LMA Factory Talk Software
ID: W912EF24Q0103Type: Sources Sought
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
    Sources Sought
    Similar Opportunities
    SCADA Aveva Edge software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    C521_Rockwell Material_SSM Procurement
    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 Rockwell Material in support of C521 efforts. This procurement is a follow-on effort, with the Government planning to make an award in the first quarter of FY26, emphasizing the unique capabilities of Rockwell Automation as the only responsible source for fulfilling the Navy's requirements. The goods and services sought are critical for the Navy's operational needs, and interested parties may express their interest and capability by responding to the notice, although this is not a request for competitive proposals. Responses must be submitted in writing via email to Judy Secoda by 4:00 PM on December 17, 2025.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    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.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.