SOLICITATION NOTICE
59 -- Xilinx Zynq UltraScale+ Evaluation Kit
- Notice Date
- 2/14/2024 8:39:38 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
- FA875124Q0038
- Response Due
- 2/21/2024 12:00:00 PM
- Archive Date
- 03/07/2024
- Point of Contact
- Brooke McDonald
- E-Mail Address
-
Brooke.McDonald@us.af.mil
(Brooke.McDonald@us.af.mil)
- Description
- Combined Synopsis/Solicitation for Commercial Items General Information ����������� Title: Xilinx Zynq UltraScale+ Evaluation Kit Document Type:� Combined Synopsis/Solicitation Solicitation Number:� FA875124Q0038 Solicitation Date:� 14 February 2024� Response Date: �21 February 2024 Classification Code:� 5962 Set-Aside:� N/A NAICS Code: 334413 Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL � Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description 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; offers 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 FA875124Q0038 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20240122.� See http://acquisition.gov for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as unrestricted under NAICS code 334413 and small business size standard of 1,250 employees. The contractor shall provide all items identified in the List of Required Items below on a BRAND NAME ONLY, firm fixed price basis including the cost of shipping FOB Destination and IUID Labels(s).� See attached Brand Name Justification (ATTACHMENT 1). LIST OF REQUIRED ITEMS: Product Description Quantity Manufacturer Part number: EK-U1-ZCU208-V1-G Xilinx Zynq UltraScale+ RFSoC ZCU208 Evaluation Kit 2 Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. � The anticipated delivery date is 12 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. 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) Written quotes are due at or before 3PM Eastern Time, 21 February 2024.� Submit to:� AFRL/RIKO, by email to Brooke.McDonald@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. A IUID LABEL IS REQUIRED. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 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: �(i) price and (ii) technical capability All evaluation factors when combined are approximately equal. The Government intends to award to the lowest priced, technically acceptable Offeror. Offerors are required to complete the following representations and certifications: 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7055, Representation Regarding business Operations With the Maduro Regime 252.225-7000, Buy American- Balance of Payment Program Certificate- Basic 252.239-7009, Representation of User of Cloud Computing For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017)�(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its�successor�provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(DEC 2023)�(Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or�Equipment�.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)� (6) 52.233-3, Protest After Award�(Aug 1996)�(�31�U.S.C.�3553). (7) 52.233-4, Applicable Law for Breach of�Contract�Claim�(Oct 2004)�(Public Laws 108-77 and 108-78 (�19�U.S.C.�3805�note))� (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer�System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.211-7003, Item Identification and Valuation Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A for electronic delivery 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' 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.225-7052� Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (DEVIATION 2020-O0015) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Mark Adams (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ? $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a39e756aa9e64ed3b87dc9b34191d073/view)
- Place of Performance
- Address: Rome, NY, USA
- Country: USA
- Country: USA
- Record
- SN06966134-F 20240216/240214230055 (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 |