Skip to content
Department of Defense

Upgrade the Programmable Logic Controller (PLC) on the Sasebo Portal Crane SP-1

Solicitation: Not available
Notice ID: fa83b04a71c24fa9a6f33258f49cc3e8
TypeSpecial NoticeNAICS 335313PSC6110Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 20, 2026, 12:00 AM UTCDueMar 25, 2026, 01:00 AM UTCCloses in 5 days

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.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 335313 (last 12 months), benchmarked to sector 33.

12-month awarded value
$12,990,294
Sector total $25,125,819,738 • Share 0.1%
Live
Median
$68,695
P10–P90
$28,579$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+1200%($11,134,757)
Deal sizing
$68,695 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Sasebo, Nagasaki • Japan
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC YOKOSUKA
Contracting Office Address
Not available

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.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.