Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOLICITATION NOTICE

J -- B16 Generator PLC Upgrade

Notice Date
2/26/2026 2:02:50 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W7M9 USPFO ACTIVITY KSANG 184 MCCONNELL AFB KS 67221-9000 USA
 
ZIP Code
67221-9000
 
Solicitation Number
W50S7X-26-B-A001
 
Response Due
3/12/2026 12:00:00 PM
 
Archive Date
03/27/2026
 
Point of Contact
Joshua Kingori, Phone: 3167597590, Vernon Verschelden, Phone: 7856460852
 
E-Mail Address
184WG.MSG.CONTRACTING@us.af.mil, vernon.l.verschelden.civ@army.mil
(184WG.MSG.CONTRACTING@us.af.mil, vernon.l.verschelden.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Invitation for Bids (IFB) Set-Aside for Small Businesses NAICS Code: 238210 � Electrical Contractors and Other Wiring Installation Contractors 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 will shall consist of but is not limited to the following: Inspect, troubleshoot, and repair or replace generator PLC controls. PLC is a Telmecanique/Advantys STBNMP2212 PLC Island and connected output modules controlling a Kohler 1.5 MW Diesel Generator set. Contractor is to troubleshoot and repair PLC to original installation parameters. Verify restored PLC/Generator set operations and communication. 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 generator�s PLCs NOTE: Prime contractor is required to subcontract with 3E Company (electrical Engineering & Equipment Co.) since they are the designated OEM regional representatvie 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. The tentative date for issuing the solicitation is on-or-about 13 April 2026. The tentative date for the pre-bid conference is on-or-about 20 April 2026, 0900 local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 4 May 2026 via email to 184WG.MSG.CONTRACTING@us.af.mil The bid opening date is tentatively planned for on-or-about 20 May 2026. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/20fbffc0b7c64bea8cfc8d02c7d7a253/view)
 
Place of Performance
Address: McConnell AFB, KS 67221, USA
Zip Code: 67221
Country: USA
 
Record
SN07727981-F 20260228/260226230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.