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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    WEAPON CONTROL COMP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Weapon Control Computers. The procurement aims to establish a contract for the repair services, requiring a Repair Turnaround Time (RTAT) of 110 days, with specific guidelines for pricing and inspection processes. These computers are critical for fire control systems, underscoring their importance in maintaining operational readiness and effectiveness. Interested contractors should submit their quotes, including unit prices and RTAT, to the primary contact, Logan Mann, via email at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381, with the solicitation details available for review.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    59--CONNECTOR,PLUG,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 90 units of the electrical connector, NSN 5935-01-217-8555. This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and aims to fulfill the military's requirements for reliable electrical components essential for various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    61--CONTROL,POWER SUPPL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of CONTROL, POWER SUPPL (NSN 6130015747662). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum of 2 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable power supply components in military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), 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.
    59--CONNECTOR,PLUG,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 30 units of the electrical connector, specifically NSN 5935005909017. This solicitation is aimed at Women-Owned Small Businesses (WOSB) and is classified under the NAICS code 334417, which pertains to Electronic Connector Manufacturing. The connectors are critical components used in various military applications, ensuring reliable electrical connections in defense equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is set for 151 days after the award date.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Transducer Switch A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.