RockWell Studio 5000 Professional Edition software
ID: N6449825Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure ten licenses of Rockwell Automation's RS Studio 5000 Professional Edition software on a sole source basis. This procurement aims to enhance the maintenance and troubleshooting capabilities for the U.S. Navy's ships and systems, particularly supporting the engineering and maintenance activities related to the Littoral Combat Ship (LCS) class. The selected contractor must adhere to strict compliance protocols for handling controlled unclassified information (CUI) and ensure clarity in the non-personal service relationship with the government. Interested vendors must submit their quotes by August 6, 2025, at 2:00 PM EST, and all inquiries should be directed to William Henry Morton via email at william.h.morton39.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a contract to procure RSLOGIX 5000 Professional Edition software licenses for the Naval Surface Warfare Center Philadelphia Division (NSWCPD). The contract is part of a broader initiative to support engineering and maintenance activities related to the U.S. Navy's ships and systems, specifically the LCS ship class. The procurement is designated for Women-Owned Small Businesses (WOSB) and is set to issue by August 7, 2025, with a due date for offers on the same day. The scope includes delivering ten software licenses to enhance maintenance and troubleshooting capacity for specific ship systems. It is essential that contractor employees recognize their non-personal service relationship with the government, ensuring clarity in roles and responsibilities without establishing an employer-employee dynamic. Moreover, strict security measures are outlined for handling controlled unclassified information (CUI), necessitating that the contractor adheres to various compliance protocols. The project underscores the Navy’s commitment to maintaining an effective and efficient operational capacity by leveraging commercial software and services specifically tailored to its needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    SOLE SOURCE – ANSYS SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    RDT&E Tech Refresh
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    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 and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    N0038326RS050
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.