Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 555 IWP upgrade
ID: N00174-24-SIMACQ-E3-0109aType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for Rockwell Automation Software and Allen-Bradley Hardware components necessary for the upgrade of the Building 1770 Industrial Waste Processor control system. The procurement specifically requires brand name components, including controllers, input/output modules, and software licenses, which are critical for maintaining operational efficiency and effective ordnance support capabilities. Interested vendors must demonstrate their capability to meet the government's requirements by submitting their responses by September 23, 2024, at 10 AM (EST), and must be registered in the System for Award Management (SAM). For further inquiries, interested parties can contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) requires brand name Rockwell Automation/Allen Bradley industrial control system equipment to upgrade the Building 1770 Industrial Waste Processor control system. The scope includes specific components such as controllers, input/output modules, and software licenses essential for operational efficiency. Key deliverables encompass a range of Rockwell components, along with software licenses for system functionalities. The contractor must ensure timely delivery and provide warranties for all electronics. Upon receipt, the government will conduct a visual inspection to confirm the materials' condition. Any nonconformities must be reported and addressed swiftly. The emphasis on adherence to specifications and delivery timelines reflects NSWC IHD's commitment to maintaining effective ordnance support capabilities. This document highlights the structured approach typical of government Requests for Proposals (RFPs), demonstrating thorough requirements and expectations for vendors engaged in federal contracts.
    Similar Opportunities
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 519 Plant Watch & Oven Watch upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to Rexel for the provision of Rockwell Automation Software and Allen-Bradley Hardware components necessary for the ECMP 519 Plant Watch and Oven Watch upgrade. This procurement is critical as it involves specialized components that are essential for enhancing operational capabilities at the facility. The contract will be negotiated under the authority of 10 U.S.C. 2304 (C) (1), and interested parties are invited to demonstrate their capability to meet the requirements by submitting their responses by September 23, 2024, at 10 AM (EST). For further inquiries, vendors may contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil or Katy Gates at katy.m.gates.civ@us.navy.mil.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    LMA Factory Talk Software
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is soliciting a sole-source contract for the acquisition of one Factory Talk Software Package from Rockwell Automation Inc. This procurement is essential for maintaining the Low Voltage and Direct Current Switchgear Systems at the Lower Monumental Dam, ensuring compatibility with existing infrastructure and ongoing operational support. The contract emphasizes the importance of using specific software to prevent integration issues and maintain warranty coverage, with a proposal submission deadline extended to September 23, 2024, at 11:00 AM PST. Interested parties can reach out to Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further inquiries.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.
    59--ELECTRONIC COMPONEN
    Active
    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 based on a sole-source justification under FAR 6.302-1, as the Government does not own the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. This component is critical for maintaining operational capabilities, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, potential vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    44--HYDRAULIC TEST
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure hydraulic test supplies under the presolicitation notice titled "44--HYDRAULIC TEST." The procurement involves a quantity of 20 units of National Stock Number (NSN) 7H-4470-014728051-X5, with delivery required to two specified locations in Pennsylvania and California. These supplies are critical for maintaining nuclear reactor systems, and the government intends to negotiate with only one source due to the proprietary nature of the data required for procurement. Interested parties are encouraged to express their interest and capability to meet the requirements within 45 days of the notice, with contact details provided for further inquiries. For more information, potential vendors can reach out to Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    POWER SUPPLY ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two units of the POWER SUPPLY ASSEMB, identified by NSN 7HH 6130 016473052, through a fixed-price contract. The procurement is focused on the repair of existing units, as new procurement or remanufactured items will not be accepted, and only sources approved by the In-Service Engineering Activity (ISEA) may be considered for this sole-source requirement. This repair is critical for maintaining operational capabilities, as the government does not possess the technical data necessary for repairs, emphasizing the importance of certified contractors in this process. Interested parties must submit their repair quotes to Wendy Adams via email at WENDY.L.ADAMS@NAVY.MIL by the extended deadline of September 19, 2024, and must ensure their quotes remain valid for eight months from the submission date.
    General Hardware (M Department) Master BPA
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE General Hardware (M Department) Master BPA: The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, is seeking companies to establish Blanket Purchase Agreements (BPAs) for the procurement of general hardware supplies and services. This category falls under the Energetics Manufacturing Department (Code M) at NSWC IHD in Indian Head, Maryland. Interested companies must provide documentation addressing the performance work statement, complete and return the price list, and submit a capability statement/line card describing their company, capabilities, and expertise. Additionally, companies must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). ITAR Certification is required for procurements under these BPA Masters. Small businesses are preferred, but large businesses will also be considered. The primary contact for this request is Sarah Hayden (sarah.n.hayden@navy.mil), and the secondary contact is Dr. David Greaves (david.greaves@navy.mil).
    General Hardware (M Department) Master BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    Input-Output Controller & Associated parts
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of twelve fully assembled Input-Output Controllers (IOCs) and associated parts for various U.S. Navy vessels, including the LHA 6 and LPD 32 classes. The procurement aims to enhance the Navigation Critical Distribution System (NCDS) by ensuring compliance with military standards and technical specifications, while also addressing challenges related to parts obsolescence and counterfeit prevention. This initiative is critical for maintaining the operational readiness and reliability of naval navigation systems. Interested small businesses must submit their proposals by the extended deadline of October 16, 2024, and can contact Shawn M. Waters at shawn.m.waters@navy.mil for further information.