Engineering Control Systems Hardware
ID: N6449825Q5038Type: Solicitation
Overview

Buyer

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

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) in Philadelphia, is soliciting proposals for the procurement of Siemens brand engineering control systems hardware, specifically components for the SIMATIC S7-1500 systems. Offerors must be authorized distributors of Siemens and are required to submit their quotations for various automation products, including power supplies, CPUs, and communication processors, by the extended deadline of May 20, 2025. This procurement is critical for maintaining operational capabilities within naval systems, emphasizing compliance with federal acquisition regulations and promoting participation from small businesses, including those owned by service-disabled veterans and women. Interested parties can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a justification and approval (J&A) for the procurement of SIEMENS brand industrial networking components required for the operation of the Electric Combat System (ECS) on naval vessels. It emphasizes that using non-SIEMENS PLCs and associated equipment poses significant risks, including the need for extensive software modifications and impacts on program accreditation. The procurement deadline is critical, as failing to secure the components by August 2025 could jeopardize naval operations and fleet readiness. A Request for Information (RFI) was issued to solicit responses for SIEMENS components, but no contractors replied, confirming the lack of viable alternatives in the market. The Contracting Officer has concluded that the anticipated costs for these supplies will be fair and reasonable. The document also outlines that the Navy Shipyard has no immediate plans to seek competitive bids for these supplies, although they would reassess if new sources become available. Overall, the file underscores the necessity for brand-specific components to ensure operational compatibility and mitigate risk, reflecting the federal government’s strategy in managing procurement processes and addressing supply chain constraints effectively.
    The document outlines a Justification and Approval (J&A) for the Naval Sea Systems Command to procure SIEMENS control system hardware through a sole-source contract, bypassing full and open competition. This procurement is crucial for a technology refresh of the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002) and includes specific SIEMENS components essential for compatibility with existing software developed for the DDG1000-class ships. The total estimated cost is approximately $853,527.48, with delivery requested within 24 weeks from the award date. The justification cites the unique compatibility of SIEMENS hardware with proprietary software and the significant risk involved in transitioning to alternative products, as this would necessitate extensive software redevelopment. Previous attempts to solicit other offers yielded no responses, reaffirming the necessity of using SIEMENS branded equipment to ensure operational integrity and readiness. The document concludes with affirmations from multiple officials confirming the legal sufficiency and accuracy of the justification, highlighting the government's intent to maintain the functionality and safety of naval capabilities.
    The government solicitation document N6449825Q5038 outlines a Request for Quotation (RFQ) for various Siemens brand supplies and services, including specific components for the SIMATIC S7-1500 systems. The offer deadline is April 7, 2025, with submissions directed to the Naval Surface Warfare Center in Philadelphia. The document details the necessary items, including quantities and part numbers, reinsuring compliance with federal acquisition regulations, notably FAR clauses. Additionally, it emphasizes packaging, inspection, and acceptance procedures, all conducted under government oversight at predetermined facilities. The solicitation is designed to promote competition, particularly encouraging responses from small businesses, including those owned by service-disabled veterans and women. The contractor must comply with terms related to access, warranty notifications, and necessary disclosures regarding organizational conflicts of interest. Furthermore, provisions on electronic invoicing and payment details ensure streamlined transaction processes following federal guidelines. Overall, this document facilitates procurement while ensuring compliance with federal standards and promoting engagement from eligible vendors.
    The document outlines the Request for Proposal (RFP) number N6449825Q5038 issued by the Naval Surface Warfare Center in Philadelphia for the procurement of specific Siemens-brand automation products and components, including power supplies, CPUs, and communication processors. The proposal due date is set for April 7, 2025. Throughout the document, guidelines regarding proposal submission, including contact information for contracting officials and requirements for commercial supplier agreements, are clearly outlined. It specifies that the procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned entities. The pricing structure for the items requested, such as various SIMATIC S7-1500 components, is included alongside specified quantities and units. The document also incorporates compliance clauses and requirements for accessibility in adherence to Section 508 standards. In summary, this RFP facilitates the acquisition of Siemens automation products while emphasizing compliance with government contracting regulations and supporting small business participation. The detailed requirements establish a framework for evaluating proposals to ensure proper contract execution in line with governmental accountability and transparency standards.
    The document outlines the Request for Quotation (RFQ) N6449825Q5038 issued by the Naval Surface Warfare Center in Philadelphia for the procurement of various Siemens SIMATIC S7-1500 components. It specifies a total of 11 line items that include components like power supplies, CPUs, and processors with a focus on compliance from authorized distributors. The RFQ includes vital details such as the due date for offers (May 20, 2025), delivery timelines (24 weeks after contract award), and payment provisions through the Wide Area Workflow system. Additionally, the document incorporates numerous clauses pertaining to contract terms, including inspection and acceptance, commercial supplier agreements, and requirements for accessibility standards under Section 508. It also emphasizes protective measures concerning trademarks and outlines the responsibilities regarding permits and licensing. The RFQ serves to acquire high-quality components necessary for defense contracts while ensuring compliance with federal regulations and standards. This initiative aligns with the broader federal directive to enhance operational capabilities through secure and compliant equipment procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SEAL
    Dept Of Defense
    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.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a processor, designated as NSN 7R-5895-016817735-QF, which is critical for flight operations. This procurement is a sole-source requirement directed to The Boeing Company, necessitating engineering source approval to ensure the quality and reliability of the part, as it involves unique design capabilities and technical data that are not readily available to the Government. Interested parties must submit their proposals along with the necessary source approval documentation within 45 days of this presolicitation notice, with all inquiries directed to Mackenzie Cannataro at (215) 697-0288 or via email at mackenzie.cannataro.civ@us.navy.mil.
    Panel, Control, Electrical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of an Electrical Control Panel (NSN: 5895-01-713-9944, Mfr Part Number: 12582006). The solicitation, identified as SPRDL1-26-Q-0006, requires offers for an initial quantity of five units, with an option for an additional five units, to be delivered within 365 days after award. This equipment is critical for various defense applications, and the procurement is set aside for small businesses, emphasizing compliance with specific military standards and export control regulations. Interested parties must submit their proposals electronically by January 6, 2026, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information.
    Controller
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    66--SURGE LIMIT ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Surge Limit Assembly, identified by NSN 7H-6625-014787592, under a presolicitation notice. The procurement involves a total quantity of five units, which will be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. This assembly is critical for electrical and electronic properties measuring and testing instruments, and the government has determined that it is uneconomical to reverse engineer or purchase the data rights for this part. Interested parties should contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.L.HARPEL2.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice to be considered.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four power supply units (NSN 6120017072521) intended for delivery to the USS Abraham Lincoln (CVN 72) within 20 days after order. This procurement is a source-controlled drawing item, and the approved source for the item is identified as 0D0D0 8561976-1, ensuring compliance with specific military specifications and standards. The solicitation is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses in the power distribution and specialty transformer manufacturing industry. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.