Rockwell Automation Renewal
ID: 80NSSC896375QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking proposals for the renewal of Rockwell Automation software licenses, specifically RSLogix, which are critical for operations at Stennis Space Center (SSC) from March 9, 2025, to March 8, 2026. The procurement aims to ensure the continuity of essential software support for propulsion test programs, as alternative solutions would disrupt operations and incur significant costs and delays. This opportunity is set aside for small businesses, and interested vendors must be authorized resellers or distributors of Rockwell products, with quotes due by March 3, 2025. For further inquiries, potential offerors can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for procuring Rockwell Automation TechConnect support for NASA's Stennis Space Center (SSC) in FY25. The primary objective is to ensure that the existing infrastructure of SSC’s Test Facility Control System continues to function optimally. The contractor selected must be an authorized service provider and distributor for Rockwell products. The RFP specifies various aspects of TechConnect coverage, including support for legacy software, application software, automation control hardware, and HMI software, with detailed information on corresponding part numbers and descriptions. Support will also cover a wide range of Rockwell product families and software serial numbers, ensuring that essential hardware and software are maintained and supported adequately. The performance period for the agreement is from March 9, 2025, to March 8, 2026, with the need for services to be fulfilled by March 8, 2025. The delivery will be made electronically to the designated NASA representative, Alex Elliot. This acquisition highlights the government's commitment to maintaining critical technology infrastructure for aerospace and other related applications.
    The NASA Shared Services Center recommends negotiating with Rockwell Automation for the renewal of RSLogix software licenses essential for operations at Stennis Space Center (SSC) from March 9, 2025, to March 8, 2026. The unique characteristics of the software are critical for maintaining the existing infrastructure used in propulsion test programs, which necessitate the continuous use of Rockwell applications. The recommendation is justified as any alternative would disrupt SSC's ability to operate effectively due to the lack of compatible programming solutions. Furthermore, failure to renew licenses would not only hinder the maintenance of vital propulsion test equipment but could also lead to significant costs and schedule delays associated with rewriting and validating control systems software. The document emphasizes the impracticality of seeking alternative vendors since only Rockwell Authorized Service Providers can meet the software and application requirements, indicating a strategic approach to ensure uninterrupted support for SSC's mission.
    The document is a Request for Quotation (RFQ) issued by NASA, specifically the NASA Shared Services Center, for a brand name requirement related to Rockwell auto renewal services. It outlines essential components such as the Statement of Work (SOW), submission instructions, evaluation criteria, along with terms and conditions applicable to the procurement. The RFQ emphasizes that participation is limited to authorized resellers and distributors, requiring quotes by March 3, 2025, while also specifying delivery terms as FOB Destination. Furthermore, the procurement is set aside for small businesses, and vendors must register in the System for Award Management (SAM) and meet various representations and certifications related to telecommunications, child labor practices, and other legal compliance requirements. The document incorporates several FAR and NFS clauses, emphasizing adherence to commercial regulations and conditions, including export compliance and the necessity for contractors to inform employees of whistleblower rights. The RFQ establishes a structured approach for potential offerors to ensure compliance and clarity in the bidding process for government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    PSO SCADA Development & Power Monitoring Expert software Upgrades
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure software upgrades for the PSO SCADA Development and Power Monitoring Expert (PME) systems at the Stennis Space Center in Mississippi. The upgrades include transitioning the PSO software from version 8.2 to PO 2024 and the PME software from version 2022 to PME 2024, with key tasks involving application engineering, maintaining existing graphic formats, and ensuring data transfer limits without altering server configurations. This procurement is critical for maintaining the operational capabilities of the National Center for Critical Information Processing and Storage (NCCIPS) Facility, reflecting NASA's commitment to advanced technology support. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 4, 2025, and should direct inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Bentley AutoPIPE Perpetual License & SELECT Sub
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Bentley AutoPIPE Perpetual License along with a SELECT Subscription for pipe stress analysis at the Langley Research Center's High Temperature Wind Tunnel. This procurement is crucial for maintaining compatibility with existing software systems used at the facility, ensuring efficient project management and access to historical data. The contract is set aside for small businesses, with bids due by February 19, 2025, at 4:00 p.m. CT, and interested vendors must be registered on SAM.gov. For inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov, with an estimated delivery period of twelve months following the award date.
    Concurrent Real-Time Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Concurrent Real-Time Maintenance Renewal, aimed at securing maintenance services for critical hardware and software systems at the NASA Ames Research Center. This procurement is specifically for brand-name services related to the iHawk System, NightStar Tools software, and the RedHawk Frequency-Based Scheduler, ensuring continued operational support and functionality of these essential systems. The maintenance renewal period is set from February 26, 2025, to February 25, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in compliance with federal regulations. Interested bidders should contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details and must register in the System for Award Management (SAM) to submit their proposals.
    FY25 Invenio
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide Invenio software licenses under the FY25 Invenio project, as outlined in solicitation number 80NSSC25894148Q. The procurement includes a requirement for one Production License and one Test/Dev License, which are essential for efficiently indexing and querying medical data within NASA’s Information Management Platform for Analytics & Aggregation (IMPALA) suite. This software is critical for supporting the agency's healthcare data processing needs, particularly for users such as epidemiologists and biostatisticians. Quotes are due by March 6, 2025, and interested parties must register on the SAM website and comply with various federal regulations; for further inquiries, contact Cody Guidry at cody.d.guidry@nasa.gov.
    WCS - AWARE BioSP & WebEnroll Licenses and Maintenance - ICAM
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure licenses and maintenance services for the AWARE BioSP and WebEnroll systems, specifically aimed at enhancing identity credential and access management (ICAM) capabilities. The procurement includes the renewal of maintenance for various BioSP modules and new workstation maintenance for WebEnroll, with a contract period from March 1, 2025, to February 28, 2026, and quantities ranging from two to 100 licenses. This initiative underscores the importance of maintaining operational continuity and system integration, as the software is uniquely tailored to NASA's credentialing processes and has a long-standing operational history. Interested vendors must submit their quotes by March 3, 2025, and are encouraged to contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    NetApp DS212C HW Accessories/Services & ONTAP SW
    Buyer not available
    The National Aeronautics and Space Administration (NASA) seeks to procure hardware and software services related to the NetApp DS212C Storage Shelf and ONTAP software through a combined synopsis/solicitation. This procurement aims to replace aging disk drives and enhance operational support at the NASA Johnson Space Center (JSC) in Houston, Texas, with specific requirements including various cables, a rail kit, empty storage shelves, and drive packs, totaling 36 units for the drive packs and 8 units for the storage shelf. The contract is crucial for maintaining NASA's technological infrastructure and ensuring robust data management capabilities, with a performance period set for 30 days after receipt of the order. Interested vendors must submit their quotes by March 3, 2025, and address any technical inquiries by February 28, 2025, with all submissions requiring registration in the System for Award Management (SAM). For further information, vendors can contact Cara Craft at cara.s.craft@nasa.gov.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is soliciting proposals for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software to support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis. This procurement is structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with both Cost-Plus Fixed-Fee (CPFF) and Firm-Fixed Price (FFP) task orders, effective over a five-year period. The opportunity emphasizes the importance of compliance with evolving regulations regarding Artificial Intelligence and Machine Learning, ensuring that contractors engage closely with NASA personnel and utilize government infrastructure. Proposals are due by March 13, 2025, and interested parties should direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Haas Desktop CNC Mill and Control System
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.