LMA Factory Talk Software
ID: W912EF24Q0103Type: Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

    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.

    Files
    Title
    Posted
    The US Army Corps of Engineers seeks to procure PLC system software and hardware from Rockwell Automation for its Lower Monumental DC and LV Upgrade project. The main procurement objectives involve supplying Allen Bradley PLC equipment, including physical media and software packages. This equipment is required to manage and monitor low voltage and DC/AC systems. Technical specifications dictate that all materials must be free from defects and conform to specified standards. The contractor is tasked with providing a specified quantity of Studio 5000 Pro Software, Factory Talk Studio Enterprise, and Factory Talk View Studio Enterprise licenses. Additionally, the contractor must deliver owner's operation and maintenance manuals for the supplied software and hardware. The scope of work includes configuration and integration of the PLC system into the existing infrastructure, with a focus on seamless data exchange and system control. The contractor is responsible for coordinating delivery and ensuring the software and hardware are operational within a tight 90-day timeline. Key dates include a submission deadline 90 days after the contract award, and the evaluation criteria appear to center around the accuracy and completeness of submitted quotes and the timely delivery of the specified items. This information is provided in the invoice and coordination sections of the file.
    The document outlines a Single Source Determination by the US Army Corps of Engineers (USACE) for a contract to acquire specific software necessary for maintaining the Low Voltage and Direct Current Switchgear Systems at the Lower Monumental Dam. The required Factory Talk Software, produced by Rockwell Automation, includes various software packages essential for systems compatible with existing infrastructure. The justification for sole-source procurement is based on the exclusive distribution model of Rockwell Automation, which restricts purchases to authorized distributors. This ensures ongoing support and compatibility with current dam operations. Alternatives were considered but were deemed inadequate due to potential cost increases and loss of warranty. The contracting officer has validated the necessity of this sole-source procurement for logistical and operational continuity while ensuring fair pricing is assessed prior to purchase. The document underscores the importance of maintaining existing technical frameworks and preventing infeasibility associated with integrating incompatible systems.
    The document outlines a government solicitation (W912EF24Q0103) for the supply of PLC equipment hardware and software for the Lower Monumental DC & LV Upgrade project administered by the U.S. Army Corps of Engineers. The key requirements include the delivery of specific Rockwell Automation software, including Studio 5000 and Factory Talk products, with a delivery timeframe of 90 days post-award. The proposal submission deadline is set for September 20, 2024. The contract encourages participation from small businesses, including service-disabled veteran-owned and women-owned entities, and mandates compliance with various federal regulations, including tax exemptions and procurement guidelines. Offerors are required to complete specific forms and provide detailed price quotes along with catalogues or brochures to demonstrate product compliance. Bidder inquiries must be handled via the ProjNet system, and all submissions should be sent to designated government representatives. The document emphasizes adherence to procurement policies, aligning with federal standards for contracting and ensuring the government receives the best value. Overall, the solicitation fosters competitive bidding while prioritizing standards of quality and compliance in equipment supply for federal projects.
    This document serves as an amendment to a solicitation, specifically extending the due date for offers from September 20, 2024, to September 23, 2024, at 11:00 AM PST. All conditions of the solicitation remain unchanged. The amendment is issued by the U.S. Army Corps of Engineers, Walla Walla District, and requires acknowledgment of the amendment prior to the specified due date to avoid rejection of the offer. This change highlights procedural adherence within government contracting processes, ensuring that all parties are informed of the updated timelines for submissions, which is a typical practice in federal RFPs. The document outlines the method of acknowledgment and provides responsible contact information for further communication. Its structured format includes key sections for identification of the contracting officer and other administrative changes relevant to the solicitation. Overall, this amendment underscores the importance of timely communication and procedural clarity within federal procurements.
    Lifecycle
    Title
    Type
    LMA Factory Talk Software
    Currently viewing
    Solicitation
    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.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    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.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    NWW Biological Services Trap and Transport
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking interested businesses for a service contract titled "NWW Biological Services Trap and Transport." The contractor will be responsible for providing quality assurance and fish sampling functions for the USACE Juvenile Fish Biological Services and Transportation Program at Lower Granite and Little Goose dams, as well as supporting juvenile bypass system operations at Ice Harbor and McNary dams during the base year of 2025 and an option year in 2026. This contract is critical for ensuring the welfare of juvenile fish populations and compliance with environmental regulations, particularly under the Endangered Species Act. Interested parties must submit their capabilities and business size information to Melita S. Doyle via email by 3:00 PM local time on October 3, 2024, as this notice serves for market research and planning purposes only.
    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.
    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.
    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.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.