Maintenance and Support for Rockwell Automation and Allen Bradley software programs
ID: PANROC-25-P-000298Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command – Rock Island, is seeking to procure maintenance and support services for Rockwell Automation and Allen Bradley software programs at the Tooele Army Depot in Utah. The contract will provide annual renewal of these services, which are critical for the operational support of the Joint Munitions Command. The procurement is intended for a four-year period, consisting of a 12-month base period and two optional 12-month extensions, with the base period running from April 18, 2025, to April 17, 2026. Interested parties, particularly Sonepar Mountain Holdings, LLC, must submit a Firm-Fixed Price Quote along with required documentation by the specified deadline, and inquiries can be directed to Brianne Johnson at brianne.r.johnson2.civ@army.mil or Megan Frost at megan.k.frost2.civ@army.mil.

Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The U.S. Army Contracting Command intends to renew annual maintenance and support for Rockwell Automation and Allen Bradley software at Tooele Army Depot, totaling an estimated cost for fiscal year 2025. Sonepar Mountain Holdings, LLC is identified as the sole supplier due to its proprietary ownership of the required software, making them the only vendor capable of meeting specific government needs. Market research conducted in January 2025 confirmed the uniqueness of these software products and that alternative options were unavailable.
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.
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
IBM DOORS Updated
Buyer not available
The Department of Defense, through the Naval Air Warfare Center, is seeking quotations for the renewal of the IBM Engineering Requirements Management DOORS software subscription and support, with a contract period from June 1, 2025, to May 31, 2026. This procurement aims to ensure continuity in managing requirements communication, collaboration, and compliance for defense projects, as the existing licenses will expire on May 31, 2025. Interested vendors must submit their quotes by April 16, 2025, at 07:00 am Eastern Standard Time, and all submissions should be directed to the primary contacts, Michael Coffey and Roberta Nethercutt, via email. The procurement will be conducted on a firm fixed-price basis, and all offerors must be registered in the System for Award Management (SAM) prior to submission.
Allen Bradley PLC Upgrade - Big Cliff Dam
Buyer not available
The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a single-source contract for the procurement of Allen Bradley non-ITAS electric components, specifically to North Coast Electric Company located in Portland, Oregon. This acquisition is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 13.106-1(b)(1), which allows for non-competitive purchases not exceeding the simplified acquisition threshold. The components are crucial for maintaining and upgrading electrical systems at the Big Cliff Dam, ensuring operational efficiency and reliability. Interested parties must submit a capability statement demonstrating their ability to meet the government's requirements by 10:30 AM Pacific Time on April 28, 2025, as no solicitation will be posted and oral communications will not be accepted.
ROLL BENDER
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of a Roll Bender system, as outlined in solicitation W519TC25Q2267. This acquisition aims to replace aging equipment used for bending metal into arcs, with specific requirements for design, safety standards, and installation protocols, ensuring compliance with military regulations and environmental laws. The selected contractor will be responsible for delivering the equipment, providing operational training for staff, and maintaining service response capabilities, with proposals due by April 30, 2025, at 10 AM Central Time. Interested vendors should submit their quotes via email to the designated Contract Specialist, Lynn Baker, at lynn.d.baker8.civ@army.mil, adhering to the evaluation criteria based on technical acceptability and pricing.
JMTC APPRENTICE TRAINING PROGRAM
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the JMTC Apprentice Training Program at the Rock Island Arsenal in Illinois. This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for vocational training services, specifically designed to train apprentices to become journeyman machinists, with a focus on critical skills such as machining theory and safety protocols. The contract will feature five one-year ordering periods, with a minimum guaranteed quantity of one training session and a maximum of ten per Contract Line Item Number (CLIN). Interested contractors must submit their proposals electronically by April 29, 2025, and ensure compliance with technical evaluation criteria, including instructor qualifications and accreditation. For further inquiries, Lynn Baker can be contacted via email at lynn.d.baker8.civ@army.mil.
Robotic Arm and Controller System
Buyer not available
The Department of Energy, through ORNL UT-Battelle LLC, is soliciting proposals for a Firm Fixed Price contract to acquire a Robotic Arm and Controller System, specifically the IRB 1200 model, which features a 7kg payload and a 0.7-meter reach, designed for hygienic applications. This procurement aims to enhance automation capabilities within government operations, necessitating the inclusion of software licenses for optimal system modeling, simulation, and control. The total budget for this contract is anticipated to be $25.5 million, with proposals due by April 25, 2025, and inquiries accepted until April 22, 2025. Interested vendors should contact Morgan Hale at halemt@ornl.gov or call 615-519-9527 for further details.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command – Red River Army Depot (ACC-RRAD), is seeking innovative solutions for the modernization of its Organic Industrial Base (OIB) via a Commercial Solutions Opening (CSO). The primary objectives include the design, manufacture, and installation of advanced testing systems such as a Road Wheel Drum Tester and DC Tooling solutions, aimed at enhancing military vehicle maintenance and operational efficiency. These initiatives are critical for improving quality assurance, safety, and cost-effectiveness in military operations, reflecting the Army's commitment to leveraging advanced manufacturing technologies. Interested vendors must submit proposals by specified deadlines, with the Road Wheel Drum Tester due by November 7, 2024, and DC Tooling solutions by April 30, 2025. For inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
W519TC-25-Q-2251 Goulds Pump Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the procurement of Goulds Pumps to support operations at the Rock Island Arsenal – Joint Manufacturing and Technology Center. This opportunity is a Sole Source solicitation directed to Bornquist Inc., with the contract structured as a Firm Fixed Price (FFP) purchase order, emphasizing the need for comprehensive cost proposals that include delivery to the Arsenal. The procurement is critical for maintaining operational efficiency and reliability in military applications, with proposals due by April 24, 2025. Interested parties can reach out to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Cathy K. Mendoza at cathy.k.mendoza.civ@army.mil for further information.