Notice of Intent to Sole Source - Rockwell Automation Inc
ID: W912EF24Q0091Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The U.S. Army Corps of Engineers, Walla Walla District, intends to issue a sole source contract to Rockwell Automation Inc for the procurement of Allen-Bradley programmable logic controllers (PLC) and associated system components. This procurement is necessary to maintain the original manufacturer's warranty and licensing for existing Allen-Bradley 5380 controllers, which are critical for the operational efficiency of various hydroelectric projects, including the Millcreek and McNary dams. The use of Rockwell Automation products is essential for standardizing PLCs and ensuring compatibility and maintainability, as previous attempts to solicit competitive bids have not yielded viable alternatives. Interested vendors may submit documentation demonstrating their capability and past performance to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280, although this is not a request for competitive proposals. The streamlined procurement process is expected to continue until November 2028, reducing administrative burdens associated with repetitive contracts.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Corps of Engineers, Walla Walla District, seeks class justification and approval (J&A) for issuing single-source contracts for Rockwell Automation Allen Bradley products, necessary for various hydroelectric projects including Millcreek and McNary dams. This J&A allows for future procurements without needing individual justifications, streamlining the process until November 2028. The district has historically used these products for standardizing Programmable Logic Controllers (PLCs), essential for operational efficiency and system integration. The request cites concerns about maintainability and compatibility; alternative products are not available. Previous attempts to solicit competition yielded no responses due to the uniqueness of these products. The document asserts that these measures will reduce labor costs while ensuring reliable performance of critical control systems. By avoiding redundant justifications, the Corps expedites procurement processes and lessens administrative burdens associated with repetitive contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 555 IWP upgrade
    Active
    Dept Of Defense
    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.
    59--Pueblo Dam PLC Upgrade
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation’s Missouri Basin Regional Office, intends to award a sole source purchase order to Rexel USA, Inc. for the upgrade of Programmable Logic Controllers (PLC) and associated software at Pueblo Dam. The procurement aims to replace existing PLC components at the CBT and FryArk facilities, ensuring enhanced automation and control capabilities critical for government operations. The anticipated Request for Quote (RFQ) is expected to be published around September 20, 2024, with a due date approximately 10 business days later, and the award is projected for October 20, 2024, with equipment delivery within 4-6 weeks after the award. Interested vendors must submit a Letter of Interest by September 30, 2024, to the Contracting Officer, Carlos Quiles, at cquiles@usbr.gov, and must be registered in the System for Award Management (SAM) to participate.
    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.
    Intent to Sole Source - Hydrologic Instruments, Maintenance, and Repair
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure hydrologic instruments and related maintenance services on a sole source basis from YSI Incorporated. The procurement includes water quality monitoring sondes, river and stream velocity measurement instrumentation, and stream gaging equipment, along with necessary maintenance, calibration, and repair services to comply with Army regulations. This equipment is crucial for effective water quality monitoring and management, and the contract, valued at approximately $725,000, is expected to be awarded in September 2024, covering a base year and four option years. Interested small businesses may submit capability statements to John Wysocki at john.j.wysocki@usace.army.mil, as no competitive quotes will be solicited.
    J--OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, intends to award a sole source contract to Whitney Equipment Company Inc. (WECI) for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery in Estacada, Oregon. This procurement is necessitated by the warranty requirements of the Flygt pump, which stipulate that only authorized technicians can perform the service, thereby limiting the competition to WECI as the sole authorized servicer. The contract falls under NAICS code 333914, which pertains to the manufacturing of measuring, dispensing, and other pumping equipment, highlighting the critical nature of the services being sought for the hatchery's operations. Interested parties may submit a capability statement by September 20, 2024, to demonstrate their qualifications, although no formal solicitation will be issued, and the government may proceed without competitive bidding if no viable alternatives are presented. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    PLC & SCADA Upgrades
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the upgrade of its outdated Programmable Logic Controller (PLC) and Supervisory Control and Data Acquisition (SCADA) system at a fish culture laboratory in Kearneysville, West Virginia. The project aims to replace obsolete hardware and software components, ensuring continued functionality and enabling remote access, with a completion timeline of 45 days post-contract award. This upgrade is critical for maintaining efficient fish culture operations and modernizing technology to prevent system failures. Interested contractors must submit their quotes by 2:00 PM Central Time on September 20, 2024, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov.
    Rockwell BOA Order under N6449824G4001, NC3 Compressed Air Materials
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Rockwell Automation Inc. for the procurement of Navy Common Core Controller (NC3) Compressed Air Materials. This procurement is a follow-on effort, with the Government asserting that Rockwell is the only responsible source capable of fulfilling the Navy's specific requirements, as outlined under FAR 6.302. The award is anticipated to occur in the 4th quarter of Fiscal Year 2024, and interested parties may express their interest and capability by submitting written responses to Matthew D. Parlett via email by 4:30 PM on September 18, 2024.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    Lower Granite Dam Navlock Switchgear Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking sources for the replacement of the Lower Granite Dam Navlock Switchgear. This procurement involves providing personnel, materials, supplies, equipment, and supervision for the design, manufacture, and delivery of new electrical switchgear, motor control centers, and miscellaneous electrical materials, with installation to be performed by Lower Granite personnel. The switchgear and associated equipment are critical for the operational efficiency of the dam, ensuring reliable power transmission and control. Interested firms are encouraged to submit their qualifications, including past performance and business size, to Alan Inglis at alan.n.inglis@usace.army.mil by the specified deadline, as this is a sources sought notice and not a solicitation.
    Replace Interlock Control Systems at Maxwell Locks & Dams
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Pittsburgh District, is seeking a contractor to replace the interlock control systems at Maxwell Locks and Dams located in East Millsboro, Pennsylvania. The project entails the procurement and installation of a new valve interlock control system that complies with the Inland Marine Transportation System (IMTS) Minimum Interlock Control Standard, including the installation of cables, limit switches, control panels, and necessary hydraulic equipment. This construction is critical for ensuring the operational safety and efficiency of the lock and dam facilities, which are staffed year-round by government personnel. The contract, valued between $1 million and $5 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be awarded as a Firm-Fixed-Price contract, with bids due following the issuance of the Invitation for Bid on or about September 23, 2024. Interested bidders should contact Michael Boyd at michael.w.boyd@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.