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
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) in Philadelphia, is soliciting proposals for the procurement of specific Siemens-brand engineering control systems hardware, including components for the SIMATIC S7-1500 systems. This procurement is critical for maintaining operational compatibility and mitigating risks associated with using non-Siemens equipment, which could impact naval operations and fleet readiness. The solicitation encourages participation from small businesses, particularly those owned by service-disabled veterans and women, and emphasizes compliance with federal acquisition regulations. Interested vendors must submit their proposals by April 7, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 1:05 PM UTC
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.
Mar 18, 2025, 4:07 PM UTC
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.
Apr 14, 2025, 1:05 PM UTC
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.
Apr 14, 2025, 1:05 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Siemens brand name ultra-sonic flow meter and accessories
Buyer not available
The Department of the Navy, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure Siemens brand name ultra-sonic flow meters and accessories for use as test equipment in troubleshooting Compatibility Test Facility (CTF) Lubricating Oil systems. This procurement is intended to be conducted on a competitive brand name basis, emphasizing the importance of these specific instruments in ensuring the reliability and efficiency of naval operations. Interested small businesses are encouraged to submit capability statements, with responses due by 3:00 PM EST on April 30, 2025, to Contract Specialist John Ngov at john.m.ngov.civ@us.navy.mil. All submissions must adhere to the specified guidelines and will become government property upon receipt.
Profihub hardware and software components
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center - Philadelphia Division (NSWCPLD), is seeking proposals from qualified small businesses for the procurement of Profihub brand hardware and software components. The requirement includes 186 units of the ProfiHub B5 with Redundancy, which features a DIN Rail mount PROFIBUS DP Repeater with five galvanically isolated channels, diagnostic capabilities, and redundancy options for enhanced reliability. This procurement is critical for ensuring robust communication systems within naval operations, with delivery expected six months post-award. Interested vendors should contact Brooke Steele at brooke.a.steele3.civ@us.navy.mil or call 267-990-6039 for further details, noting that the anticipated date for the Request for Quotation (RFQ) posting is around June 2025.
61--CONTROL-INDICATOR S
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a Control Indicator S, identified by NSN 7H-6110-015722072, with a quantity of one unit to be delivered to DLA Distribution in New Cumberland, PA. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), and the government has rights to the technical data, indicating that there are no restrictions on engineering or manufacturing. This equipment is crucial for electrical control applications within military operations, and interested parties have 45 days to submit their proposals or capability statements for consideration. For further inquiries, potential bidders can contact Dianne Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL.
Large Scale CNC Machines
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for a contract to provide a Coolant Fill System from 168 Manufacturing, specifically designed to support seven large-scale CNC machines at the Naval Foundry and Propeller Center. The procurement emphasizes the need for brand name parts, including the FS40 Central Pump, to ensure optimal operation and maintenance of the machines, which are critical for defense manufacturing processes. This initiative not only aims to fulfill specific operational requirements but also supports the government's commitment to contracting with Women-Owned Small Businesses (WOSB). Interested vendors must submit their proposals by May 12, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
North Atlantic Industries Sensor interface Unit
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
IC/SM Alarm Panel
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure five IC/SM Alarm SWBDs with 20 modules from Dynalec Corporation on a sole source basis. This procurement is critical for enhancing shipboard alarm and signal systems, ensuring compliance with government specifications and operational readiness. Interested vendors must submit their quotes by April 28, 2025, at 2:00 PM EST, including necessary documentation such as published price lists or past invoices, and all inquiries should be directed to William Henry Morton via email at william.h.morton39.civ@us.navy.mil.
25-SIMACQ-D30-0030 Motherboard
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals from qualified vendors to supply motherboards, with a focus on the PRIMEZ790M-PLUS model, under solicitation number 25-SIMACQ-D30-0030. Vendors are required to propose firm fixed prices for 60 units of the specified motherboard, along with a shipping cost lot, ensuring compliance with government terms and conditions. These motherboards are critical for supporting advanced computing needs, compatible with Intel's 13th generation i9-13900k CPU and DDR5 RAM, highlighting the importance of reliable electronic components in defense operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with delivery expected by August 1, 2025; for further inquiries, contact Katral U. McKnight-Taylor at katral.u.mcknight-taylor.civ@us.navy.mil or Brian A. Carpenter at brian.a.carpenter14.civ@us.navy.mil.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
61--PANEL,POWER DISTRIB
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking to procure 19 units of a power distribution panel (NSN 7H-6110-015118074-VN) through a presolicitation notice. The procurement is set aside for small businesses and will be conducted under the authority of FAR 6.302-1, indicating that the government intends to negotiate with only one source due to the lack of available data for competitive procurement. This equipment is critical for electrical control applications within military operations, and delivery is required to two specified locations in Pennsylvania and California. Interested parties should contact Heather R. Jones at (717) 605-4866 or via email at HEATHER.JONES2@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
ZF Marine Actuators
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure ZF Marine Actuators and control heads on a sole-source basis from ZF Marine Propulsion, with competition among authorized distributors. The procurement includes various quantities of specific part numbers, including P/N: 91100-TARGET and control heads 453-4 and 454-3L, which are critical components for marine propulsion systems. Interested vendors must ensure they are registered in the System for Award Management (SAM) and are encouraged to respond to the primary contact, Donell Sims, via email. The solicitation is expected to be posted on beta.SAM.gov around April 21, 2025, and all interested parties should prepare their registrations accordingly to avoid delays in the procurement process.