ELECTRONIC CHAIN HOIST
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 / NAVSUP Fleet Logistics Center Puget Sound (FLCPS) intends to award a Firm Fixed-Price contract for Electronic Chain Hoists and Chain Hoists with Clamps. This is a brand name requirement for STUART RUSH/COLUMBUS MCKINNON products, with a Total Small Business Set-Aside. The place of performance is Sasebo, Japan. Offers are due by April 29, 2026, 10:00 AM Local Time.
Scope of Work
This solicitation covers two specific Contract Line Item Numbers (CLINs):
- CLIN 0001: One (1) Assembly of a GEARED TROLLEY MANUAL CHAIN HOIST WITH CLAMP (CHESTER, ZEPHYR, 2 TON CAP, 8 FT LIFT). Requirements include certification for 200% STATIC, 150% DYNAMIC, and 100% RATED LOAD TEST, a label plate, and an I-beam clamp. Manufacturer Part Number: N627586030E515.
- CLIN 0002: Two (2) Each of an ELECTRIC CHAIN HOIST (CM LODESTAR CLASSIC RR, 4,400 LB CAPACITY, 16-FPM, SINGLE-SPEED, 230/460V-3-60, 30' LIFT). Requirements include a 26' pendant cord, swivel hook, chain container, and test certificate, with 200% STATIC and 150% DYNAMIC tests.
- DFARS 252.211-7003 (Item Identification and Valuation) is applicable, requiring DoD unique identification or equivalent.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business.
- NAICS Code: 333923 with a Size Standard of 1250 employees.
- Place of Performance: Sasebo, Japan.
- Period of Performance: Delivery is required on or before June 22, 2026, for both CLINs. A single award will be made for all items.
Submission & Evaluation
- Offer Due Date: April 29, 2026, 10:00 AM Local Time.
- Questions Deadline: One day prior to the solicitation closing date.
- Submission: All responsible sources may submit a quotation, bid, or proposal. Invoices are to be submitted via WAWF (Wide Area WorkFlow) post-award.
- Evaluation Factors: The government will select the most advantageous offer based on technical (including delivery date), price, and past performance, in no order of relative importance. Price reasonableness and past performance will also be evaluated as part of the responsibility determination.
Eligibility & Notes
This is a brand name requirement; interested parties must be OEM STUART RUSH/COLUMBUS MCKINNON or authorized distributors. Offerors must be registered in SAM.gov. All quotes must note any exceptions to the solicitation's terms, conditions, specifications, or SOW/PWS; failure to do so will be considered as taking no exception.