Rockwell Automation Techconnect - Tech Product Support
ID: FA857125Q0061Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Custom Computer Programming Services (541511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is soliciting quotations for Rockwell Automation Techconnect - Tech Product Support services under solicitation number FA857125Q0061. This procurement aims to secure technical support for various automation products over a 12-month period, with a focus on engaging Women-Owned Small Businesses (WOSB) and ensuring compliance with federal acquisition regulations. The selected contractor will provide essential services including real-time assistance, training access, and software updates, with the possibility of extending the contract for up to five years. Interested parties must submit their quotations via email to Hayley Brown by April 2, 2025, at 1:00 PM EST, ensuring all costs are included in their proposals.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement details the requirements for Rockwell Automation TechConnect Tech Support to be provided at Robins Air Force Base, Georgia. The contractor will deliver annual technical support, including real-time phone and electronic assistance for the 402d Maintenance Support Group (MXSG), training access, software updates, and online resources. The service period spans five years, comprising one basic year and four optional extensions. Key support elements include remote system support, annual site evaluations, tailored workshops, and access to digital tools. Government compliance is a priority, specifying training in Environmental Management Systems (EMS) and Energy Management Systems (EnMS) for all contractor personnel. Contractors must follow security protocols for handling sensitive information and vehicle access to the base. Safety and health for contractor employees and mishap reporting requirements are also outlined, emphasizing adherence to OSHA standards. The document outlines the Performance Work Statement structure, establishing clear communication channels with designated government representatives and detailing inspection processes for contractor performance. This initiative reflects a strategic partnership between the government and Rockwell Automation to enhance operational efficiency through expert support services.
Apr 4, 2025, 1:08 PM UTC
The DD Form 1423-1 provides a structured template for documenting Contract Data Requirements List (CDRL) items, essential for federal contracts. It specifies the requirements for contractors submitting data items, including their classification (TDP, TM, Other), contract references, and submission logistics. Notably, contractors on Robins Air Force Base (AFB) must complete Air Force-provided Environmental Management System (EMS) Awareness Training, with proof of completion sent to designated officials. Non-compliance could lead to contract termination. The form outlines a guideline for preparing CDRL, detailing various fields such as item titles, authority references, required submission frequency, and approval signatures. It also clarifies groupings for pricing data items, guiding contractors on estimating costs related to data submission. This document serves as a critical administrative tool ensuring compliance and standardization across government contracts, facilitating efficient data exchange, and emphasizing environmental responsibilities among contractors.
Apr 4, 2025, 1:08 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), detailing essential information regarding data items required from contractors under federal contracts. This form includes fields for various administrative details, such as contract line items, system/item descriptions, and contractor information. Key sections address the frequency of data submissions, inspection/acceptance criteria, distribution instructions, and estimated pricing groups for data items. Additionally, it emphasizes compliance with Energy Management System (EnMS) guidelines due to the contracting entity's ISO 50001 certification. Contact information for relevant government representatives, including a primary and alternate government representative, a WAWF primary contact, and a contracting officer, is also provided. The document aims to facilitate uniformity and clarity in data item delivery, ensuring adherence to both government requirements and contractor obligations. This aligns with broader objectives related to effective oversight and management of government procurement processes.
Apr 4, 2025, 1:08 PM UTC
The DD Form 1423-1, issued by the Department of Defense, outlines the requirements for submitting a Contractor Data Requirements List (CDRL) associated with federal contracts. It provides a structured format for contractors to submit data items, including a safety plan from Rockwell Automation related to their technical efforts under contract A003. The form specifies various fields to be completed, such as data item number, title, authority, and timelines for submission. The contractor must submit a draft safety plan within ten working days post-award for government review, followed by final copies within ten days after acceptance. Notably, the document details distribution requirements, frequency of submissions, and clarifications regarding the data item’s conformity to government standards. Additionally, it categorizes the pricing of data items into four groups based on their necessity and associated costs, guiding the contractor in estimating expenses related to data delivery. This form serves to streamline communication and ensure compliance with federal requirements throughout the contract lifecycle.
