GSA PROCUREMENT

GSA PROCUREMENT

Federal Agencies | State Agencies | Cities, Counties & any Local Government | School Districts (K-12, Charter & Private K-12) | Higher Education | Healthcare & Other Regulated Organizations | Church/Religious | Nonprofit Corporations

Welcome to Industrial Surface Solutions – Your Trusted Authorized Subcontractor for TD SYNNEX in GSA Procurement
 

At Industrial Surface Solutions, we specialize in delivering top-tier products and services designed to meet the unique needs of government agencies. As an authorized subcontractor for TD SYNNEX, we provide reliable and efficient solutions that align with the rigorous standards of the General Services Administration (GSA).

Our team is committed to ensuring seamless procurement processes, offering a wide range of industry-leading products and innovative solutions. Whether you’re in need of cutting-edge technology, software, hardware, or specialized equipment, we are here to support your government contracting needs with speed, precision, and the highest level of customer service.

Explore how our partnership with TD SYNNEX can help you fulfill your GSA procurement requirements with confidence.

GSA PROCUREMENT

 

The General Services Administration (GSA) is primarily used by federal agencies, but its services are also available to other government entities. Here’s a breakdown of who uses GSA:

Federal Agencies | State Agencies | Cities, Counties & any Local Government | School Districts (K-12, Charter & Private K-12) | Higher Education | Healthcare & Other Regulated Organizations | Church/Religious | Nonprofit Corporations

Federal Agencies

Federal government departments (e.g., Department of Defense, Department of Homeland Security) are the primary users of GSA procurement services. They use GSA contracts and schedules to buy everything from office supplies to IT services to construction services.

State and Local Governments

While GSA procurement is mainly for federal use, state and local governments can also use GSA contracts through cooperative purchasing agreements. These agreements help state and local entities purchase goods and services at competitive prices, similar to federal agencies.

Tribal Governments

Certain tribal governments are eligible to use GSA procurement services, particularly under the GSA’s 1122 Program, which enables tribes to buy supplies and equipment for law enforcement and public safety purposes.

Educational Institutions

Some public schools, universities, and educational institutions can access GSA procurement programs, allowing them to purchase goods and services through GSA schedules.

Healthcare & Other Regulated Organizations

Healthcare and other regulated organizations can also access GSA procurement programs, allowing them to purchase goods and services through GSA schedules. This access facilitates streamlined purchasing processes, ensuring compliance with regulatory standards while obtaining the necessary products and services for their operations.

Church/Religious

Churches and religious organizations can access GSA procurement programs, allowing them to purchase goods and services through GSA schedules. This provides a convenient and cost-effective way for these organizations to acquire the products and services they need while adhering to relevant regulations and standards.

Nonprofit Organizations

Certain nonprofit organizations, especially those that work directly with or receive funding from government agencies, can access GSA procurement services to obtain products and services under government contracts.

Foreign Governments and Organizations

In some cases, foreign governments may be allowed to use GSA contracts through specific programs, such as the International Cooperative Purchasing Program, under specific international agreements.

Key Benefits of GSA PROCUREMENT:

  • Efficiency and Streamlined Process: Users can buy goods and services from pre-approved vendors, making the procurement process faster and more efficient.
  • Cost Savings: GSA contracts are often competitively priced, providing cost savings for government buyers.
  • Variety of Products and Services: GSA procurement covers a wide range of industries, from IT services and construction to office supplies and security systems.

TD SYNNEX

CONTRACT HOLDER

GSA MAS Contract #47QTCA19D00MM
expires 09/26/2029

2GIT BPA #47QTCA21A0026
expires 03/30/2026

GSA MAS Contract #GS-35F-0563U
expires 09/04/2028

2GIT BPA #47QTCA21A002E
expires 03/30/2026

INDUSTRIAL-SURFACE-SOLUTIONS-MICROSOFT-PARTNER-BLACK crop

AUTHORIZED SUBCONTRACTOR

TABLE OF CONTENTS - GSA MAS Contract 47QTCA19D00MM | Expires 09/26/2029

1. SPECIAL ITEM NUMBERS (SINs)
2. MAXIMUM ORDER
3. MINIMUM ORDER
4. GEOGRAPHIC COVERAGE
5. POINT(S) OF PRODUCTION
6. DISCOUNT FROM LIST PRICES
7. QUANTITY DISCOUNTS
8. PROMPT PAYMENT TERMS
9. GOVERNMENT PURCHASE CARDS
10. FOREIGN ITEMS
11. DELIVERY

