Refurbishment and Factory Acceptance Testing of SEAMAC Winch
ID: N0016726Q1024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a contractor for the refurbishment and factory acceptance testing of a SEAMAC winch, with the intention to award a firm fixed price contract on a sole-source basis to Okeanus Science & Technology. The project involves restoring the operational capability of the SEAMAC winch, which has been in service since 2001 and is critical for towed array testing aboard the R/V CHINOOK, following a failed dynamic testing event. The contractor will be responsible for all labor, tools, supplies, and equipment necessary to refurbish the winch to original specifications, validate its performance through comprehensive testing, and deliver an Acceptance Test Report and a Government Property Inventory Report by December 31, 2025. Interested parties may submit capability statements by December 10, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil for consideration in future competitive procurements.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SADDLE WINCH REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources for the repair and delivery of a Saddle Winch for the USS Kearsarge. This opportunity is a Sources Sought notice aimed at identifying experienced contractors capable of fulfilling a Firm Fixed Price (FFP) contract, although it does not constitute a Request for Quote (RFQ) and does not obligate the Government in any way. The Saddle Winch is critical for operational capabilities aboard naval vessels, underscoring the importance of reliable and efficient equipment in maritime operations. Interested parties are encouraged to submit their expressions of interest, including company details and business size classifications, to Sara McGeein at sara.e.mcgeein.civ@us.navy.mil by 10:30 AM EST on December 9, 2025.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    61--CONTROLLER,WINCH, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two controllers for winches under a sole source contract. This procurement involves the repair of the controller, identified by NSN 7R-6110-016444306-AM and part number 70553-01007-104, which is critical for maintaining operational capabilities. The government intends to award this requirement under an established Basic Ordering Agreement (BOA) due to the lack of sufficient data to contract with alternative sources, emphasizing the importance of government source approval for new suppliers. Interested parties must contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil for further details, and proposals must include the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered.
    Large Hydrostatic Test Chamber Design and Fabrication
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to negotiate and award a contract for a Tester, Torque Wrench, under a justification for other than full and open competition. This procurement is critical for ensuring the accuracy and safety of torque indicating equipment used on various naval ship classes, including DDG, NBU, SSGN, and CG 65, as the item is essential for verifying torque settings in military applications. The only approved source for this item is A K O Inc, which has met all necessary qualifications to provide the required equipment. Interested parties can reach out to Daniel Shepley at 1-717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil for further details regarding this opportunity.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.