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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) has issued a combined synopsis/solicitation (RFQ 2126406Y61J6598003) for Mattresses and Boxsprings for USCG/US Navy shipboard use. This is a Total Small Business Set-Aside and anticipates a Firm Fixed-Price Purchase Order awarded based on Best Value. Quotes are due May 13, 2026, at 12:00 PM Eastern.
Scope of Work
The requirement is for various sizes of flame-resistant foam mattresses and boxsprings, specifically:
- 15 EA Officer Foam Mattresses (76" x 34" x 5")
- 10 EA CPO Standard Foam Mattresses (76" x 28" x 5")
- 84 EA Crew Foam Mattresses (76" x 26" x 5")
- 8 EA Officer Boxsprings (76" x 34" x 5")
All items must meet Mil-Spec FIRE PERFORMANCE REQUIREMENTS AND APPROVED SPECIFICATIONS FOR INTERIOR FINISH MATERIALS AND FURNISHINGS, specifically NAVSEA 051 PD 4-02, IAW MIL-STD-1623. The accompanying document, MIL-STD-1623E(NAVY) w/CHANGE 1, details these crucial fire performance criteria for naval vessels, including specific test methods and material requirements.
Contract Details & Logistics
- Contract Type: Firm Fixed-Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Delivery: All items are required by June 25, 2026. Shipping is FOB Destination to the U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226. Deliveries are accepted Monday-Friday, 7:00 AM to 1:00 PM.
- Packaging: Must adhere to military packaging standards (e.g., MIL-STD-2073-1E, MIL-STD-129R) with itemized lists and proper marking.
- Invoicing: All invoicing will be processed through IPP (https://www.ipp.gov).
- FAR Clauses: The solicitation incorporates clauses from FAC 2024-05. Bidders should review the FAR Clauses.pdf document for applicable requirements, including those related to telecommunications, supply chain security, and subcontracting.
Evaluation & Submission
- Evaluation: Award will be based on Best Value, considering the ability to provide the complete requirement, meet the required timeframe, and price.
- Substitutions: Any proposed substitutions must include a Specification Sheet for evaluation.
- Submission: Quotes must be emailed to Shannon Carter (Shannon.R.Carter@uscg.mil) with "2126406Y61J6598003" in the subject line.
- Deadline: May 13, 2026, at 12:00 PM Eastern.
- Registration: Vendors must have an active SAM.gov registration or provide proof of submission.