SIEMENS industrial control hardware and associated equipment
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
The Department of the Navy, NSWC Philadelphia Division, has issued a Solicitation for SIEMENS industrial control hardware and associated equipment. This procurement is BRAND NAME ONLY and seeks SIEMENS ET200-SP series Programmable Logic Controllers (PLCs), SIEMENS IE/PB Link Protocol Conversion Gateways, and supporting hardwired modules. The equipment is required for a technology refresh of the Machinery Control System (MCS) Land-Based Test Environment (LBTE) at NSWCPD. Proposals are due by May 22, 2026.
Scope of Work
The requirement is for specific SIEMENS components, including:
- SIEMENS ET200-SP series PLCs (e.g., CPU 1510SP-1 PN, various digital and analog modules)
- SIEMENS IE/PB Link Protocol Conversion Gateways
- Supporting hardwired modules for the ET200-SP PLC
All items are BRAND NAME ONLY to ensure compatibility with existing Class Engineering Control System (ECS) software and hardware configurations. Vendors must be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other OEM documentation. Software licensing, warranty, and service must adhere to OEM terms. DFARS 252.211-7003 (Item Identification and Valuation) is applicable, requiring DoD unique identification.
Contract & Timeline
- Contract Type: Firm Fixed-Price purchase order.
- Period of Performance: Delivery is requested within 24 weeks from the date of award.
- Set-Aside: This acquisition is UNRESTRICTED.
- Proposal Due: May 22, 2026, 03:00 PM Local Time.
- Published Date: April 30, 2026 (Solicitation published April 22, 2026; Amendment published April 30, 2026).
Submission & Evaluation
Offerors must be registered in the System for Award Management (SAM). Emailed offers are authorized and should be sent to jillian.randazzo.civ@us.navy.mil; facsimile offers are not. Technical proposals must demonstrate how all requirements will be met, referencing supporting information. Price proposals must include pricing information on the three most recent sales of similar items to commercial or government customers. Award will be made to the lowest priced technically acceptable offeror.
Key Amendments & Notes
Amendment 0001, posted April 30, 2026, adds clause 52.222-90 ("Addressing DEI Discrimination by Federal Contractors") and modifies several other clauses. Offerors must acknowledge receipt of this amendment. No changes to proposal submission deadlines or evaluation criteria were indicated by the amendment. A 24-month warranty from the date of acceptance is required. Packaging must comply with ASTM-D-3951-18. Cybersecurity Maturity Model Certification (CMMC) Level 1 is required prior to award for contractor information systems processing, storing, or transmitting FCI or CUI.