Rockwell Automation ControlLogix
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
Oak Ridge National Laboratory (ORNL) is requesting Firm Fixed Price proposals for specific Rockwell Automation ControlLogix components, including controllers, redundancy modules, Ethernet/IP modules, chassis, and power supplies. This opportunity is subject to FAR 52.211-6, Brand Name or Equal, allowing for domestic equivalents. Proposals will be evaluated based on the lowest priced, technically acceptable offer. The response deadline is April 9, 2026, at 4:00 PM EST.
Scope of Work
ORNL requires the supply of Rockwell Automation ControlLogix components or their domestic equivalents. The specific items detailed in the Bill of Materials (Attachment C) include:
- ControlLogix 3MB Controller
- ControlLogix Redundancy Enhanced Module
- 2-PORT CLX HI-CAP ENET/IP MODULE – TP
- ControlLogix 4 Slots Chassis
- ControlLogix AC Power Supply
Contract & Timeline
- Contract Type: Firm Fixed Price
- Offer Validity: 120 days
- Set-Aside: None
- Product Service Code: 6110 (Electrical Control Equipment)
- Place of Performance: Oak Ridge, TN
- Questions Due: April 7, 2026, 4:00 PM EST
- Proposals Due: April 9, 2026, 4:00 PM EST
- Published Date: April 2, 2026
Evaluation & Submission Requirements
Award will be made to the lowest priced, technically acceptable proposal. Bidders must submit a firm fixed price quote with a proposed delivery schedule. Mandatory submissions include a completed and signed Representations & Certifications (Attachment D). Any exceptions to the terms and conditions must be clearly explained.
Key Documents & Terms
Bidders must review the following attachments:
- Attachment A - G-POCI-Terms: Outlines general Terms & Conditions for Purchase Order Commercial Items & Services, including dispute resolution, warranty, shipping (U.S. citizen drivers for onsite delivery), electrical equipment requirements (NRTL listing), payment via Ariba Network, and PII protection.
- Attachment B - Prime-Flowdown-Clauses: Details mandatory FAR and DOE clauses that will flow down to subcontractors, covering regulatory, ethical, security, and operational compliance obligations.
- Attachment C - Bill of Materials: Provides specific part numbers, manufacturers (Rockwell Automation), quantities, and pricing details for the required components.
- Attachment D - Reps-and-Certs: Requires certifications on organizational type, export control, Buy American Act, child labor, telecommunications equipment, conflict of interest, lobbying, employee concerns, and business size.
Contact Information
For inquiries, contact Brittanie Mack-Brewster at mackbrewstbc@ornl.gov.