12. F.O.B. POINT(S) 
13. ORDERING ADDRESS AND PROCEDURES 
14. PAYMENT ADDRESS 
15. WARRANTY PROVISION 
16. EXPORT PACKING CHARGES
17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE 
18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR
19. TERMS AND CONDITIONS OF INSTALLATION 
20. TERMS AND CONDITIONS FOR ANY OTHER SERVICES

21. LIST OF SERVICE AND DISTRIBUTION POINTS 
22. REFERENCE TO LIST OF PARTICIPATING DEALERS 
23. PREVENTATIVE MAINTENANCE 
24. SPECIAL ATTRIBUTES
25. DATA UNIVERSAL NUMBER SYSTEM NUMBER
26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) 
29. COMPLETE LIST OF PARTICIPATING DEALERS
30. COMPLETE LIST OF VENDORS 

1. CUSTOMER INFORMATION:

a. Table of Awarded SINs:

b. Identification of the lowest priced model number for each SIN awarded:

c. Hourly Rates: Not Applicable

2. MAXIMUM ORDER:

Maximum dollar value of orders accepted is $500,000.00.

NOTE TO ORDERING ACTIVITIES: *If the best value selection places your order over the Maximum Order identified in this catalog/pricelist, you have an opportunity to obtain a better schedule contract price.
Before placing your order, contact the aforementioned contactor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under this contract or (3) decline
the order. A delivery order that exceeds the maximum order may be placed under the schedule contract in accordance with FAR 8.404.

3. MINIMUM ORDER:

The minimum dollar value of orders accepted is $100.00.

4. GEOGRAPHIC COVERAGE:

Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities. CONUS delivery is via standard ground freight. Expedited delivery options are available and OCONUS delivery are available for additional costs.

Overseas delivery is delivery to point of embarkation for delivery OCONUS – outside of the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories.

5. POINT(S) OF PRODUCTION:

TAA Compliant Countries identified by the product manufacturer.

6. DISCOUNT FROM LIST PRICES:

1% for orders over $100,000

7. QUANTITY DISCOUNTS:

none

8. PROMPT PAYMENT TERMS:

0.25 bps 15 days Net 30 for non-credit card orders. Information for Ordering Offices: Prompt payment terms cannot be negotiated out of the contractual agreement in exchange for other concessions.

9. GOVERNMENT PURCHASE CARDS:

a. Government Purchase Cards are accepted at or below the micro-purchase threshold.
b. Government Purchase Cards are not accepted above the micro-purchase threshold. Contact the Contractor for limit.

10. FOREIGN ITEMS:

The country of origin on supplies is determined by the manufacturer of the product. Only TAA Compliant products are included on the contract.

11. DELIVERY:

a. Time of Delivery: SINs 33411 & 811212 are 30 days ARO
b. Expedited Delivery: Additional costs do apply. Please call for an expedited freight quote.
c. Overnight and 2-day Delivery: Additional costs do apply. Please call for an expedited freight quote.

12. F.O.B. POINT(S):

OCONUS*
*Freight costs for worldwide shipments outside of CONUS will need to be negotiated between TD SYNNEX and the Ordering Entity.

13. ORDERING

a. Address: Same as Contractor
b. Procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA’s) are found in Federal Acquisition Regulation (FAR) 8.405-3.

14. PAYMENT ADDRESS:

Lockbox Address:

TD SYNNEX Corporation
PO Box 406748
Atlanta, GA 30384-6748

15. WARRANTY PROVISION:

a. Unless specified otherwise in this contract, the Contractor’s standard commercial warranty as stated in the contract’s commercial pricelist will apply to this contract. As a computer products distributor, Contractor passes the manufacturers’ warranties through to their customers. Warranties will vary from part number, product line and manufacturer and can include on-site, depot and replacement. Warranties will also vary in length of their coverage period. Generally, Contractor will provide a replacement unit for product that is DOA (Dead on Arrival) for the first 30 days after purchase. Thereafter, all warranty work is handled either directly from the manufacturer or through a contracted third party.
b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
c. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the ordering activity for consequential damages resulting from any defect or deficiencies in accepted items.
d. If inspection and repair of defective equipment under this warranty will be performed at the Contractor’s plant, the address is as follows: Contact TD SYNNEX Corporation for Return Merchandise Authorization (RMA).

