Opportunity

San Mateo Opengov #2026-IFB-00503

San Mateo County Solicits Acorn Stainless Steel Wall-Mount Toilets (180 Units, PN: R2100-T-1)

Posted

May 04, 2026

Respond By

May 13, 2026

Identifier

2026-IFB-00503

NAICS

332996

The County of San Mateo Department of Public Works is seeking bids for Acorn-brand stainless steel wall-mounted toilets for facility upgrades. - Government Buyer: - County of San Mateo, Department of Public Works, Procurement Department - OEM Highlight: - Acorn Engineering Company is the specified Original Equipment Manufacturer (OEM) - No alternative products or brands will be accepted - Products Requested: - 180 units of Acorn Blowout Jet Wall Mounted Toilets with Top Spud, Stainless Steel Finish - Manufacturer Part Number: R2100-T-1 - Dimensions: 14 in x 24 in x 15 in - Material: 16-gage, type 304 recycled stainless steel - Features: 1-1/2” NPT flushing inlet, gasket waste outlet, wall-mounted, blowout jet type, top spud, elongated shape, supports 1.28/1.6/3.5 gallons per flush - Compliance: Must meet ASME A112.19.3-2008 and CSA B45.5-2008 standards - Shipping and delivery costs must be included as a separate line item - Notable Requirements: - Only Acorn-brand (OEM) toilets, part number R2100-T-1, are acceptable; no substitutes - Vendors must specify lead times, freight, and delivery costs in their quotations - Delivery required within 45 days after purchase order issuance - Award will be made to the lowest responsive and responsible bidder

Description

The County of San Mateo is seeking quotations for Acorn-brand Blowout Jet Wall Mounted Toilets with Top Spud and Stainless Steel finish, equivalent to PN: R2100-T-1. The toilets must meet specific dimensions and material specifications, including 16-gage, type 304 recycled stainless steel, and comply with ASME A112.19.3-2008 and CSA B45.5-2008 requirements. The procurement includes 180 units and shipping costs, with delivery expected within 45 days after purchase order. Cost, conformity to specifications, and product availability will be considered for award to the lowest responsive and responsible vendor.

View original listing