PLC SPARE PARTS
ID: W519TC25Q2215Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW390 MCALESTER ARMY AMMO PLANTMCALESTER, OK, 74501-5000, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

WIRE AND CABLE, ELECTRICAL (6145)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of PLC spare parts, with a focus on Rockwell Automation – Allen Bradley components, as outlined in the Combined Synopsis/Solicitation. The solicitation requires bidders to provide specific I/O modules and controllers, ensuring compliance with detailed specifications and delivery terms, with all items to be delivered to the McAlester Army Ammunition Plant by April 24, 2025. This procurement is critical for maintaining operational efficiency and reliability in military systems that utilize these electrical components. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by 10:00 AM on April 3, 2025, and must include supporting documentation such as manufacturer sourcing information and item specifications to be considered for the contract.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 9:05 PM UTC
Mar 27, 2025, 9:05 PM UTC
The document outlines a solicitation (W519TC25Q2215) issued by the Army Contracting Command for purchasing commercial items, specifically Rockwell Automation PLC spare parts. The offer is due by 10:00 AM on April 3, 2025, with delivery required by April 24, 2025, to the McAlester Army Ammunition Plant. The procurement focuses on specific I/O modules and controllers, mandating compliance with outlined specifications and delivery terms. The contractor is expected to provide supporting documentation including manufacturer sourcing information with their bid, and ensure all items meet provided specifications. Additionally, the contract details various clauses and regulations governing the procurement process, including evaluation criteria for bids, inspection and acceptance procedures, and payment instructions. Key emphasis is placed on compliance with federal acquisition regulations, ensuring transparency, and safeguarding government interests in the transaction. Overall, this solicitation reflects the federal government's systematic approach to source essential parts from qualified suppliers while adhering to legal and administrative requirements.
Lifecycle
Title
Type
PLC SPARE PARTS
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various spares related to the Multiple Launch Rocket System (MLRS) under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes specific terms for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure the timely delivery of high-quality defense-related components, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by June 5, 2025, and can direct inquiries to primary contact Mari Bretz at hecmari.bretz@dla.mil or secondary contact Becky Brady at becky.brady@dla.mil.
Bradley Post-Production Enhancement Retrofit Installation- Sole Source to BAE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the Bradley Post-Production Enhancement Retrofit Installation, a contract exclusively available to BAE Systems Land & Armaments L.P. This contract involves the retrofitting of Bradley Fighting Vehicle Systems, requiring the contractor to manage production, installation, logistics support, and compliance with specified timelines and government protocols. The initiative is crucial for enhancing military vehicle capabilities and ensuring operational readiness, with the contract spanning three years, commencing in September 2026 and concluding by the end of 2029. Interested parties must submit intention letters within five business days and complete proposals by 4:00 p.m. CST on May 16, 2025, with inquiries directed to Lauren Tatum or Anna Phillips at the provided email addresses.
HELLFIRE & JAGM MISSILE SPARES ‐ REPRICE - SOLICITATION
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the supply of HELLFIRE and JAGM missile spares, with a focus on components related to missile systems, specifically sourced from Lockheed Martin. The procurement is structured as a firm fixed-price contract and emphasizes compliance with stringent quality and testing requirements, including First Article Tests (FAT) and Production Lot Testing (PLT). This initiative is crucial for maintaining operational capabilities within the U.S. Army's aviation and missile systems. Interested parties should note that the proposal due date has been extended to May 20, 2025, and must acknowledge receipt of the amendments to avoid rejection of their offers. For further inquiries, potential bidders can contact Scott Lamothe at scott.lamothe@dla.mil or Becky Brady at becky.brady@dla.mil.
25--CONTROL UNIT,ELECTR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 units of the CONTROL UNIT, ELECTR (NSN 2590200013258). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated six orders per year and a guaranteed minimum quantity of two. The CONTROL UNIT is crucial for military armored vehicles and related components, ensuring operational readiness and reliability. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The solicitation, designated SPRRA224R0081, includes a five-year indefinite delivery requirement and mandates compliance with strict military specifications, including First Article Testing (FAT) and detailed packaging and marking standards. This procurement is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Theresa Beshienich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
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.