NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT FOR CRITICAL PROGRAMABLE LOGIC CONTROLLER SUPPORT SERVICES.
ID: JP051320250916Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source award contract to Rockwell Automation, Inc. for Critical Programmable Logic Controller (PLC) Support Services at the Pentagon Reservation and Mark Center. This contract, valued between $3.5 million and $4 million, will provide essential support for upgrading, repairing, and maintaining the Industrial Control System (ICS) for critical and utility distribution systems, including services such as control system design, programming, asset inventory management, and 24/7 product support for Rockwell Automation products. The sole source award is justified due to Rockwell Automation's unique position as the manufacturer, possessing proprietary engineering information necessary for troubleshooting Allen Bradley products. Interested parties may express their interest, but proposals are not invited, and the decision to pursue competition will be at the discretion of the government agency. For further inquiries, interested parties can contact Peter Polizzi at peter.m.polizzi.civ@mail.mil or Andre Bland at andre.r.bland3.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense intends to issue a sole source award contract to Rockwell Automation, Inc. for Critical Programable Logic Controller (PLC) Support Services at the Pentagon Reservation and Mark Center. This contract, valued between $3.5 million and $4 million, encompasses support for upgrading, repairing, and maintaining the Industrial Control System (ICS) for critical and utility distribution systems. Key services include control system design, programming, asset inventory management, and 24/7 product support for Rockwell Automation products. The necessity for a sole source award stems from Rockwell Automation's unique position as the manufacturer, possessing proprietary engineering information essential for troubleshooting Allen Bradley products. Interested parties may express their interest, but this notice does not invite proposals; the decision to pursue competition rests solely with the government agency. The primary NAICS code associated with this procurement is 335314 for Relay and Industrial Control Manufacturing. This notice highlights the government's effort to streamline procurement processes while ensuring specialized support for essential systems.
    Similar Opportunities
    C521_Rockwell Material_SSM Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Rockwell Automation INC. for the procurement of Rockwell Material in support of C521 efforts. This procurement is a follow-on effort, with the Government planning to make an award in the first quarter of FY26, emphasizing the unique capabilities of Rockwell Automation as the only responsible source for fulfilling the Navy's requirements. The goods and services sought are critical for the Navy's operational needs, and interested parties may express their interest and capability by responding to the notice, although this is not a request for competitive proposals. Responses must be submitted in writing via email to Judy Secoda by 4:00 PM on December 17, 2025.
    SOLE SOURCE – HAND CONTROLLER UNITS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure hand controller units via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and that a specific supplier has been identified as the only source capable of fulfilling the requirements. Hand controller units are critical components in various defense applications, ensuring operational effectiveness and reliability. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil for additional details regarding this opportunity.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    SCADA Aveva Edge software
    Dept Of Defense
    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.
    J&A Siemens Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    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.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.