budgets associated with this item. A ceiling price has been established, although it remains undisclosed. Furthermore, while the project itself is tax-exempt (meaning purchases are not subject to taxation), there is no tax-exempt form provided. This document serves to clarify the details about the solicitation process for prospective bidders, emphasizing the lack of prior contracts and providing necessary information without divulging sensitive financial specifics. Overall, it outlines the status and basic guidelines for interested parties as they prepare to respond to the solicitation.
    Lifecycle
    Title
    Type
    Floor Mats
    Currently viewing
    Solicitation
    Similar Opportunities
    Multiple Award Schedule
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors for its Multiple Award Schedule, a comprehensive procurement initiative. GSA's Furniture Systems Management Division requires a range of commercial items, with a focus on miscellaneous services. This combined synopsis and solicitation follows a streamlined format, and interested parties should submit their proposals accordingly. Contact the National Customer Service Center for detailed information, or refer to the provided email and phone number.
    Plastic Storage Boxes for GSA BPA Source Sought
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking information from potential vendors for the procurement of plastic storage boxes as part of a National Stock Number (NSN) Program. Interested contractors are invited to respond to a Sources Sought Notice by submitting a completed questionnaire, which will help GSA determine the appropriate set-aside for a future Blanket Purchase Agreement (BPA) under the GSA Multiple Award Schedule Program. The procurement is significant for ensuring the availability of essential storage solutions for government agencies, with compliance to technical specifications and past performance being key evaluation factors. Responses must be submitted via the eBuy system by September 18, 2024, at 9:00 am ET, and inquiries can be directed to Tracy Harper at tracy.harper@gsa.gov or by phone at 689-261-9671.
    93--PLASTIC MOLDING MAT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of plastic molding mats, specifically NSN 9330016726992. The requirement includes two lines: five units for delivery to the DLA Distribution Depot in Oklahoma, and thirty-three units for the same location, both to be delivered within 53 days after order. These plastic molding mats are essential nonmetallic fabricated materials used in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Poly Jet 3D Printer
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for the procurement of a Stratasys J850 Multi-material Printer, intended for the United States Marine Corps Logistic Command's Marine Depot Maintenance Command (MDMC). This Request for Quote (RFQ) emphasizes the need for brand-name equipment to enhance the MDMC's capabilities in providing flexible printed parts to their customers, ensuring compliance with Federal Acquisition Regulation (FAR) guidelines. The contract will include the printer, accessories, on-site installation, training for a term of five years, and a maintenance plan, with a performance period of 120 days. Interested vendors should direct inquiries to Antwoine Griggs at antwoine.griggs@gsa.gov or Phil Cleveland at phillip.cleveland@gsa.gov, and are encouraged to submit their best quotes initially, adhering to the specified delivery timelines and pricing requirements.
    Blast Booth Robot System
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for the procurement and installation of a Blast Booth Robotic System for the United States Marine Corps Logistic Command at the Marine Depot Maintenance Command in Albany, Georgia. This Firm-Fixed Price contract aims to automate the blasting process used for cleaning and preparing military vehicular systems, thereby enhancing operational efficiency. The project is designated as a total small business set-aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested vendors must submit their quotes by September 18, 2024, at 2:00 PM CST, and can direct inquiries to Antwoine Griggs at antwoine.griggs@gsa.gov or Phil Cleveland at phillip.cleveland@gsa.gov.
    S299--FLOOR MAT EXCHANGE SERVICE FOR NORTHERN WI CBOCs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a floor mat exchange service to be provided at four Community-Based Outpatient Clinics (CBOCs) located in northern Wisconsin. This procurement is exclusively set aside for small businesses, emphasizing the government's commitment to fostering local economic growth while ensuring essential services are maintained for veterans. The solicitation, identified by number 36C25225Q0017, has a response deadline of October 2, 2024, at 9:00 AM Central Time, and interested vendors should direct their inquiries to Contracting Officer Aaron Rogers at aaron.rogers1@va.gov or by phone at 414-844-4800 x44352.
    ANTI-FATIGUE MAT FOR CGC JAMES BRIDGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of anti-fatigue matting aboard the USCGC James in North Charleston, South Carolina. The project requires the provision of approximately 800 square feet of 5/8" thick black urethane matting, which must be custom-fitted around existing equipment and structural components on the bridge. This matting is essential for enhancing crew comfort and safety during operations, reflecting the importance of ergonomic solutions in maritime environments. Interested contractors must be registered in SAM.GOV and submit their proposals, including a Unique Entity ID, to the designated contacts by the specified deadline. For further inquiries, Amanda Douget and Kimberly Holubec can be reached at amanda.l.douget@uscg.mil and kimberly.r.holubec@uscg.mil, respectively.
    USACE Construction Engineering Research Laboratory (CERL) Pickup Trucks
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the procurement of four pickup trucks on behalf of the U.S. Army Corps of Engineers (USACE) Construction Engineering Research Laboratory (CERL). This opportunity is part of an assisted acquisition process, with specific requirements outlined in the attached documents, including vehicle specifications and delivery terms. The trucks must be new, already manufactured, and ready for immediate delivery to the ERDC/CERL facility in Champaign, Illinois, emphasizing the importance of timely delivery and compliance with federal procurement standards. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586.
    Brand Name NSNs, Industry Feedback Request
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.
    Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS Region 7
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract focused on construction, repair, and alteration services, including design-build and incidental abatement, for facilities within GSA/PBS Region 7. This procurement is exclusively set aside for small businesses and encompasses various geographic zones across Arkansas, Louisiana, New Mexico, Oklahoma, and Texas, with task orders ranging from $2,000 to $5,000,000. The contracts will be awarded based on a best value approach, emphasizing technical merit and past performance, with a total potential contract duration of five years. Interested contractors must submit their proposals by October 16, 2024, at 9:00 AM Central Time, and are encouraged to direct inquiries to Tamara Trotter at tamara.trotter@gsa.gov.