- 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
Upgrade the Programmable Logic Controller (PLC) on the Sasebo Portal Crane SP-1
Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Sasebo, Nagasaki • Japan. Response deadline: Mar 25, 2026. Industry: NAICS 335313 • PSC 6110.
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 335313 (last 12 months), benchmarked to sector 33.
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 335313
Description
ITEM DESCRIPTION
1. SCOPE:
1.1 The purpose of this procurement is for the contractor to upgrade the Programmable Logic Controller (PLC) on the Sasebo Portal Crane SP-1. Provide all required labor, tools, materials, and equipment to accomplish this requirement.
1.2 Delivery Location:
See block 15 “DELIVER TO” at the first page and/or “SHIP TO ADDRESS” in “DELIVERY INFORMATION”.
Delivery Location/Place of Performance: Sasebo Dry Dock #2 (SP1)
1.3 Identification:
1.3.1 Item Name: PLC (IQ-R series) GOT equipment for update
1.3.2 Quantity: See Attachment (1)
1.4 See DELIVERY INFORMAITON on SF 1449.
(The Government requested period of performance is 7/1/2026 – 6/30/2027. Actual period of performance and delivery date will be specified upon award.)
Coordinate delivery schedule with the Government Technical Point of Contact (Govt TPOC).
If the contractor realizes any potential or actual delay in delivery, report to the Government Contracting POC via the Government Technical POC.
2. REFERENCE/ATTACHMENT:
2.1 Attachment (1) - PLC Renewal Item List
3. REQUIREMENTS:
3.1 Conduct an onsite survey of SP-1 to verify the components to be updated.
3.2 Prepare and submit the PLC upgrade plan, parts list, drawings, manuals, and other documentation for Government review prior to onsite work.
3.3 Provide the items listed in para 1.3 and Attachment (1) to the delivery location listed in para 1.2.
3.4 Upgrade the PLC. Remove old components as required.
3.5 Facilitate Government inspection of the updated components.
3.6 Conduct an operational test to verify satisfactory operation of the crane after the update.
3.7 Provide finalized as-built drawings, parts list, manuals, and other documentation post Government inspection and operational test.
3.8 Train the Government employees on the updated PLC system maintenance and operations.
4. GOVERNMENT FURNISHED
4.1 MATERIAL (GFM): None.
4.2 EQUIPMENT (GFE):
a. Test weights and associated rigging gear for the Portal Crane operational test.
4.3 SERVICE:
a. Crane operator, rigger and signaler.
NOTE, Specific characteristics of the material or service that limit the availability to a sole source: SHI designed, manufactured and installed portal crane SP-1 and provided a recommendation to upgrade the control systems of the same. SHI provides lifecycle support for all of their cranes and upgrading the control systems mid-life is standard practice. According to the RTA, when the Navy acquired portal crane SP-1 from SHI it did not acquire any detailed technical data packages (i.e., for maintenance, repair, overhaul & inspection) from the same suitable for full and open competition. In addition to the forgoing, as the OEM SHI has intellectual property rights to engineering calculations and specifications of crane components including but not limited to the software to run their PLC controllers. SHI has retained all rights to the software to include any modifications or alterations of the same.
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.