Notice of Intent - Sole Source - Rockwell Automation
ID: N0016725Q1037Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure software maintenance and technical support services exclusively from Rexel for Rockwell Automation systems. This procurement is justified as a sole-source acquisition under FAR Part 13.106-1(b), due to the proprietary nature of the software and the necessity for ongoing support, including 24/7 technical assistance, software upgrades, and field service. The services are critical for maintaining operational efficiency and compliance with IT requirements for the Legacy Control Centers. Interested parties may submit capabilities statements by May 14, 2025, to Steven Besanko at steven.besanko@navy.mil, as competitive quotes are not being solicited.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a combined synopsis/solicitation primarily for a software maintenance and technical support contract with Rexel, focusing on Rockwell Automation software and hardware. The procurement is justified under FAR Part 13.106-1(b) due to the uniqueness of the required services. This announcement invites interested parties to submit capabilities statements by May 14, 2025, though competitive quotes are not being solicited. The contract includes services such as 24/7 technical support, field service, and an annual repair agreement limit, essential for maintaining certification of equipment. The contractor must provide product support across numerous Rockwell Automation product families and specific licenses listed in the solicitations. Key qualifications include being the original manufacturer or authorized distributor. The notice details the delivery schedule, inspection requirements, and various clauses applicable to the contract, ensuring compliance with federal acquisition regulations. This solicitation aims to secure necessary ongoing support for critical operational software and hardware systems, demonstrating the government's reliance on specialized vendors for maintaining technological capabilities.
    The NSWCCD SAP Non-Competitive Procurement Justification Memo outlines the justification for a non-competitive procurement to obtain software maintenance and technical support for Rockwell Automation systems. The acquisition will be sourced exclusively from Rexel, the sole authorized local distributor of Rockwell Automation, as determined necessary based on FAR guidelines. The contract, lasting one year, includes 24/7 technical support, software upgrades, 40 hours of field support, and hardware repair allowances, vital for compliance with IT requirements and improving facility reliability. The memorandum explains that Rockwell Automation is the only provider of the required support, as their software is proprietary and only they can upgrade licenses. Alternative methods, such as purchasing new licenses or different software, would lead to excessive costs exceeding $75,000 and would not ensure the same level of operational efficiency. The current software is integral to maintaining the Legacy Control Centers, reinforcing the necessity for keeping the maintenance agreement with Rexel. The memo serves to justify the lack of competition under government procurement regulations, emphasizing that the unique nature of the services and the established exclusivity of the supplier warrants a sole-source acquisition approach.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    N0038325PR0R803 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for the repair of Rockwell Collins Avionics Circuit Card Assemblies, identified by National Stock Number (NSN) 7R5998013294492, with a total quantity of four units. The procurement will be negotiated solely with Rockwell Collins under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, emphasizing the critical nature of these electronic components for military operations. Interested firms must submit a Source Approval Request (SAR) if they are not Rockwell Collins, although the procurement timeline will not be delayed for SAR approvals. Electronic solicitations are expected to be issued around December 17, 2025, with a closing date of January 16, 2026. For further inquiries, interested parties can contact Gina Sassane at gina.p.sassane.civ@us.navy.mil or by phone at 771-229-2677.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    SOLE SOURCE – HAND CONTROLLER UNITS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure hand controller units via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and that a specific supplier has been identified as the only source capable of fulfilling the requirements. Hand controller units are critical components in various defense applications, ensuring operational effectiveness and reliability. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil for additional details regarding this opportunity.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    SOLE SOURCE – BRAND NAME ONLY - Z2 DATA SCRM/PARTS DATABASE PART RISK MANAGER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source brand name solution for the Z2 Data Supply Chain Risk Management (SCRM) Parts Database, which includes a Part Risk Manager. This procurement is justified as a sole source due to the specific requirements and capabilities of the brand name product, which are critical for managing supply chain risks effectively. The services and software being sought are essential for enhancing the Navy's operational readiness and ensuring the integrity of its supply chains. Interested vendors can reach out to Kelli Beasley at kelli.l.beasley.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.