Rockwell Emulate 3D Software to support WMS

SOL #: SP4701-26-Q-0105Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO PHILADELPHIA
PHILADELPHIA, PA, 19111, United States

Place of Performance

Battle Creek, MI

NAICS

Software Publishers (513210)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
May 4, 2026, 3:00 PM

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

The Defense Logistics Agency (DLA) is soliciting quotes for Rockwell Emulate 3D Software to support the implementation of the SAP Material Flow Services (MFS) solution at both Red River and Tinker locations. This is a Combined Synopsis/Solicitation (Request for Quote) issued as a 100% Small Business Set-aside. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by May 18, 2026, at 11:00 AM EST.

Scope of Work

This requirement is for the provision of Rockwell Emulate 3D Software licenses and associated maintenance/support. The software is critical for creating a digital twin of warehouses, replicating PLC functionality, and enabling connections to SAP for development and testing prior to physical implementation. Key deliverables include:

  • Rockwell Emulate 3D Ultimate Perpetual Software licenses.
  • Emulate3D Ultimate 8x5 maintenance/support for a three-year period.
  • Compliance with Section 508 accessibility requirements, necessitating an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT).
  • Adherence to Information Assurance (IA) Workforce Improvement Program requirements for contract employees performing IA duties. Detailed requirements are outlined in the attached Bill of Materials (BoM) and Statement of Work (SOW).

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) delivery order.
  • Period of Performance (Anticipated):
    • Base Year: July 1, 2026 - June 30, 2027 (includes 2 software licenses and maintenance).
    • Option Year 1: July 1, 2027 - June 30, 2028 (maintenance/support).
    • Option Year 2: July 1, 2028 - June 30, 2029 (maintenance/support).
  • Set-Aside: 100% Small Business Set-aside – Open Market.
  • Solicitation Number: SP4701-26-Q-0105.
  • Place of Performance: Red River and Tinker.

Submission & Evaluation

  • Offer Due Date: May 18, 2026, 11:00 AM EST.
  • Submission Method: Electronically via email to josh.stolle@dla.mil.
  • Basis for Award: Lowest Price Technically Acceptable (LPTA).
  • Evaluation Criteria: Technical acceptability and lowest price.
  • Period of Acceptance: 30 days.

Additional Notes

This acquisition is being conducted on a sole-source basis for brand-name Rockwell Emulate 3D Software, justified by Rockwell Automation's intellectual property rights and the software's necessity for compatibility with existing Allen Bradley-Rockwell automation hardware. Market research was conducted, and the Government will ensure fair and reasonable pricing. Attachments include the Bill of Materials (BoM), VPAT, ICT ARS, and a Redacted Justification & Approval (J&A).

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
Rockwell Emulate 3D Software to support WMS | GovScope