AMENDMENT - CHAIN HOIST MOGAS SYSTEM
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 FLC SIGONELLA NAPLES OFFICE, is soliciting proposals for a CHAIN HOIST MOGAS SYSTEM (New Product# CM-C1311−0050SR). This requirement is for one (1) 1/2 Ton Zephyr Plain Army Type Chain Hoist, relabeled to 1,000 lbs capacity, with spark-resistant construction, to be delivered to Sigonella, Italy. This is a Total Small Business Set-Aside. Proposals are due April 20, 2026, at 09:00 AM Central European Time.
Scope of Work
This solicitation is for the procurement of one (1) 1/2 Ton Zephyr Plain Army Type Chain Hoist for the MOGAS system. The hoist must be relabeled to 1,000 lb capacity and constructed for spark resistance. Key material requirements include:
- Load Chain Material: Stainless Steel
- Hoist Hand Chain Material: Stainless Steel
- Hook Material: Bronze (with stainless steel hook latch)
- Bottom Block Material: Bronze
- Brake Ratchet Material: Bronze
- Trolley Wheels Material: Bronze
- Hand Chain Wheel Guard Material: Aluminum
- Jaws: Stainless steel
- Lift: 20 feet
- Hand Chain Drop: 10 feet
- Flange Width: 3" to 4-5/8"
Contract & Timeline
- Contract Type: Firm Fixed Price
- Delivery: 245 days after contract award
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333923, Size Standard: 1250 employees
- Proposal Due: April 20, 2026, 09:00 AM Central European Time (extended by amendment)
- Published Date: April 8, 2026 (Amendment date)
- Place of Performance/Delivery: SW3170 DLA DISTRIBUTION SIGONELLA ITALY BLDG 452, NAS 2 STRADA STATALE, STRADA STATALE 417 SIGONELLA, ITALY
Evaluation & Submission
Award will be made to the Lowest Price Technically Acceptable (LPTA) Offeror. Evaluation factors include Technical Capability (rated as "acceptable" or "unacceptable") and Price. Only technically acceptable quotes will be evaluated for price. Offerors must submit a signed SF-1449 with CLINs pricing. Quotes must be received electronically via email. Prices must be held firm for 90 calendar days from the quote receipt date.
Additional Notes
The solicitation incorporates FAR clauses 52.212-1, 52.212-4, and 52.212-2 by reference. Invoices must be submitted electronically through Wide Area Work Flow (WAWF). Tax exemptions for Italy apply; contractors must include specific information on invoices and retain a certified copy for non-payment of IVA tax. Primary Contact: Carmelita Saggese (carmelita.saggese2.ln@us.navy.mil, 011390815684210). Secondary Contact: Yarinee Tafur (yarinee.tafur.civ@us.navy.mil, 390815686705).