SOLICITATION NOTICE
70 -- HAPS 64 Prototyping System - FA8751-10-R-0035
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-R-0035
- Archive Date
- 9/17/2010
- Point of Contact
- Tina M. Panasci, Phone: 315-330-1909
- E-Mail Address
-
tina.panasci@rl.af.mil
(tina.panasci@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FA8751-10-R-0035 Reps & Certs Addendum This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0035 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100816. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted with regard to business size standard. For reference, the NAICS code is 334111 and small business size standard is 1,000 employees. Offerors shall provide the following items on a Firm Fixed Price (FFP) basis: (Total price must include shipping FOB Destination.) Item 1: SDRAM Board QTY: 8 MFR/Part No. Synopsys HWH1086-0 or Equal Specifications: H SDRAM 1x1 2x8M32 SDRAM Board 512 Mbit SDRAM boards with 2 8M 32 bit SDRAM chips and 1 HapsTrak connector Item 2: Ethernet Board Hardware QTY: 8 MFR/Part No. Synopsys HWH1034-0 or Equal Specifications: H GEPHY 1x1 Gigabit Ethernet Board Hardware 8 Gigabit Ethernet Boards hosting 2 1 Gbit Ethernet ports with 1 HapsTrak Connector Item 3: HAPS64 Prototyping System QTY: 1 MFR/Part No. Synopsys HWH1133-0 or Equal Specifications: HAPS 64 Prototyping System 4 (Xilinx XC6VLX760) FPGAs 26 HapsTrak connectors Item 4: Software QTY: 1 MFR/Part No. Synopsys 4886-0 or Equal Specifications: Synplify Pro Xilinx Edition 1 year TSL Nodelock License Item 5: Extended Warranty QTY: 1 MFR/Part No. Synopsys 41720-0 or Equal Specifications: HAPS HW Extended Warranty including, but not limited to, priority handling for faster repair turnaround times, loaner systems for the duration of a repair, access to expert 24/7 technical support. The extended warranty also supplements the standard commercial warranty with an additional six month period for a total warranty of 12 months. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET), THU 02 SEP 2010. Submit to: AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8142 or by email to Tina.Panasci@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) Submit past performance information for no more than three (3) recent and relevant contracts for the same or similar items, with reference information (including contract numbers/project titles, value, current points of contact with telephone numbers and email addresses, and any other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause applies to certain items with unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability. All factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2010), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10, Reporting Excecutive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) 252.227-7015, Technical Data - Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal (AUG 1999) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-904-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0035/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Record
- SN02255466-W 20100827/100826000236-f273ddf4f6e17eaf91d87493ee13aa37 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |