PLC and various hardward
ID: N6449824R4102Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to procure various programmable logic control (PLC) hardware components under a Basic Ordering Agreement (BOA) with Rockwell Automation, Inc. This procurement is a follow-on effort, emphasizing the need for specific hardware that only Rockwell Automation can provide, as determined by the government under FAR 6.302. The contract is critical for maintaining operational capabilities within the Navy, and the award is expected to be made in the first quarter of FY25. Interested parties may express their interest and capabilities by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166 before the closing date of the synopsis.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a government solicitation (RFP) for the procurement of various PLC (Programmable Logic Controller) components by the Naval Surface Warfare Center Philadelphia. The main purpose is to solicit offers from contractors for a range of supplies and services, outlined in several sections detailing the items required, including their quantities, specifications, and pricing. The RFP includes sections on the schedule for delivery, inspection and acceptance procedures, and specific instructions for submission of proposals. Respondents must adhere to guidelines on proposal organization, with requirements for a detailed Small Business Subcontracting Plan and a Price Volume submission as part of their bid. The contract emphasizes a rated order under the DPAS and is governed by various Federal Acquisition Regulation clauses, indicating the complexity and regulatory context of the procurement process. The awards will be made based on the best value considering multiple evaluation factors, reflecting the government's commitment to securing quality products through competitive bidding. Overall, this document serves as a structured request aimed at facilitating a transparent procurement process to meet governmental operational needs.
    Lifecycle
    Title
    Type
    PLC and various hardward
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    I/O and PLC Hardware
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure various programmable logic control (PLC) hardware components through a Basic Ordering Agreement (BOA) with Rockwell Automation INC. This procurement is part of a follow-on effort to meet the Navy's specific requirements, with the intention to award the contract in the first quarter of FY25. The goods are critical for the Navy's operational capabilities, and the government has determined that Rockwell Automation is the only responsible source capable of fulfilling these needs. Interested parties may express their interest and capability by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166, although this notice is not a request for competitive proposals. Proposals must adhere to the outlined specifications and submission formats detailed in the associated Request for Proposal (RFP), with a focus on compliance and a Small Business Subcontracting Plan for larger businesses.
    I/O Module and Steering PLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure various programmable logic control hardware components under a Basic Ordering Agreement (BOA) with Rockwell Automation INC. This procurement specifically focuses on Input/Output (I/O) modules and steering PLCs, which are critical for the operational capabilities of naval systems. The government intends to award the contract in the first quarter of FY25, emphasizing that Rockwell Automation is the only responsible source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166, although this notice is not a request for competitive proposals.
    61--CONTROLLER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of one electrical controller, identified by NSN 7H-6110-016275991-X5, with a required delivery timeframe of 180 days post-contract award. This procurement is critical for supporting naval weapon systems, and the sole source for this item is Moog Inc., indicating a specialized requirement within the defense sector. Interested suppliers must submit their proposals in accordance with the solicitation number N00104-25-R-BA01, and are encouraged to contact James J. Benes at (717) 605-4964 or via email at james.j.benes@navy.mil for further details. Proposals must be submitted within 45 days of the notice publication, and government source inspection along with reports of test inspection are mandatory.
    59--CPLD COMPLEX PROGRA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 606 units of a CPLD Complex Program spare part, specifically NSN 0Q-5962-017231839-P8, from Marotta, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source this part from alternative suppliers, making Marotta the sole source for repair support. Interested parties are encouraged to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for December 2024. For further inquiries, contact Michael J. Brown at (215) 697-3765 or via email at MICHAEL.J.BROWN43@NAVY.MIL.
    Input-Output Controller & Associated parts
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of twelve fully assembled Input-Output Controllers (IOCs) and associated parts for various U.S. Navy vessels, including the LHA 6 and LPD 32 classes. The procurement aims to enhance the Navigation Critical Distribution System (NCDS) by ensuring compliance with military standards and technical specifications, while also addressing challenges related to parts obsolescence and counterfeit prevention. This initiative is critical for maintaining the operational readiness and reliability of naval navigation systems. Interested small businesses must submit their proposals by the extended deadline of October 16, 2024, and can contact Shawn M. Waters at shawn.m.waters@navy.mil for further information.
    16--ACTUATOR,AUTOPILOT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Actuator, Autopilot, under a sole source contract with The Boeing Company. The requirement includes the repair of three units of NSN 7R-1680-016688487-P8, with no available drawings or data for alternative sourcing, as The Boeing Company is the Original Equipment Manufacturer (OEM) and the only known source for this repair part. This actuator is critical for the operation of various aircraft systems, and the procurement process will follow FAR Part 13 procedures, with an anticipated award date in March 2025. Interested parties may submit their capabilities and qualifications via email to Dylan E. Payne at Dylan.E.Payne@navy.mil, with proposals due within 45 days of the notice publication.
    61--CONTROL,GENERATOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of a control generator, identified by NSN 7R-6110-015046723-BL. The procurement is limited to a single source due to the requirement for specific technical data and manufacturing knowledge that is not available for alternative sources, as outlined by DoD-STD-100. This equipment is critical for electrical control applications within military operations, and the government intends to solicit and negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and they may contact Joshua J. Seltzer at (215) 697-2849 or via email at joshua.j.seltzer@navy.mil for further information.
    66--CONTROL,SERVO,AUTOM
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 10 units of control servo automation systems. This requirement is a sole source procurement, necessitating Government Source Approval prior to award, as the Government does not possess sufficient data to contract with other sources. The items are critical for military operations and are intended for Foreign Military Sales to Greece, Norway, Spain, and India, with specific quantities allocated to each country. Interested vendors must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online, and direct any inquiries to Julianna Macrillo at julianna.r.macrillo.civ@us.navy.mil or by phone at 215-697-1227.
    Input Ouput Cards
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the acquisition of Input-Output Controllers (IOCs) to upgrade the Navigation Critical Distribution System (NCDS) aboard the USS Theodore Roosevelt (CVN 71). The procurement aims to enhance the delivery of navigation data to critical systems on naval vessels, ensuring compliance with military standards and preventing counterfeit materials. Proposals are due by November 1, 2024, with all components required to be delivered by January 30, 2025. Interested parties should contact Shawn M. Waters at shawn.m.waters@navy.mil for further details and necessary drawings related to the solicitation.
    CPP Blade Set and Propeller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Blanket Order Agreement for the procurement of a CPP Blade Set and Propeller from Rolls-Royce Marine North America. The order will include specific components for the LPD-17 class vessels, including a Port Blade Set, Port Hub, and two OD Boxes. These components are critical for the propulsion systems of naval vessels, ensuring operational readiness and efficiency. Interested parties may express their interest and capabilities to the primary contact, Karen G. Johnson, at karen.g.johnson17.civ@us.navy.mil, as the government will consider all information received prior to the closing date of this notice.