ContractCombined Synopsis/Solicitation

Rockwell Automation Renewal

DEPT OF DEFENSE 832572973
Response Deadline
Aug 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the renewal of Rockwell Automation hardware and software for the Fleet Readiness Center East (FRCE) in Cherry Point, North Carolina. The procurement involves a sole source order to McNaughton McKay Southeast, Inc., for essential hardware and software support, with a performance period from August 31, 2025, to August 30, 2026. This renewal is critical for maintaining existing proprietary infrastructure, ensuring interoperability, and providing necessary updates and legal support. Interested resellers must submit a completed solicitation and proof of reseller status by 9:00 AM CST on August 12, 2025, to the primary contact, Nikki Marino, at nichole.c.marino.civ@mail.mil.

Classification Codes

NAICS Code
513210
Software Publishers
PSC Code
7A21
IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

3 Files
832572973 Attachment 2 - Hardware Class JA Final Redacted.pdf
PDF208 KB8/7/2025
AI Summary
This Class Justification for an Exception to Fair Opportunity (J&A) under FAR Subpart 16.5, reference JA21-045, details the Defense Information Systems Agency's (DISA) need to procure brand-name hardware renewal warranty support and maintenance for existing proprietary hardware. Covering a five-year period from April 1, 2021, to March 31, 2026, the J&A justifies limiting competition to Original Equipment Manufacturers (OEMs) or their authorized resellers. This is due to the essential nature of maintaining existing infrastructure, which relies on proprietary OEM products for interoperability, updates, and legal support. The document outlines various statutory authorities, including FAR 16.505(a)(4) and FAR 8.405-6(b)(1), for acquisitions made through NASA SEWP, Army CHESS, GSA FSS, or the open market. Price reasonableness will be determined at the individual order level through competitive quotes from authorized resellers. While acknowledging the need for brand-name solutions, DISA commits to ongoing market research and will pursue open competition if OEM legal ownership or intellectual property rights are surrendered.
832572973 Attachment 1 - SW Class JA Mod 1 Redacted.pdf
PDF275 KB8/7/2025
AI Summary
This document is a Brand Name Class Justification and Approval (J&A) for an exception to fair opportunity under Federal Acquisition Regulation (FAR) Subpart 16.5, specifically for software support. The Defense Information Systems Agency (DISA) requires this J&A to procure annual software support for previously purchased proprietary, commercial off-the-shelf, brand name software already integrated into existing mission partner infrastructure. The modification (MOD 1) seeks to increase the current ceiling to ensure continued mission-critical software support until December 31, 2025. The justification is based on the fact that only the Original Equipment Manufacturer (OEM) or its authorized resellers can provide continued support due to the proprietary nature of the software and the need for seamless integration with existing systems. The J&A covers a five-year period from January 1, 2021, to December 31, 2025. Market research indicates that only brand name software support can meet agency needs, and efforts will be made to promote competition among authorized resellers where possible. The document emphasizes that the government will continue to research alternative solutions for future competitive acquisitions.
HC102825R0075.pdf
PDF555 KB8/7/2025
AI Summary
This government solicitation, HC102825R0075, is a Request for Proposal (RFP) for commercial items, specifically product support for various hardware and software components. The solicitation was issued on August 7, 2025, with offers due by August 12, 2025, at 9:00 AM. It is a sole source negotiated procurement set aside for small businesses, with a NAICS code of 513210 and a size standard of $47,000,000. The contracting officer is Nicole C. Marino. The requirement includes HMI Software, Automation Control Hardware, Motion Control Hardware, Legacy Hardware, and LV Drives (Low, Medium, and High HP) product support, all with a performance period from August 31, 2025, to August 30, 2026. All items are FFP (Firm Fixed Price) and require DoD unique identification. Inspection and acceptance will occur at the destination by the Government. Key clauses incorporated by reference and full text include those related to System for Award Management (SAM) registration, prohibitions on certain telecommunications and video surveillance equipment (Section 889), and instructions to offerors for commercial products and services. Offers will be evaluated based on technical acceptability (meeting minimum requirements, OEM source, valid SAM registration, and signed solicitation) and price reasonableness. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 7, 2025
deadlineResponse DeadlineAug 12, 2025
expiryArchive DateAug 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
IT CONTRACTING DIVISION - PL83

Point of Contact

Name
Nikki Marino

Place of Performance

Cherry Point, North Carolina, UNITED STATES

Official Sources