Rockwell TechConnect Software
ID: W519TC-25-Q-2122Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting bids for Rockwell Automation Software Maintenance to support operations at Pine Bluff Arsenal in Arkansas. The procurement requires comprehensive software maintenance services for various Rockwell products, including 24/7 technical support from trained engineers, ensuring operational efficiency and reliability in critical production settings. This solicitation is particularly significant as it emphasizes the need for specialized support to maintain essential software systems, aligning with government standards for operational excellence. Interested contractors must submit their bids by April 29, 2025, at 12:00 PM CST, and are encouraged to contact MichelleAnn Hulett or Bethany Carbajal for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justification for a sole-source procurement under federal acquisition regulations, emphasizing actions at or below the simplified acquisition threshold. It establishes that the Government Estimate (IGE) will be utilized to assess whether the proposed price is fair and reasonable. The contracting officer, Bethany N. Carbajal, certifies the accuracy of the justification, stating that proceeding with the purchase as a sole source aligns with the Government's best interests, contingent on available funds and the prior authorization of the needed services or supplies. The document includes a digital signature verifying the date and details of the approval. This summary encapsulates the essential aspects of the procurement process, focusing on compliance and the need for limited competition in specific cases within government contracting.
    Pine Bluff Arsenal (PBA) seeks software maintenance services for multiple Rockwell Automation products currently utilized in their operations. The requirements include comprehensive support from trained technical engineers, offering unlimited real-time assistance via phone and electronic communication. Coverage is required 24/7 throughout the year, including holidays, mandating a managerial or administrative license for support access. The specific software packages needing maintenance encompass a range of Rockwell products, such as RSLogix and FT View, along with various specialized tools for automation, control, and network management. The request underscores PBA's need for reliable support to maintain operational efficiency and ensure the functionality of essential software in production settings, aligning with broader government procurement practices for operational excellence and continual improvement in technological systems.
    The Quality Assurance Surveillance Plan (QASP) outlines requirements for providing 24/7 software support for multiple Rockwell software programs at Pine Bluff Arsenal. Key tasks include troubleshooting issues and installing software upgrades. Evaluations will be based on direct observations by government personnel, focusing on the contractor's timeliness and effectiveness in addressing performance standards. The document details assessment criteria, ranging from “Very Good” to “Unsatisfactory” performance, emphasizing the importance of effective corrective measures for any issues identified. The QASP serves as a living document that outlines the monitoring process and expectations for contractor performance, ensuring early identification and resolution of potential issues to minimize impact on the mission. Overall, the QASP facilitates government oversight of contractor performance, promoting transparency and communication while adapting monitoring levels based on performance outcomes. This approach emphasizes thorough assessment and quality control in delivering critical software support for government operations.
    The Army Contracting Command – Rock Island has issued solicitation W519TC-25-Q-2122 for Rockwell Automation Software Maintenance at Pine Bluff Arsenal. This solicitation adheres to Federal Acquisition Regulations pertaining to commercial products/services and involves a Firm Fixed Price contract for one base year and up to four option years. It is targeted towards small businesses and includes specific performance periods: one year following award, with options extending up to four years total. The contract ensures 24/7 technical support and requires quotes to be submitted by April 21, 2025, at 12:00 PM CST. Contractors must be registered in the System for Award Management (SAM) to be eligible, and bids must be valid for 60 days post-submission. Delivery is to be made to the Central Shipping and Receiving Point at Pine Bluff, with detailed carrier instructions provided for scheduling. The solicitation emphasizes full and open competitions under NAICS Code 511210 and references compliant terms and conditions, ensuring adherence to federal standards throughout the contracting process. Notably, quotes will be evaluated based on base pricing, aligning with the Statement of Work attached to the solicitation.
    The document outlines Amendment 0001 to solicitation W519TC-25-Q-2122 issued by the Army Contracting Command - Rock Island. The key purpose of this amendment is to extend the closing date for bids from April 22, 2025, to April 29, 2025, at 12:00 PM CST. Aside from this date adjustment, all other terms and conditions of the solicitation remain unchanged and in full effect. The amendment necessitates acknowledgment by contractors, either through submission of the amendment or by confirmation in their offers, to avoid rejection of their submissions. This adjustment reflects standard practice in government contracting where timelines can be modified to allow potential bidders more time to prepare their offers, thereby fostering greater competition and participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    Altair Hyperworks Software Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking innovative commercial solutions for the modernization of its Organic Industrial Base (OIB) through a Commercial Solutions Opening (CSO) with Solicitation Number W911RQ-26-S-C001. The objective is to acquire advanced technologies and services in areas such as agile facilities, digital enterprise, advanced manufacturing, automation, and cybersecurity to enhance the OIB's capabilities and support the Army's modernization efforts. This initiative is crucial for improving the efficiency and effectiveness of defense manufacturing, ensuring that the Army can deliver advanced solutions to the Warfighter. Interested parties must submit their proposals by September 30, 2026, and can contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil or Jacob Horn at jacob.j.horn.civ@army.mil for further information.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    Tooling BPA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). These BPAs will facilitate the acquisition of weld fixtures, machining fixtures, assembly fixtures, gauges, and dies, with a contract duration of five years and firm-fixed-price orders. The goods and services procured are critical for the manufacturing and technology operations at RIA-JMTC, ensuring compliance with industry standards and operational efficiency. Interested contractors must register in the Joint Certification Program (JCP) and submit their proposals, with individual orders not exceeding $350,000, evaluated based on various criteria including past performance and pricing. For further inquiries, contact Christine Baker at christine.c.baker6.civ@army.mil or Brandy Huesmann at brandy.m.huesmann.civ@army.mil.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Redstone, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract requires qualified contractors to provide comprehensive services, including the overhaul and repair of NIUs, with a focus on maintaining high-quality standards and adherence to specific technical requirements. The procurement is critical for ensuring the operational readiness of Apache helicopters, which play a vital role in military operations. Interested parties must submit their bids electronically by December 31, 2025, with the bid opening scheduled for January 5, 2026, at 10:00 AM CST. For further inquiries, potential offerors can contact Meagan M. Melton or Jessica Mangum via their provided email addresses.
    Oracle Software Maintenance and Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB) in Texarkana, Texas. The procurement focuses on enhancing manufacturing, sustainment, and logistics capabilities by integrating advanced technologies such as agile facilities, automation, cybersecurity, and digital enterprises. This initiative is critical for improving the Army's operational readiness and efficiency in supporting military operations. Interested parties must submit their proposals electronically, with various Areas of Interest (AoIs) having specific deadlines ranging from August 10, 2024, to September 30, 2025. For further inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil or Jacob Horn at jacob.j.horn.civ@army.mil.
    Aluminum Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.