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.