SOLICITATION NOTICE
66 -- Jetson AGX Orin 64GB Developer Kit
- Notice Date
- 8/19/2024 7:06:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875124Q0107
- Response Due
- 8/26/2024 12:00:00 PM
- Archive Date
- 09/10/2024
- Point of Contact
- Ashley Ellinger
- E-Mail Address
-
ashley.ellinger@us.af.mil
(ashley.ellinger@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services 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 FA875124Q0107 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) 2024-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20240815. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 334515 and small business size standard 750 employees. The contractor shall provide the items below, on a firm fixed price basis including the cost of shipping FOB Destination:� Part Number:�945-13730-0050-000 Description:�Jetson AGX Orin 64GB Developer Kit Quantity: 2 Manufacturer: Nvidia SHIP HARDWARE TO: DoDAAC: F4HBL1 CountryCode: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 148 ELECTRONIC PKWY ROME, NY 13441-4503 UNITED STATES Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.� 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 60 Days 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. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 26 AUG 2024 Submit by email to Ashley.Ellinger@us.af.mil. �Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. (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. (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 and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price The Government intends to award to the Lowest Priced Technically Acceptable Offeror. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the items listed in the List of Materials attachment (Attachment 1). All evaluation factors when combined are approximately equal. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, as well as the following: 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�Representation 252.225-7000, Buy American--Balance Of Payments Program Certificate � Basic 252.225-7055,�Representation Regarding Business Operations with the Maduro Regime 252.239-7009, Representation of Use of Cloud Computing For your convenience all referenced certifications are attached to this solicitation. Attachment No. 1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, 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 are incorporated in this contract by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: (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 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) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). (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: 52.204-27, Prohibition on a ByteDance Covered Application 52.219-6, Notice of Total Small Business Aside 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (c)�The�Contractor�shall�comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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. 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 52.252-1 Solicitation Provisions Incorporate by Reference� 52.252-2 Clauses Incorporated by Reference 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 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 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 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 Products and Commercial Services 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 252.239-7010, Cloud Computing Services 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Products and Commercial Services 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef79e100e5504786af1018b53cd64642/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07176595-F 20240821/240819230122 (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 |