Mattresses
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically the Marine Corps Recruit Depot- Parris Island, SC, is soliciting quotations for Mattresses under Solicitation M0026326QD009. This is a 100% HUBZone Set-aside opportunity for a Firm Fixed Price contract. The requirement is for 800 navy blue nylon mattresses. Proposals are due March 26, 2026, at 4:00 PM EST.
Scope of Work
The solicitation seeks 800 navy blue nylon mattresses, each measuring 36 inches W x 77-80 inches L x 8 inches thick. Key specifications include a 312 Innerspring Coil Unit (13 Gauge Bonnell Type Coils, 6 Gauge Border Rods), 4 to 5-inch Corner Pads, Fiber Insulator Pad, Topper Foam, Typar Non-Woven, and Stitched Cotton Felt on each side. The ticking must be polyurethane coated blue nylon, waterproof, with lock-stitched seams using Kevlar thread and inverted seams. Mattresses must be durable, crack/stain/antimicrobial/antifungal/antibacterial/bedbug resistant, fluid proof, non-allergenic, wipe to clean, odor free, flame retardant, anti-static, and tear-resistant, suitable for metal racks. Law and FR Labels are required. Delivery is requested by June 01, 2026.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ), Firm Fixed Price contract.
- Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside.
- NAICS: 337910 (Household Furnishings) with a size standard of 1,000 employees.
- Response Due: March 26, 2026, 4:00 PM EST.
- Published: March 18, 2026 (original solicitation), March 25, 2026 (amendment).
Submission & Evaluation
Offerors must submit proposals in accordance with FAR Part 12 and instructions in the SF1449. Required documents include a completed and signed SF1449, CLIN specifications, price quotes, spec sheet, delivery date, acknowledgment of amendments, SAM-validated status, and completed representations/certifications (FAR 52.212-3). The Government will conduct a comparative evaluation based on price and non-price factors. Unacceptable quotations will be eliminated, and remaining quotes will be arranged by price. A comparative assessment of at least the two lowest price quotes will be performed, with award going to the offeror whose quote is determined to have a fair and reasonable price and be most advantageous to the Government.
Additional Notes
Vendor questions were due no later than two days after the original issue date (March 20, 2026). Offers must be valid for 60 days from the submission date. Payment will be made via Wide Area WorkFlow (WAWF). Primary Contact: Steven Kirk (steven.kirk.civ@usmc.mil, 843-228-3258). Secondary Contact: Randy Wentworth (randy.wentworth@usmc.mil, 843-228-2151).