Sources Sought for Schneider PLCs Model M580 Series at Marine Corps Base Hawaii, Hawaii
ID: N62478MFDG1FY2501Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

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

PSC

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

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Pacific, is conducting market research for the procurement of programmable logic controllers (PLCs) compatible with the Schneider PLCs Model M580 Series at Marine Corps Base Hawaii. The government seeks alternative products that meet specific performance requirements, including compatibility with existing Schneider Electric software, microprocessor-based functionality, and compliance with rigorous environmental and operational standards. This procurement is critical for maintaining effective industrial process control systems at the facility. Interested vendors must submit their technical data and specifications to Tyler Moon at tyler.r.moon.civ@us.navy.mil by May 2, 2025, at 2:00 p.m. Hawaii Standard Time, to be considered for this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.
    Sources Sought for Remote Terminal Unit
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a Remote Terminal Unit (RTU) that meets the specifications of the G500 model manufactured by General Electric. The procurement aims to acquire eight RTUs for four SCADA systems at the Naval Base Guam, which must be compatible with existing GPA SCADA systems and adhere to specific communication requirements outlined in GPA specification E-028. This opportunity is crucial for enhancing the operational capabilities of the military construction project P-1181, which focuses on hardening critical feeders in the region. Interested suppliers are invited to submit detailed technical data by December 15, 2025, to Ms. Kory Ann Jury at koryann.y.jury.civ@us.navy.mil, with the understanding that this is a sources sought notice and not a request for proposals.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    Maintenance Laptops
    Dept Of Defense
    The Department of Defense, specifically the Navy's NAVAIR Warfare Center Aircraft Division, is soliciting proposals for the manufacturing and delivery of P-8 Maintenance Laptop Sets under a five-year, Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook models and associated components, with a focus on quality assurance and compliance with export-controlled technical drawings. These laptops are critical for maintaining operational readiness and support for the P-8 aircraft. Interested offerors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil. The contract will be awarded to the lowest-priced, technically acceptable small business offeror, with minimum guaranteed quantities specified in the solicitation.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    Panel, Control, Electrical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of an Electrical Control Panel (NSN: 5895-01-713-9944, Mfr Part Number: 12582006). The solicitation, identified as SPRDL1-26-Q-0006, requires offers for an initial quantity of five units, with an option for an additional five units, to be delivered within 365 days after award. This equipment is critical for various defense applications, and the procurement is set aside for small businesses, emphasizing compliance with specific military standards and export control regulations. Interested parties must submit their proposals electronically by January 6, 2026, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information.
    Controller
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    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 and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.