FY25 ECMP0566 Allen-Bradley Controls Equipment
ID: N00174-25-SIMACQ-M4-0031Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the procurement of Allen-Bradley controls equipment necessary for upgrading the temperature control system of a 100-gallon slurry mixer. The contractor will be responsible for the design, fabrication, testing, and delivery of various Commercial off the Shelf (COTS) items, including communication adapters, I/O modules, and power supplies, all of which must be sourced from an authorized distributor of Allen-Bradley/Rockwell Automation products. This procurement is critical for enhancing the Navy's operational capabilities in the energetics domain, ensuring compliance with quality standards and timely execution of deliverables. Interested vendors must submit their capabilities to Erica Sites via email by June 19, 2025, at 10 AM EST, and must be registered in the System for Award Management (SAM) to be considered for this opportunity.

    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) requires the design, fabrication, testing, and delivery of industrial control system (ICS) equipment to upgrade the temperature control system for a slurry mixer in Building 727. The contractor must supply various Commercial off the Shelf (COTS) items manufactured by Allen-Bradley, including communication adapters, I/O modules, power supplies, and related components. The offeror must be an authorized distributor of Allen-Bradley/Rockwell Automation products. The deliverables will be visually inspected by the government for defects, followed by a defined acceptance process, while ensuring a minimum one-year manufacturer's warranty on electronics supplied. Shipping responsibilities include ensuring damage-free transport of equipment. The successful contractor must notify the contracting officer of any potential delays 30 days before delivery. This document outlines requirements for a government contract aimed at enhancing the Navy's operational capabilities in the energetics domain, emphasizing quality, compliance, and timely execution of deliverables.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    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.
    Control. Interface
    Buyer not available
    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.
    48--CONTROL UNIT,REMOTE - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure a control unit and other replacement parts, identified by NSN 7H-4820-015104191. The procurement involves a quantity of 12 units, with delivery terms set as FOB Origin, and is classified as a sole source requirement due to the lack of available technical data for production. This item is critical for naval operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered; interested parties must submit a Source Approval Request (SAR) to become an approved repair source. Interested vendors should contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.BRUKER@NAVY.MIL for further details, and they have 45 days from the notice publication to express their interest and capability to fulfill the requirement.
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Buyer not available
    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.
    61--CONTROLLER,MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the CONTROLLER, MOTOR (NSN 6110014111367). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 2 units. The controllers are critical components for electric wire and power distribution equipment, and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Panel, Control, Electrical
    Buyer not available
    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.
    61--CONTROLLER,MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 141 units of the Controller, Motor (NSN 6110015921641). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum order total of $350,000, and a guaranteed minimum quantity of 21 units, with an estimated 12 orders per year. The controllers are critical components for electric wire and power distribution equipment, and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    SELECTOR CONTROL SUBASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    SWITCH,SELECT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is soliciting proposals for the procurement of SWITCH,SELECT, which falls under the NAICS code 335313 for Switchgear and Switchboard Apparatus Manufacturing. The procurement aims to fulfill specific requirements for manufacturing and quality assurance related to the SWITCH,SELECT item, which is critical for military applications, particularly in submarine and surface ship systems. Interested vendors should note that the RFQ due date has been extended to January 22, 2026, and are encouraged to contact Brian Stevens at 717-550-3158 or via email at BRIAN.STEVENS@DLA.MIL for further details regarding submission and compliance requirements.