Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOLICITATION NOTICE

D -- Rockwell Automation Tech Support

Notice Date
10/23/2025 7:33:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017826Q6630
 
Response Due
10/30/2025 9:00:00 AM
 
Archive Date
11/14/2025
 
Point of Contact
James Embrey, Phone: 5404985241
 
E-Mail Address
james.d.embrey3.civ@us.navy.mil
(james.d.embrey3.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6630 Submitted by: James Embrey NAICS Code: 518210 FSC Code: DA01 Anticipated Date to be published in SAM.gov: 10/23/2025 Anticipated Closing Date: 10/30/2025 Contracts POC Name: James Embrey Telephone#: 540-498-5241 Email Address: james.d.embrey3.civ@us.navy.mil Code and Description: DA01 � Rockwell Automation Tech Support This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017826Q6630 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for Rockwell Automation, Inc support services. Rockwell Automation/Allen Bradley is the original manufacturer of the required software and the only brand compatible with the SSMM design. Utilizing another brand of software support would require additional costs to replace all existing software as well as require an additional 24 months to field a completed system. This additional cost could not be recovered through full and open competition. In addition, the procurement of all materials and testing to ensure no compatibility issues would also require additional cost and labor. Rockwell Automation, Inc. is located in Milwaukee, WI. All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added afterwards. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data as well as published pricing. The contractor shall provide documentation from the Original Equipment Manufacturer (OEM) confirming they are an authorized reseller or distributor of the brand-name item(s) quoted. Offers submitted without such documentation may not be considered for award. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 30 October 2026, no later than 12:00 p.m. EST with an anticipated award date by 31 December 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to james.d.embrey3.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6630 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be395fb1b4d24c1589dc20971993f7e4/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07626267-F 20251025/251023230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.