This government file, DD FORM 1423, outlines the Contract Data Requirements List for the SEAMAC Array Winch Repair project, executed by Okeanus. It specifies two key data items: an Acceptance Test Report (A001) and a Government Property Inventory Report (A002). The Acceptance Test Report requires detailed static and dynamic factory acceptance testing results for the refurbished winch, to be submitted once as-generated in the contractor's format. The Government Property Inventory Report requires the contractor to track Government Furnished Property using an Excel template provided by the Contracting Officer, with submission required at the End of Contract. Both reports necessitate Distribution Statement D, restricting access to the Department of Defense and U.S. DoD contractors, and prefer encrypted electronic submission in Microsoft Office or PDF formats. Technical Points of Contact for these submissions are Travis Beckett and Nick Jones from NSWCCD, ARD, Code 7280. Additionally, the Government Property Inventory Report requires a copy to be sent to the Code 107 Accountable Property Officer.
The DI-MGMT-80441D Data Item Description outlines the requirements for a Government Property (GP) Inventory Report, superseding DI-MGMT-80441C. This report is essential for contractors to periodically provide the Department of Defense (DoD) Service or Agency with an inventory of GP, encompassing both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), held under contract. Applicable to all contracts involving GP, the DID mandates an electronic .xls or .xlsx compatible format. The report must include specific data fields such as Contract Number, Asset Identification Numbers (Agency/Service and Contractor), Item Description, Manufacturer details, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (for GFP), Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This ensures comprehensive tracking and accountability of government property in contractor possession.
DI-QCIC-81891 is a Data Item Description (DID) for the Acceptance Test Report (ATR). This document outlines the format, content, and intended use of the ATR, which contractors must submit to demonstrate that a system meets performance specifications and contract requirements. The ATR should include test article identification, testing dates and locations, operator details, test results (both satisfactory and unsatisfactory), contractor's conclusions, proposed corrective actions, and all supporting data and analysis. The contractor's own format for the report is acceptable. This DID is crucial for ensuring that systems developed under government contracts are thoroughly tested and documented, aligning with the stringent requirements of federal and state procurement processes.
The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a combined synopsis/solicitation for the refurbishment and factory acceptance testing of a SEAMAC winch. This is a sole-source solicitation, with the Government intending to contract with Okeanus Science & Technology. The SEAMAC winch, in service since 2001, is essential for towed array testing aboard the R/V CHINOOK and requires comprehensive refurbishment to restore its operational capability after a failed dynamic testing event. The contractor will be responsible for providing all necessary labor, tools, supplies, and equipment to refurbish the winch to original specifications, validate its performance through static and dynamic factory acceptance testing, and perform all work at their facility. Deliverables include an Acceptance Test Report and a Government Property Inventory Report. The period of performance is from December 12, 2025, to December 31, 2025, with delivery due on or before December 31, 2025. Interested parties may submit capability statements by December 10, 2025, at 10:00 AM EDT to be considered for future competitive procurements. The document also details various FAR and DFARS clauses, including instructions for Wide Area WorkFlow (WAWF) payment submissions and contacts for contract administration.
The NSWCCD SAP Non-Competitive Procurement Justification Memo outlines the rationale for a sole-source procurement to Okeanus Science & Technology for the repair and service of a Sea-Mac winch. The justification is based on the fact that the original manufacturer, Sea-Mac, has ceased operations. Okeanus Science & Technology acquired DT Marine Products, which was founded by former Sea-Mac personnel and retained proprietary knowledge, designs, tooling, and intellectual property essential for servicing Sea-Mac winches. Market research indicates that only Okeanus is qualified for these repairs. The memorandum cites FAR 13.106-1(b)(1)(i) and FAR 8.405-6, emphasizing Okeanus's unique proprietary knowledge and the high risk of inadequate repair and potential mission jeopardy if another source is used. The document includes certifications from technical/requirements personnel and approval from the contracting officer.