- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
B16 Generator PLC Upgrade
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: 52010 Jayhawk drive, building 16, McConnell AFB, Wichita Kansas • 67221. Response deadline: Apr 22, 2026. Industry: NAICS 238210 • PSC J059.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 238210
Description
The Kansas National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the upgrade B16 Generator PLC located at 52010 Jayhawk drive, building 16, McConnell AFB, Wichita Kansas. Line Items will include the Base Bid and an Option. The Base bid work shall consist of but is not limited to the following: Inspect, troubleshoot, and repair or replace generator PLC controls. The contractor is to troubleshoot and repair PLC to original installation parameters, verify restored PLC Generator set operations and communication and ensure repairs with a function check of generator operations in standalone and parallel modes. There is an option line to install a Hot Switch Bypass to remove the single points of failure and allow the current HMI to communicate all operations to each individual generators PLCs. NOTE: Prime contractor is required to subcontract with 3E Company (electrical Engineering and Equipment Co.) since they are the designated OEM regional representative of Kohler. The contract duration will be 60 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 238210, with a small business size standard of $19,000,000. The magnitude of construction is between $500,000 and $1,000,000. Funds are not presently available for this acquisition. No contract will be made until appropriate funds are made available.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.