16. EXPORT PACKING CHARGES:

TD SYNNEX does offer international shipping on a limited basis. The company will pay for freight to point of embarkation only.

17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE:

a. Government Purchase Cards are accepted at or below the micro-purchase threshold.
b. Government Purchase Cards are not accepted above the micro-purchase threshold. Contact the Contractor for limit.

18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR:

N/A

19. TERMS AND CONDITIONS OF INSTALLATION:

N/A

20. TERMS AND CONDITIONS FOR ANY OTHER SERVICES:

N/A

21. LIST OF SERVICE AND DISTRIBUTION POINTS:

Chantilly, Virginia
Chino, California
Greenville, South Carolina
Indianapolis, Indiana
Richardson, Texas
Southaven, Mississippi

Chicago, Illinois
Fremont, California
Grove City, Ohio
Monroe, New Jersey
Romeoville, Illinois
Tracy, California

22. PARTICIPATING DEALER:

INDUSTRIAL SURFACE SOLUTIONS

BELLEVUE, WA 

23. PREVENTATIVE MAINTENANCE:

Refer to SIN 811212

24. SPECIAL ATTRIBUTES:

a. Environmental Attributes: N/A
b. Section 508 Compliance for Electronic and Information Technology (EIT): The EIT standards can be found at: www.Section508.gov/.

25. DATA UNIVERSAL NUMBER SYSTEM NUMBER:

112375758

26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM):

Contractor has an Active Registration in the SAM database. SAM.gov UEI # LYXBWDHL4VR9

TD SYNNEX

CONTRACT HOLDER

GSA MAS Contract 47QTCA19D00MM | LINE CARD | Expires 09/26/2029

AUTHORIZED SUBCONTRACTOR

3M
5 Point Solutions
7SIGNAL Inc.
Absolute Software
Accortec
ADATA Technology
Add-On Computer
Adesso Agosto, Inc
Airgain
ALE USA – Alcatel
Allied Telesis **
APC
Apricorn
ATDEC
ATEN
AOM
Audiocodes
Autel Robotics
Avocor
AVTEQ
Axiom
B+B Smartworx
Barracuda Networks**
Belkin
BenQ
Bitglass
Black Box Network Services
BrainBoxes Ltd
Bretford Manufacturing
Bridge Communications
Brother Int’l
BTI
Buffalo Americas
C2G
Capsa Healthcare
Catalogic Software
Centon Electronics
Check Point Software Technologies
Cherry Americas
Chief Manufacturing
Cigent
Cinemassive
CI – Computer Instruments
ClearOne
Computer Security Products
CoNarrative
Contex America **
CoreView USA
cPacket
Cradlepoint **

Crestron
Critical Start
CRU-Dataport
CyberPower
D&R Electronics
Da-Lite
Das Keyboard
Datacore Software
Dataram Corp
Dell
DH2i
D-Link
Digi International
Digitalware
DTG – Definitive
Technology Group
Durabook
Eaton
Edge Memory
Edgewave
Encore Networks
ENET Solutions
Engenius
Enovate IT
Envoy Data
Ergotech Group, Inc.
Ergotron
Evault
Evoluent
Evolve III
Extreme Networks
Eyesafe
Fellowes
Firemon
Formax
Fudo Security
FujiFilm
Getac
GFI Software
Global Knowledge
Goldtouch
Gvision
GVS (Getac Video)
HID Global
Hewlett Packard
Enterprise **
HP Inc **
HSM of America
Humanscale
HyperSign

