Sources Sought for Allen Bradley Rockwell Automation's Programmable Logic Controller (PLC)
ID: N62478CON31FY2503Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command in Hawaii (NAVFAC Hawaii), is conducting market research to identify potential suppliers for a Programmable Logic Controller (PLC) and Input/Output (I/O) Module that can match the performance and specifications of the Allen-Bradley MicroLogix 1400 PLC and 1762 Series I/O Module manufactured by Rockwell Automation. The procurement aims to find a compatible product that meets stringent requirements, including cybersecurity standards, seamless integration with existing systems, and robust hardware capabilities for process control applications. Interested parties are invited to submit technical data and specifications demonstrating compatibility with the existing Fort Kamehameha Wastewater Treatment Plant SCADA system by March 26, 2025, at 2:00 p.m. Hawaii Standard Time, with submissions directed to Ms. Jamie Inouye and Ms. Jodi Lillie via their provided email addresses.

    Files
    No associated files provided.
    Similar Opportunities
    Sources Sought for CISCO IE 3400 Series for NAVFAC Hawaii Projects at Joint Base Pearl Harbor-Hickam, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for the procurement of CISCO IE 3400 Series control network switches for projects at Joint Base Pearl Harbor-Hickam, Hawaii. The government seeks to identify alternative products that meet specific performance requirements, including compatibility with existing Schneider Electrical GeoSCADA software, industrial ratings, and a minimum operating temperature range of -40 to 158 degrees Fahrenheit. This procurement is crucial for maintaining reliable control network operations, and interested vendors must submit technical data and specifications by March 26, 2025, at 2:00 p.m. Hawaii Standard Time to the designated contacts, Jamie Inouye and Jodi Lillie, via their provided email addresses.
    Sources Sought for AVENA's InTouch Human Machine Interface (HMI)
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC) in Hawaii, is conducting market research for a potential procurement of an InTouch Human Machine Interface (HMI)/SCADA Client software. The government seeks a product that can be configured in a client-server setup, compatible with existing Wonderware SCADA systems, and capable of supporting multiple user operations and peripheral device management. This software is crucial for effective data sharing and operational management within the Navy's systems. Interested vendors must submit their technical data and specifications by March 26, 2025, at 2:00 p.m. Hawaii Standard Time, to the primary contact, Jamie Inouye, at jamie.inouye@navy.mil, or the secondary contact, Jodi Lillie, at jodi.e.lillie.civ@us.navy.mil.
    ACTUATOR, SOLENOID
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting quotes for the procurement of actuator solenoids under solicitation number SPMYM4-25-Q-0296. This opportunity is specifically set aside for small businesses, emphasizing the importance of compliance with federal regulations and encouraging participation from eligible contractors. The actuator solenoids are critical components for military applications, and the procurement process requires vendors to provide detailed specifications, pricing, and delivery information. Interested parties must submit their quotes by March 17, 2025, at 9:00 AM Hawaii Standard Time, and can direct inquiries to Jaynai L. Aldeguer at jaynai.l.aldeguer.civ@us.navy.mil or by phone at 808-473-8000 ext. 4186.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    Two (2) DN Puma VTR1216M Vertical Turning Centers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is conducting market research to identify potential sources for the procurement of two DN Solutions model PUMA VTR1216M Vertical Turning Centers. The requirement includes the provision of turn-key machines along with technical data, tooling, accessories, delivery, installation, and comprehensive training for operators and maintenance personnel at both Pearl Harbor Naval Shipyard in Hawaii and Norfolk Naval Shipyard in Virginia. This procurement is critical for enhancing operational capabilities within the naval shipyards, and interested vendors are encouraged to submit their capabilities and comments on the statement of work by the specified deadline. Responses should be directed to Christopher Bara at avnipemarketresearch@dla.mil, with the subject line including the tracking number 24-25-1006, and must not exceed ten pages in length.
    Sewer Pump Station Bldg. 1131 Repair Services located on Schofield Barrack Hawaii
    Buyer not available
    The Department of Defense is soliciting proposals for repair services of the sewer pump station located at Building 1131 on Schofield Barracks, Hawaii. The contractor will be responsible for troubleshooting and repairing the pump station, which includes tasks such as replacing automatic float switches, wiring, and providing a comprehensive service report on the system's condition. This project is crucial for maintaining the operational efficiency of the facility while ensuring compliance with federal, state, and local regulations, particularly regarding environmental protections and safety protocols. Interested small businesses, particularly women-owned small businesses, should submit their quotes by March 24, 2025, with an estimated total award amount of $9 million. For further inquiries, contact Angela McColor at angela.u.mccolor.civ@army.mil or call 808-787-8829.
    SCHOFIELD BARRACKS BLDG. 6036 INSTALLATION OF TEN (10) NIPR DROPS
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of ten NIPR data drops and additional telecommunications equipment at Building 6036 on Schofield Barracks, Hawaii. The contractor will be responsible for all necessary personnel, management, tools, and materials to complete the installation, adhering to NEC and TIA standards, and ensuring compliance with safety and operational protocols. This project is part of broader efforts to modernize telecommunications infrastructure within government facilities, enhancing operational efficiency and capacity. Interested contractors should contact Maletta Chan at maletta.a.chan.civ@army.mil or Chris Doyle at christopher.s.doyle.civ@army.mil for further details, and a site visit is scheduled for March 21, 2025, at 0930 hours.
    70--CONTROLLER,DATA ENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Controller, Data Ent, under a firm fixed-price contract. This procurement involves the manufacture and quality assurance of the specified controller, which is critical for various military applications, ensuring operational efficiency and reliability. The contract requires compliance with specific design and inspection standards, with a delivery date set for July 1, 2026. Interested vendors should submit their proposals via NECO or email to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL, with further details available upon request.
    VALVE, FLOW CONTROL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of two flow control valves under solicitation number SPMYM425Q0299. These valves must meet specific military standards and are required to be delivered to Joint Base Pearl Harbor-Hickam, Hawaii, by September 26, 2025. This procurement is part of a total small business set-aside initiative, emphasizing the federal commitment to supporting smaller and disadvantaged businesses while ensuring compliance with various federal regulations. Interested parties should submit their offers by March 17, 2025, and can direct inquiries to Amanda Ragsdale at AMANDA.N.RAGSDALE.CIV@US.NAVY.MIL or by phone at 808-473-8000.
    Install Eighty-Two (82) NIPR drops in 31 data outlets and additional Telecommunication Equipment in Bldg. T-126 on Fort Shafter, Hawaii
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of eighty-two (82) NIPR drops and additional telecommunication equipment at Building T-126 on Fort Shafter, Hawaii. The contractor will be responsible for providing all necessary personnel, management, tools, equipment, and materials to complete the installation, which includes tasks such as installing new locks, a fire-rated backboard, network switches, and removing existing telecommunications infrastructure. This project is critical for enhancing secure communication infrastructure and ensuring operational readiness within military standards. Interested contractors must submit their proposals, including a breakdown of labor and equipment costs, by the specified deadlines, with a site visit scheduled for March 11, 2025. For further inquiries, contact Alan Henrichson at alan.l.henrichson.civ@army.mil or Chris Doyle at christopher.s.doyle.civ@army.mil.