Apr 4, 2025, 1:08 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense, detailing essential contractor-submitted data. The form outlines the requirements for mishap and incident reporting related to contract operations, especially concerning damage to DoD property and employee injuries. Contractors must notify the Robins AFB Safety Office promptly after an incident, providing comprehensive information regarding the mishap, including cause, estimated costs, and corrective actions taken. Additionally, the form specifies essential guidelines for submission dates, distribution of documents, and pricing related to data items. The instructions elaborate on how government personnel and contractors should fill out the form accurately, ensuring compliance with government expectations regarding technical data packages and various submission requirements. This document serves as a crucial mechanism for maintaining safety oversight and ensuring accountability in contract performance, playing an integral role in both federal and local contracting procedures.
Apr 4, 2025, 1:08 PM UTC
Apr 4, 2025, 1:08 PM UTC
The document outlines the solicitation FA857125Q0061 issued by the U.S. Air Force for commercial products and services, specifically seeking quotations for Rockwell Automation Techconnect - Tech Product Support. The solicitation indicates that it is directed toward Women-Owned Small Businesses and provides key details including solicitation number, contact information, delivery terms, and various product offerings with firm fixed pricing for a 12-month period. The document specifies the required support for multiple automation products and includes a detailed schedule of services with specific item numbers, units, and prices. Additionally, the contract is structured to possibly include follow-on option periods, each necessitating similar support services. Submission of quotations must be emailed to the designated contracting officer by April 2, 2025. The document emphasizes compliance with Federal Acquisition Regulations (FAR) and incorporates numerous clauses relevant to safeguarding interests and structuring payments, ensuring contractors understand their obligations. The primary aim is to engage qualified businesses for essential technical product support, aligning with federal initiatives to promote inclusivity in government contracting.
Apr 4, 2025, 1:08 PM UTC
The document is a solicitation notice for a Women-Owned Small Business (WOSB) contract specifically for Rockwell Automation Techconnect - Tech Product Support services. It outlines the requisition number (FA857125Q00610001), with an effective date of March 24, 2025, and specifies that offers are due by April 2, 2025, at 1:00 PM EST. The services include product support for various automation and software components over a 12-month period, with firm fixed pricing arrangements. This solicitation is intended for sole-source procurement from WESCO Distribution, Inc. The document highlights key details such as the inspection and acceptance criteria and directs bidders to contact Hayley Brown for additional solicitation information via email. All proposals need to include comprehensive cost details, and the payment process will be managed through the Wide Area Workflow (WAWF) for electronic submission. The solicitation also emphasizes compliance with various federal acquisition clauses and mandates corresponding safety and environmental standards during service execution. Overall, this procurement reflects the government's commitment to engaging small businesses, particularly women-owned entities, in essential tech support services, demonstrating an inclusive approach to federal contracting.
The document outlines Industrial Safety and Health Requirements for the Rockwell Automation TechConnect Tech Support contract, emphasizing contractor accountability in maintaining compliance with federal, state, and local safety regulations, particularly the Occupational Safety and Health Administration (OSHA) standards. Contractors are mandated to develop a comprehensive Safety and Health Plan that incorporates specific operational hazards and procedures while ensuring detailed attachments of any local procedures. Key points include adherence to the Environmental, Safety, and Occupational Health (ESOH) compliance, familiarity with the Air Force's Voluntary Protection Programs (VPP), and mandatory protocols regarding personnel safety, including bilingual communication in work settings. Inspections by Air Force officials and OSHA inspectors can occur with no prior notice, ensuring contractor compliance with safety mandates. Detailed procedures for mishap notifications, impoundment procedures, and management of hazardous materials are specified. The contractor must implement protocols covering various safety aspects, including fall protection, machinery handling, and employ a qualified safety manager. The document serves as a crucial guide within the framework of federal RFPs, emphasizing safety and compliance to protect personnel working in potentially hazardous environments while fulfilling government contract obligations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
60--TERMINAL,AIRCRAFT E
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of 369 units of the aircraft terminal, identified by NSN: 1RM 6060 016917125 and part number CF-198148-126. This solicitation requires that all offers include necessary documentation for government source approval prior to award, as the items are critical for fleet support needs. The procurement is governed by various regulations, including quality requirements and compliance with the Buy American Act, emphasizing the importance of these components in maintaining operational readiness. Interested vendors must submit their quotes via email to Ryan P. Stock at RYAN.P.STOCK2.CIV@US.NAVY.MIL by the specified deadline, ensuring all required data is included to avoid disqualification.
