Search Contract Opportunities

Xilinx Zynq UltraScale+ Evaluation Kit

ID: FA875124Q0038 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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.

Background
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation (paper copy) will not be issued. The procurement is being issued as unrestricted under code 334413 and small business size standard of 1,250 employees.

Work Details
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). The List of Required Items includes Xilinx Zynq UltraScale+ RFSoC ZCU208 Evaluation Kit with a quantity of 2. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Offerors shall provide at least the same warranty terms offered to the general public in customary commercial practice.
The anticipated delivery date is 12 weeks After Receipt of Order (ARO), and all deliveries shall be made in accordance with FAR 52.247-34 FOB Destination to Rome, NY 13441.

Period of Performance
The anticipated delivery date is 12 weeks After Receipt of Order (ARO).

Place of Performance
The place of delivery, acceptance and FOB destination point is Rome, NY 13441.

Overview

Response Deadline
Feb. 21, 2024, 3:00 p.m. EST Past Due
Posted
Feb. 14, 2024, 11:39 a.m. EST
Set Aside
None
Place of Performance
Rome, NY United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 7 days, below average for the Air Force Research Laboratory.
On 2/14/24 Air Force Research Laboratory issued Synopsis Solicitation FA875124Q0038 for Xilinx Zynq UltraScale+ Evaluation Kit due 2/21/24. The opportunity was issued full & open with NAICS 334413 and PSC 5962.
Primary Contact
Name
Brooke McDonald   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA875124Q0038

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA875124Q0038

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA875124Q0038

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA875124Q0038

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA875124Q0038

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8751 AFRL RIKO
FPDS Organization Code
5700-FA8751
Source Organization Code
100512674
Last Updated
March 7, 2024
Last Updated By
brooke.mcdonald@us.af.mil
Archive Date
March 7, 2024