Hyundai IT
Hyve
IBM
iKey
Infortrend
Incipio
Inseego
Integra Optics
IOGear
iStarUSA
iStorage
ITG
IX Systems
Jabra
Kanguru
Kantek
Kensington
Keysight
Kinesis Corp
Kramer
Laplink
Lenovo
Lexmark
LG Electronics
LifeSize **
Lind Electronics
Link Depot
Linksys
Logitech
Mainpine
Make Sense
Man and Machine
Mellanox
microMICR
MicroPac Technologies
Microsoft Surface **
Middle Atlantic Products
Mimo Monitors
Minuteman Power Tech.
Mirantis (Docker) **
MobileDemand
MobileMark
Mobile Tech
MooreCo, Inc
Moshi
MultiTech
MyCena
NanoLumens
NCP Engineering
NetAlly

NetApp
Netgear
Netmotion Wireless
Netsurion
NINJIO
Novastar
Nvidia Corp
Obsidian Integration
One World Touch
Otter Products
Overland Storage
Paessler
Palo Alto Networks (SLED only)
Panorama Antennas
Panasonic **
Paragon Software
Parsec
Patrol PC
PC Matic
Pexip
Philips
Pivot 3 Inc.
Planar
Plantronics
Plugable
Powergistics
Premium Compatibles
Prestige International
PrinterLogic
Printronix AutoID
ProHawk
Promise Technology
Protec Scientific
Qlogic
QNAP
Quantum
Quark
Radio IP
RapidDeploy
Raritan
Re Mago
Red Hat
ReadyDock
RedyRef
Retrospect
Rittal
Roqos
Ruckus Wireless ** Samsung
Sangoma (Digium)
SDV Solutions

Seagate
Seal Shield
SecureData
Sharegate
SimplyNUC
SIOS
SKB (Stephen Gould)
SMART Technologies
SMK-Link
Solo
Sony Corp
SpacePole, Inc.
StarTech.com LTD.
StorageCraft
Stratus
SunBrite TV
Synchrotech
SYNNEX Corp
SYNNEX PrintSolv
TAG Global
Targus
Team One Networking
Texthelp
The Joy Factory
Elite Tech
Total Micro
Technologies
Transcend
Tripp Lite
Troy Group
UNC Group
Unitech
Vaddio
Veracity
Verbatim Americas
Vertiv
VIDIZMO
Viewsonic
Visioneer
Vivotek
VS and Associates
VXL Instruments
Wallbox USA
Wasp Barcode
Technologies
Watchguard **
West Point
Western Digital
Williams Software (Smartrack) **
Wireless Guardian
Zyxel Corp

 

For more information about GSA Procurement 

Email: [email protected] or Call: 866-946-3878

© 2025 INDUSTRIAL SURFACE SOLUTIONS. All rights reserved. INDUSTRIAL SURFACE SOLUTIONS Logo are trademarks or registered trademarks of INDUSTRIAL SURFACE SOLUTIONS. Other names and marks are the property of their respective owners.

TD SYNNEX

CONTRACT HOLDER

GSA MAS Contract #GS-35F-0563U
expires 09/04/2028

2GIT BPA #47QTCA21A002E
expires 03/30/2026

GSA MAS Contract #47QTCA19D00MM
expires 09/26/2029

2GIT BPA #47QTCA21A0026
expires 03/30/2026

INDUSTRIAL-SURFACE-SOLUTIONS-MICROSOFT-PARTNER-BLACK crop

AUTHORIZED SUBCONTRACTOR

TABLE OF CONTENTS - MAS CONTRACT NUMBER: GS-35F-0563U | Expires 09/04/2028

1. SPECIAL ITEM NUMBERS (SINs)
2. MAXIMUM ORDER
3. MINIMUM ORDER
4. GEOGRAPHIC COVERAGE
5. POINT(S) OF PRODUCTION
6. DISCOUNT FROM LIST PRICES
7. QUANTITY DISCOUNTS
8. PROMPT PAYMENT TERMS
9. GOVERNMENT PURCHASE CARDS
10. FOREIGN ITEMS
11. DELIVERY
12. F.O.B. POINT(S)
13. ORDERING ADDRESS AND PROCEDURES
14. PAYMENT ADDRESS
15. WARRANTY PROVISION

16. EXPORT PACKING CHARGES
17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE
18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR
19. TERMS AND CONDITIONS OF INSTALLATION
20. TERMS AND CONDITIONS FOR ANY OTHER SERVICES
21. LIST OF SERVICE AND DISTRIBUTION POINTS
22. REFERENCE TO LIST OF PARTICIPATING DEALERS
23. PREVENTATIVE MAINTENANCE
24. SPECIAL ATTRIBUTES
25. DATA UNIVERSAL NUMBER SYSTEM NUMBER
26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM)
27. PURCHASE OF OPEN MARKET ITEMS

28. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES
29. COMPLETE LIST OF PARTICIPATING DEALERS
30. APPENDIX I – MANUFACTURER END USER LICENSE AGREEMENTS (EULA)
AMWELL END USER LICENSE AGREEMENT
CIENA END USER LICENSE AGREEMENT
CISCO END USER LICENSE AGREEMENT
CISCO WEBEX TERMS AND CONDITIONS
CISCO FIREPOWER END USER LICENSE AGREEMENT
CISCO FIREAMP END USER LICENSE AGREEMENT
CISCO SUPPLEMENTAL END USER LICENSE AGREEMENTS
CISCO SOURCEFIRE END USER LICENSE AGREEMENT
RADWARE END USER LICENSE AGREEMENT

1. SPECIAL ITEM NUMBERS (SINs)

a. Table of Awarded SINs:

b. Identification of the lowest priced model number for each SIN awarded:

c. Hourly Rates: Not Applicable

2. MAXIMUM ORDER:

The Maximum dollar value of orders accepted for the following Special Item Numbers (SINs) is $500,000.00:

Special Item Number 33411
Special Item Number 811212
Special Item Number 511210
Special Item Number 54151
Special Item Number 54151S
Special Item Number 54151ECOM

The Maximum dollar value of orders accepted for Special Item Number 611420 is $250,000.00.

NOTE TO ORDERING ACTIVITIES: *If the best value selection places your order over the
Maximum Order identified in this catalog/price list, you have an opportunity to obtain a better
schedule contract price. Before placing your order, contact the aforementioned contractor for a
better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available
under this contract or (3) decline the order. A delivery order that exceeds the maximum
order may be placed under the schedule contract in accordance with FAR 8.404.

3. MINIMUM ORDER:

The minimum dollar value of orders accepted is $100.00.

4. GEOGRAPHIC COVERAGE:

Domestic delivery is delivery within the 48 contiguous states, Alaska,
Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port
or consolidation point, within the aforementioned areas, for orders received from overseas activities.
CONUS delivery is via standard ground freight. Expedited delivery options are available and
OCONUS delivery are available for additional costs.

Overseas delivery is delivery to point of embarkation for delivery OCONUS – outside of the 48
contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories.

5. POINT(S) OF PRODUCTION:

TAA Compliant Countries identified by the product manufacturer.

6. DISCOUNT FROM LIST PRICES:

Prices shown are NET Prices; Basic Discounts have been deducted. GSA Net Prices can be seen at http://www.gsaadvantage.gov/.

7. QUANTITY DISCOUNTS:

None

8. PROMPT PAYMENT TERMS:

None

9. GOVERNMENT PURCHASE CARDS

a. Government Purchase Cards are accepted at or below the micro-purchase threshold.
b. Government Purchase Cards are accepted above the micro-purchase threshold. Contact the Contractor for limit.

10. FOREIGN ITEMS:

a. The country of origin is determined by the manufacturer of the product.
b. Only TAA Compliant products are included on the contract.

11. DELIVERY

a. Time of Delivery: SINs 33411, 811212, 511210, 54151, 611420, 54151S & 54151ECOM are 30 days ARO
b. Expedited Delivery: Additional costs do apply. Please call for an expedited freight quote.
c. Overnight and 2-day Delivery: Additional costs do apply. Please call for an expedited freight quote.
d. Urgent Requirements: When the Federal Supply Schedule contract delivery period does not meet
the bona fide urgent delivery requirements of an ordering activity, ordering activities are
encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated
delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic
replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated
delivery time acceptable to the ordering activity, any order(s) placed pursuant to the agreed upon
accelerated delivery time frame shall be delivered within this shorter delivery time and in
accordance with all other terms and conditions of the contract.

12. F.O.B. POINT(S):

Destination; CONUS
*Freight costs for worldwide shipments outside of CONUS will need to be negotiated between TD SYNNEX and the Ordering Entity.

13. ORDERING

a. Address: 39 Pelham Ridge Drive, Greenville, SC 29615-5939, 703-345-5159, (FAX) 703-345-5574. Contractor’s Service Area: Continental United States. TIN: 94-2703333
b. Procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA’s) are found in Federal Acquisition Regulation (FAR) 8.405-3.

14. PAYMENT ADDRESS:

Remit To Address

TD SYNNEX Corporation
PO Box 406748
Atlanta, GA 30384-6748

EFT/WIRE TRANSFER

Bank of America
100 West 33rd Street
New York, NY 10001
Routing# (Wire): 0260-0959-3
Routing# (EFT): 121000358
Acct #: 12339-35244
Gloria E. Hernandez
(925)-675-7066
Int’l EFT: BOFAUS3N

The following telephone number, 703-345-5159, can be used by ordering activities to obtain technical and/or ordering assistance.

15. WARRANTY PROVISION:

a. Unless specified otherwise in this contract, the Contractor’s standard commercial warranty as stated
in the contract’s commercial price list will apply to this contract. As a computer products distributor,
Contractor passes the manufacturers’ warranties through to their customers. Warranties will vary from
part number, product line and manufacturer and can include on-site, depot and replacement.
Warranties will also vary in length of their coverage period. Generally, Contractor will provide a
replacement unit for product that is DOA (Dead on Arrival) for the first 30 days after purchase.
Thereafter, all warranty work is handled either directly from the manufacturer or through a
contracted third party.
b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit
for use for the particular purpose described in this contract.
c. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the
Contractor will not be liable to the ordering activity for consequential damages resulting from any
defect or deficiencies in accepted items.
d. If inspection and repair of defective equipment under this warranty will be performed at the
Contractor’s plant, the address is as follows: Contact TD SYNNEX Corporation for Return
Merchandise Authorization (RMA) 703-345-5159.

RETURN POLICY

All items to be returned to TD SYNNEX Corporation require a Return Authorization (RMA) Number.
Before being issued an RMA Number, your request for return of product will be reviewed against this
policy and any applicable manufacturer regulations for product returns. Any questions regarding TD
SYNNEX Corporation or manufacturer return policies should be directed to the TD SYNNEX
Corporation Government Programs Department at (703) 345-5159.

TD SYNNEX Corporation General Returns Policy

Requests to TD SYNNEX Corporation for return of product must be made within 30 days of the date
of invoice. End of life and remanufactured products cannot be returned. Configured products must
be assessed prior to return. (vendor rules apply)

Defective Product:

In order for Customer Service to issue an RMA for DOA/defective product, it must be covered by the
manufacturer’s warranty and TD SYNNEX Corporation must be able to return the product for credit to
the manufacturer under their policies. Please note that several manufacturers require that you
provide TD SYNNEX Corporation with a case number or returns number issued by them prior to TD
SYNNEX Corporation processing the return. Please include manufacturer case numbers for
applicable products with TD SYNNEX Corporation RMA requests.

Some manufacturers require that DOA/defective product be returned directly to them. Please
contact these manufacturers directly for RMA approval and return procedures.
Requests for return of DOA/Defective product past 30 days from the date of TD SYNNEX
Corporation invoice must be submitted to the manufacturer for warranty replacement.

New and Unopened Stocked Product:

Product must be in resellable condition, in original packaging with an outer seal that has not been
opened or re-taped and must still be a stocked item. Requests received in this condition within 30
days of the date of invoice will be accepted and will not be charged a restocking fee. Drop ship
orders for items TD SYNNEX Corporation does not stock are not returnable unless prior approval /
RMA from Manufacturer is provided. New and unopened product return requests received more than
30 days after invoice are considered out of policy return requests. These type requests will be
considered on a case-by-case basis.

Open, Non-Defective Product:

Product with opened outer packaging, but with closed inside seals are eligible for return within 30
days of invoice. Product with marked, improperly labeled (not from the manufacturer or TD SYNNEX
Corporation) or damaged outer packaging, opened inside seal, or product damage including but not
limited to scratches, wear and indentations is not returnable. Returnable open box product is subject
to a restocking fee of up to 25% of the purchase price, the restocking fee may be waived at the
discretion of TD SYNNEX Corporation. Product that cannot be repackaged and restocked will be
returned to the customer.