77791 _ A13330 - CORELIS TMBUS CARDS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for Corelis Test Maintenance Bus (TMBUS) cards as part of a request for quotation (RFQ) issued from Robins Air Force Base. These TMBUS cards are essential for generating serial data signals in accordance with the 1149.5 protocol, which is critical for testing technology utilized by the 402 Software Engineering Group. The procurement follows Simplified Acquisition Procedures, with a delivery timeframe of no longer than 186 days after order placement, and proposals must be submitted by 2:00 PM on May 26, 2025. Interested parties should direct inquiries to the contracting officer, Patrick Hulett, at patrick.hulett@us.af.mil, and are encouraged to review the attached equipment list for detailed technical specifications.
Transformers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of transformers under solicitation number FA460825QC067. This request for quotation (RFQ) is a total small business set-aside and aims to acquire various transformers, including pad mount and pole mount types, with power ratings ranging from 25 kVA to 750 kVA, to support electrical infrastructure needs at Barksdale Air Force Base in Louisiana. Interested vendors must comply with specific technical requirements outlined in the solicitation, including the use of copper windings and adherence to federal standards for design and materials. Quotes are due by May 6, 2025, at 1:30 PM CDT, and inquiries can be directed to SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Ametek PATS Auxiliary Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the acquisition of a PATS-70A Auxiliary Unit from Ametek, to be delivered to the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is classified as a sole-source requirement, necessitating the delivery of the unit within 22 weeks after receipt of order (ARO) and adhering to federal acquisition regulations. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing both price and technical capability. Interested vendors must submit their offers electronically by April 30, 2025, and direct any inquiries to the contracting officer, Audrey Lee, at audrey.lee.3@us.af.mil or Christa Phillips at christa.phillips.1@us.af.mil.
Travis AFB Raymond Order Picker Forklifts (Brand Name Only)
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of Raymond Order Picker Forklifts under a Firm Fixed Price contract. The requirement includes the provision of two specific forklifts, a wire guidance system, battery systems, and installation materials, all of which are essential for enhancing operational capabilities at the base. This opportunity is set aside for 100% small businesses, specifically targeting SBA Certified Women-Owned Small Businesses (WOSB), and emphasizes compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotes by April 30, 2025, at noon PST, and can direct inquiries to SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Marcus Thomas at marcus.thomas.20@us.af.mil.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized work stands, including cargo door stands, aileron stands, and beavertail stands, all designed to meet stringent safety and operational standards. The procurement is set aside for small businesses, with a Firm Fixed Price contract anticipated, and proposals must be submitted by April 30, 2025, with evaluations based on technical acceptability and lowest total evaluated price. Interested parties can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further information.
RTI SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking quotations for software licenses and maintenance services related to Real Time Innovations (RTI) Connext DDS Professional. The procurement includes developer subscriptions for various operating systems, annual maintenance for specific architectures, and technical support subscriptions, all of which are critical for the government's operational needs in software development. This opportunity emphasizes compliance with federal acquisition regulations and requires submissions from authorized resellers, with a firm fixed price contract anticipated. Interested parties must submit their quotes by May 1, 2025, and can direct inquiries to Elizabeth Domotor at elizabeth.a.domotor.civ@us.navy.mil or by phone at 540-621-1360.
Flash Thermography
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Flash Thermography System under the Women-Owned Small Business (WOSB) contracting framework. The procurement aims to acquire a non-destructive inspection (NDI) system that includes a Mid-Wave Infrared camera, a flash illumination system, a ruggedized data acquisition computer, and advanced signal reconstruction software to enhance inspection capabilities at Tinker Air Force Base. This system is critical for ensuring safety and efficiency in maintenance processes within the Air Force. Interested vendors should note that the delivery requirement is set for July 21, 2025, and must comply with various federal procurement protocols. For further inquiries, contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
FA812525Q0055 - A25-041 UniWest EVI Unit (Brand Name)
Buyer not available
The Department of Defense, specifically the Air Force, is soliciting proposals from qualified small businesses for the acquisition of a UniWest Advanced Eddy Current Instrument and related equipment, under the solicitation FA812525Q0055. The procurement aims to secure portable equipment capable of generating encoded C-Scan results for on-site aircraft inspections, which is critical for maintaining aircraft safety and operational readiness. This initiative underscores the Air Force's commitment to utilizing advanced testing technology while promoting diversity in procurement by encouraging participation from Women-Owned Small Businesses (WOSB). Interested vendors should direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil, with proposals due within the specified timeline for delivery to Tinker Air Force Base.