The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1)
7320 01-680-2957
DISHWASHING MACHINE
MFG NAME: JACKSON MSC INC.
PART_NBR: DISHSTAR HT-E
QTY: 25
SANITIZER USED ON THE 87 AND 110 WPB AND 154 WPC VESSELS. CORRECT SANITIZER CONFIGURATION IS 460 VOLTS, 60 HZ, 3 PHASE, 8.3 AMPS. TIE DOWN EQUIPMENT, P/N: 06401-002-40-56 SHALL BE INCLUDED WITH EACH SANITIZER. EACH SANITIZER SHALL INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10. EACH SANITIZER SHALL BE SECURED TO A WOODEN PALLET AND THEN BE ENCLOSED ON THE TOP AND FOUR SIDES WITH AN APPROPRIATELY SIZED ASTM-D5118 HEAVY DUTY, DOUBLE-WALL FIBERBOARD BOX. ALL CORNERS ON THE TOP AND SIDES SHALL HAVE REENFORCED CORNERS AND EDGES. THE OPTIONAL TIE DOWN KIT SHALL BE PLACED INSIDE THE SANITIZER AND SECURED TO PREVENT MOVEMENT. METAL OR NYLON STRAPS SHALL SECURE THE PACKAGING AND REENFORCED CORNER MATERIAL TO THE SANITIZER AND PALLET. THE ENTIRE PACKAGE SHALL THEN BE SHRINK WRAPPED ON THE TOP AND SIDES DOWN TO THE PALLET. "DO NOT STACK" STICKERS SHALL BE PUT ON ALL FOUR SIDES AND THE TOP OF EACH SANITIZER. MARKING SHALL BE IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MARKING, LABELING AND BAR CODING SHALL BE PLACED ON THE SIDES OF THE SANITIZER THAT FACE THE FORKLIFT OPERATOR. ***** DUE TO THE COAST GUARD RECEIVING MULTIPLE PREVIOUS DELIVERIES OF THE WRONG MATERIAL, THE CONTRACTOR SHALL PROVIDE PHOTOGRAPHS OF EACH SANITIZER DATA PLATE, TIE DOWN KIT SECURED INSIDE THE SANITIZER AND AFTER FINAL PACKAGING, PACKING, MARKING AND BAR CODING IS COMPLETE TO THE CONTRACTING OFFICER FOR APPROVAL. THE CONTRACTOR SHALL NOT SHIP THE DELIVERY WITHOUT CONTRACTING OFFICER APPROVAL IN WRITING. ***** ALL ITEMS ARE INSPECTED BY A COAST GUARD REPRESENTATIVE WHEN DELIVERED. FAILURE TO MEET THE REQUIREMENTS FOR THE PART NUMBER, PACKAGING, PACKING, MARKING (PP&M) AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AND POSSIBLY RETURNED TO THE VENDOR. THIS WILL DELAY PAYMENT. ANY QUESTIONS CONCERNING THE DISHWASHER, PP&M REQUIREMENTS OR BAR-CODING SHOULD BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD.
Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226
Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only : Jackson MSC INC and/or their authorized distributors can provide this unit. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts.
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 2025-01 11/12/2024 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333998 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.
All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is April 15, 2025 at _9:00 AM Eastern Standard Time
OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:
Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 21)
52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
52.222-50, Combating Trafficking in Persons (Nov 2021)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33, Payment by Electronic Funds Transfer— System for Award Management (October 2018)
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2023)
The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.
CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf