NKAO ROCKWELL AUTOMATION TECHCONNECT SUPPORT
ID: 140R6025Q0043Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Software Publishers (513210)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, intends to award a Sole Source contract for Rockwell Automation TechConnect support to Border States Industries Inc. This procurement involves software maintenance and engineering support for all Allen-Bradley products at the Nebraska-Kansas Area Office, as Border States Industries is the only authorized distributor of these products in the region. The contract will follow Simplified Acquisition Procedures, with an anticipated award date of June 5, 2025; however, interested parties may submit their qualifications by June 4, 2025, for consideration in a potential competitive process. For further inquiries, interested vendors can contact Michelle Romine at MRomine@usbr.gov or by phone at 406-247-7656.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation (BOR) plans to award a Sole Source contract to Border States Industries Inc for software maintenance and technical support for Rockwell Automation's Allen-Bradley products within the Nebraska-Kansas Area Office. Border States is the only authorized distributor of Allen-Bradley equipment for this region. The contract, anticipated to be awarded on June 5, 2025, falls under Simplified Acquisition Procedures and does not invite competitive quotes. However, other parties that believe they can fulfill the requirements may submit information by June 4, 2025, at 9:00 pm Mountain Time, for the government to consider competition viability. The document underscores the BOR's reliance on a sole-source provider, highlighting Border States' exclusive partnership with Rockwell Automation, and emphasizes the importance of maintaining operational efficiency through authorized support services. Interested parties should direct inquiries to the provided contact.
    The Bureau of Reclamation (BOR), Missouri Basin Region, intends to award a Sole Source contract to Border States Industries Inc for software maintenance and technical support related to Rockwell Automation's Allen-Bradley products at the Nebraska-Kansas Area Office (NKAO). Border States Industries is the exclusive authorized distributor of Allen-Bradley equipment in the area, facilitating the support needed for the installed software and hardware. This acquisition will follow Simplified Acquisition Procedures, with an anticipated award date of June 5, 2025. While this announcement is not a request for competitive quotes, interested parties who feel they can meet the requirements may submit relevant information by June 4, 2025, at 9:00 PM Mountain Time. The government retains the discretion to base its decision on the provided responses regarding the need for competitive procurement. For further inquiries, contact Michelle Romine via email at the Bureau of Reclamation.
    The Bureau of Reclamation (BOR), Missouri Basin Region, intends to award a Sole Source contract to Border States Industries Inc. for software maintenance and engineering support related to Rockwell Automation software and hardware for all Allen-Bradley products at its Nebraska-Kansas Area Office. Border States Industries is the only authorized distributor of Allen-Bradley products in the region. The procurement will follow Simplified Acquisition Procedures, with the award anticipated on June 5, 2025. Although this is not a competitive solicitation, interested parties can submit their qualifications by June 4, 2025, for consideration in determining whether a competitive process will be pursued. The notice encourages written submissions but emphasizes that the government's discretion will govern the decision-making process. For further information, contact Michelle Romine at the BOR.
    Lifecycle
    Similar Opportunities
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    37--MRG SFD Boom Mower Attachment
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to ATMAX Equipment Co. for the procurement of one MowerMax Boom Attachment Twin Saw, specifically a 90-inch model with a 90-degree articulating knuckle. This equipment is essential for vegetation management within the Bureau's operations, ensuring compatibility with existing MowerMax machinery already in use. The contract, identified by Solicitation Number 140R4026Q0002, is expected to be awarded on January 19, 2026, and will be processed under FAR Part 13, with a performance period of 365 days from the award date. Interested parties can contact Valerie Jiron at vjiron@usbr.gov or by phone at 505-462-3658 for further information.
    H--Annual software maintenance and support for Enoserv RTS
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) intends to issue a sole source contract for annual software maintenance and support for the Enoserv RTS system. This procurement aims to ensure the continued functionality and support of critical software used in energy management and operations. Interested parties are invited to submit capability statements demonstrating their ability to meet the government's requirements, as this notice serves informational purposes only and is not a request for competitive quotes. Responses must be submitted within five calendar days of this notice, and inquiries can be directed to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Propane for Winnebago Agency (Purchase & Delivery)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide propane purchase and delivery services for the Winnebago Agency in Nebraska. The procurement aims to ensure a reliable supply of propane for heating, cooling, cooking, and emergency generators at federal facilities, including the Maintenance Shop and the Macy Detention Center, with estimated annual requirements of 3,000 gallons and 10,000 gallons, respectively. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of supporting local economic development. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-426-9210, with the contract period running from January 1, 2026, to December 31, 2026.
    SCADA Aveva Edge software
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    Security System Service - LRGV
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.
    Motor Vessel Transmissions Overhaul Bettendorf
    Buyer not available
    The United States Army Corps of Engineers (USACE) - Rock Island District is seeking to procure the overhaul of two Reintjes Marine Reduction Gear Transmissions for the Motor Vessel associated with the Mississippi River Project Office. This procurement will be conducted on a sole source basis with Karl Senner LLC, as only one source is deemed reasonably available for the required performance specifications. The selected contractor will be responsible for providing parts and labor for the major overhaul of the specified transmissions, which are critical for the operational efficiency of the vessel. Interested firms that believe they can meet the requirements are invited to submit a capability statement to the Contract Specialist, Carrie Holub, by December 10, 2025, at 2 PM Central Time. For further inquiries, Carrie Holub can be reached via email at carrie.l.holub@usace.army.mil or by phone at 309-794-5667.
    USIBWC SCADA Lifecycle Support
    Buyer not available
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.