Incorrect or Missing Product:

Please notify TD SYNNEX Corporation of any claims shortages or other discrepancies within 5 days
of delivery.

Requesting an RMA Number

To place an RMA request, please contact the TD SYNNEX Corporation Government Programs
Department at (703) 345-5159 or (800) 955-9590 ext. 555159, who will collect the below required
information and coordinate the request with our Customer Service Department.

Required Information:

In order for Customer Service to process your request as quickly as possible, you will need the
following information when making your request:

Contact information
Invoice number and invoice date
TD SYNNEX Corporation part number
Serial numbers
Reason for return

A TD SYNNEX Corporation Customer Service Representative may contact you for additional
information regarding your return. (Please be aware of the condition of the product you are trying to
return) You will be notified with the RMA Number for your return if accepted or with the reason for
denial of the request.
Please note that an RMA Number does not guarantee final disposition. All returns must be received
by TD SYNNEX Corporation within 45 days from the date the RMA Number is issued and are
subject to inspection to verify expected condition.

RMA Shipping Guidelines 

Shipping Charges:

Returns must be shipped freight pre-paid. TD SYNNEX Corporation shares the costs associated
with a return for replacement, the customer pays for return shipping and TD SYNNEX Corporation
pays the shipping on the replacement. Unless the return is the result of an error made by TD
SYNNEX Corporation, the customer remains liable for freight charges on the original shipment.

Returns Shipping Address:

Please send all returns approved with a TD SYNNEX Corporation RMA Number to the following
Returns Address regardless of original shipment origin:

TD SYNNEX Corporation
595 Perry Road
Plainfield, IN 46168
ATTN: RMA# _______

Please ensure the RMA number is clearly referenced on the shipping label.

Product must be sent back in original unmarked packaging including all manuals, cables, software,
internal packaging and accessories. Do not write addresses or RMA#s on the manufacturers’
packaging. Product must be over-packed in larger boxes for shipping.

TD SYNNEX Corporation is not responsible for any shipping damages incurred in transit to or from
the customer.

Product received by TD SYNNEX Corporation that is not in the appropriate condition (including
writing on original manufacturer’s packaging) will be assessed the 25% restocking fee or returned to
the sender without credit.

Application of Credit:

Credit for returned merchandise will be applied to the customer’s account (less any applicable
restocking charges) only after confirmation of receipt and inspection.

16. EXPORT PACKING CHARGES:

Contractor will pay ground freight to point of embarkation only. TD SYNNEX does offer international shipping on a limited basis.
Contact TD SYNNEX for freight estimate at 703-345-5159.

17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE:

Government Purchase Cards are accepted at or below the micro-purchase threshold.
Government Purchase Cards are not accepted above the micro-purchase threshold. Contact the
Contractor for limit.

18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR:

Refer to SIN 811212

19. TERMS AND CONDITIONS OF INSTALLATION:

N/A

20. TERMS AND CONDITIONS FOR ANY OTHER SERVICES:

Refer to SIN 54151 and 54151S

21. LIST OF SERVICE AND DISTRIBUTION POINTS:

Chicago, Illinois
Fremont, California
Grove City, Ohio
Monroe, New Jersey
Romeoville, Illinois
Tracy, California

Chino, California
Greenville, South Carolina
Indianapolis, Indiana
Richardson, Texas
Southhaven, Mississippi

22. PARTICIPATING DEALER:

INDUSTRIAL SURFACE SOLUTIONS
BELLEVUE, WA

23. PREVENTATIVE MAINTENANCE:

Refer to SIN 811212

24. SPECIAL ATTRIBUTES:

a. Environmental Attributes: N/A
b. Section 508 Compliance for Electronic and Information Technology (EIT): The EIT standards can be found at: www.Section508.gov/.

25. DATA UNIVERSAL NUMBER SYSTEM (DUNS) NUMBER:

193820441

26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM):

Contractor has an Active Registration in SAM database.

27. PURCHASE OF OPEN MARKET ITEMS:

NOTE: Open Market Items are also known as incidental items, noncontract items, non-Schedule
items, and items not on a Federal Supply Schedule contract. ODCs (Other Direct Costs) are not
part of this contract and should be treated as open market purchases. Ordering Activities
procuring open market items must follow FAR 8.402(f).

For administrative convenience, an ordering activity contracting officer may add items not on the
Federal Supply Multiple Award Schedule (MAS) – referred to as open market items – to a Federal
Supply Schedule blanket purchase agreement (BPA) or an individual task or delivery order, only
if-

(1) All applicable acquisition regulations pertaining to the purchase of the items not on the
Federal Supply Schedule have been followed (e.g., publicizing (Part 5), competition
requirements (Part 6), acquisition of commercial items (Part 12), contracting methods (Parts
13, 14, and 15), and small business programs (Part 19));

(2) The ordering activity contracting officer has determined the price for the items not on the
Federal Supply Schedule is fair and reasonable;

(3) The items are clearly labeled on the order as items not on the Federal Supply Schedule; and

(4) All clauses applicable to items not on the Federal Supply Schedule are included in the order.

28. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES.

Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply
Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and
authorization and include with each order –

(a) A copy of the authorization from the ordering activity with whom the contractor has the prime
contract (unless a copy was previously furnished to the Federal Supply Schedule contractor);
and

(b) The following statement:

This order is placed under written authorization from ____ dated ____. In the event of any
inconsistency between the terms and conditions of this order and those of your Federal
Supply Schedule contract, the latter will govern.

TD SYNNEX

CONTRACT HOLDER

GSA MAS Contract #GS-35F-0563U | Expires 09/04/2028

AUTHORIZED SUBCONTRACTOR

APPENDIX I

MANUFACTURER END USER LICENSE AGREEMENTS (EULA)

AMWELL END USER LICENSE AGREEMENT
https://bit.ly/3LBgBpe
CIENA END USER LICENSE AGREEMENT
https://bit.ly/3MeOdKz
CISCO END USER LICENSE AGREEMENT:
https://bit.ly/2p7mMwt
CISCO WEBEX TERMS AND CONDITIONS:
https://bit.ly/2q5kn5Q
CISCO FIREPOWER END USER LICENSE AGREEMENT:
https://bit.ly/2q1LZsK
CISCO FIREAMP END USER LICENSE AGREEMENT:
https://bit.ly/2p6p6DW
CISCO SUPPLEMENTAL END USER LICENSE AGREEMENTS:
https://bit.ly/2q5vImD
CISCO SOURCEFIRE END USER LICENSE AGREEMENT:
https://bit.ly/2Pzze58
RADWARE END USER LICENSE AGREEMENT:
https://bit.ly/3ebzulc

 

For more information about GSA Procurement 

Email: [email protected] or Call: 866-946-3878

© 2025 INDUSTRIAL SURFACE SOLUTIONS. All rights reserved. INDUSTRIAL SURFACE SOLUTIONS Logo are trademarks or registered trademarks of INDUSTRIAL SURFACE SOLUTIONS. Other names and marks are the property of their respective owners.

HARDWARE RESOURCE CENTER (GOVERNMENT SHOPPING PORTAL COMMING SOON)

VIEW OVER 200,000 PRODUCTS

Let’s Achieve Great Outcomes

INDUSTRIAL SURFACE SOLUTIONS IS THE PARTNER THAT HELPS UNLOCK RESULTS FOR ALL.

Enhance Your Organization’s IT Infrastructure with Comprehensive Solutions and Robust Security

Take your business to the next level with our wide selection of hardware, software, IT services, and cutting-edge security solutions, all tailored to meet your unique needs. From essential equipment and accessories to specialized technology, we offer bulk purchasing options designed to streamline your IT investments. Our offerings include high-quality products from leading brands, combined with expert tech support, flexible warranty plans, and top-tier security measures to protect your systems and data. Whether you’re upgrading your current setup, launching a new initiative, or fortifying your defenses against cyber threats, we provide the tools and services necessary to support your growth, maximize efficiency, and ensure your IT environment is secure. Contact us today to learn how we can help optimize your IT infrastructure and safeguard your business for the future!

VERIFIED FEDERAL VENDOR

Authorized | Microsoft Partner | Reseller | Developer

SHOP SURFACE HUB

Need Help with an IT Solution? We Are Authorized!

Shopping Cart
Scroll to Top