SOLICITATION NOTICE
60 -- Chip Design Documentation/Support
- Notice Date
- 3/26/2020 9:55:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875120R0004
- Response Due
- 4/10/2020 12:00:00 PM
- Archive Date
- 04/25/2020
- Point of Contact
- Richard Childres, Phone: 3153304194
- E-Mail Address
-
Richard.Childres@us.af.mil
(Richard.Childres@us.af.mil)
- Description
- Solicitation FA875120R0004 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200123. See http://aqcuisition.gov for the full text of all provisions and clauses incorporated by reference herein. This procurement is being solicited on an unrestricted basis with regard to size standard. For reference, the NAICS code is 334413 and small business size standard is 1,250 employees. The contractor shall provide the items detailed below on a Firm Fixed Price basis, including the cost of shipping FOB destination.� Item: Chip design Quantity: 1 Description: Chip design documentation and support for 14/12nm process, Option 9 metal stack; Allow at least 2 prototype runs of the same design here specified: PCIe2 (or higher) Controller x1 lane PCIe2 (or higher) Phy 1 (or higher) Gbit SERDES Phy for Ethernet DDR4 controller DDR4 Built in self test DDR4 Phy 64 data bits wide Data required: Verilog simulation model compatible with Mentor Graphics Modelsim. Layout Exchange Format (LEF) design files. Timing views in .ecsm format (preferred) or .lib format. CDL netlist for layout verses schematic checking. Power grid views compatible with cadence voltus. GDSII layout files. Support for 1 year including 2 design reviews. The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation. Offerors must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed solution. The Government will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. DELIVERY The anticipated delivery date is 30 days after receipt of order.� All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is:� F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, M/F: RIOLSC, Rome NY 13441-4516.� Electronic delivery address will be given to the successful offeror. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Electronic copies of proposals are due at or before 3PM EST 10 APR 2020. Proposals shall be submitted to Richard Childres, richard.childres@us.af.mil.� Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. REPRESENTATIONS AND CERTIFICATIONS The offeror is required to complete representations and certifications found in the provisions at: � 52.209-7, Information Regarding Responsibility Matters (Oct 2018), 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2019). In addition the following representations and certifications apply to this solicitation: �52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019), and DFARS 252.239-7009, Representation of Use of Cloud Computing (OCT 2016) For your convenience all referenced certifications are attached to this solicitation. (Attachment 1). EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers and are weighted equally.� (i) technical capability of the items offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304 and 12.206). All evaluation factors, when combined, are of equal importance.� Award will be made to the lowest priced, technically capable Offeror with acceptable past performance.� TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2020) 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 (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-9, Small Business Subcontracting Plan 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) � 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.239-1, Privacy or Security Safeguards (Aug 1996) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (OCT 2015) 252.211-7003, Item Identification and Valuation (MAR 2016) Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description:� �N/A� Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:� �N/A� Para (c)(1)(iii).� Attachment Nr.: �N/A� Para. (c)(1)(iv). Attachment Nr.: �N/A� Para. (f)(2)(iii). �N/A� 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (JUL 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) 252.219-7003, Small Business Subcontracting Plan 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten (DEC 2019) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7010, Cloud Computing Services (OCT 2016) 252.239-7017, Notice Of Supply Chain Risk (NOV 2013) 252.239-7018, Supply Chain Risk (Feb 2019) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea - Basic (FEB 2019) 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil The following additional terms and conditions apply: � 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 DFARS 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. In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission. Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: The item purchased under this effort does not require UII/UID labeling. The Defense Priorities and Allocations System (DPAS) DO-C9 All responsible organizations may submit a quote, which shall be considered. FAR 52.232-18, Availability of Funds �Notice to Offeror(s)/Suppliers(s):� Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1b2d856ff2b845fb8545f7d25a9f94b1/view)
- Record
- SN05601804-F 20200328/200326230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |