Sole Source to Innovative Professional Solutions for MK12 and MK14 Minesweeping Cutters Refurbishment
ID: N61331-25-T-JK19Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source contract to Innovative Professional Solutions for the refurbishment of MK12 and MK14 minesweeping cutters. This procurement aims to address specific wear and fit issues related to the SLQ-37 minesweeping cable systems, ensuring operational readiness and effectiveness. The selected contractor, Innovative Professional Solutions, is uniquely qualified due to its proprietary knowledge and established refurbishment procedures, making it the only entity capable of fulfilling these requirements efficiently. The projected value of this firm fixed price purchase order is under $250,000, and interested parties can direct inquiries to Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum serves as a “Sole Source Justification” for the Naval Sea Systems Command to acquire refurbishment support for minesweeping cutters from Innovative Professional Solutions Incorporated (IPS). The action entails awarding a firm fixed price purchase order to IPS for the installation and testing of mechanical minesweeping systems, specifically for the SLQ-37 minesweeping cable systems. The refurbishment will resolve wear and fit issues, with a projected value under $250,000. IPS is uniquely qualified due to its proprietary knowledge and development of refurbishment procedures for the MK 12 and MK 14 Minesweeping Cutters, making it the only contractor capable of executing the necessary tasks effectively. The contracting officer has concluded that this order represents the best value for the government, anticipating that competition would result in delays detrimental to operational requirements. The memorandum asserts that no market research was necessary as IPS is the only entity capable of fulfilling the government's needs, with the intent to post this procurement opportunity on SAM.gov for transparency. This justification reflects a commitment to expediency and quality in meeting the Navy's operational needs for minesweeping capabilities.
    The government file outlines important contract terms and conditions applicable to federal contracts, particularly those related to the Navy (NAVSEA). Key sections include delivery requirements (F.O.B. Destination and Origin), payment protocols via Electronic Submission and Wide Area Workflow, and a comprehensive list of contract clauses governing the conduct of contractors. Notable clauses include restrictions against certain telecommunications services, provisions for safeguarding sensitive information, and guidelines for contractor performance and invoicing. The document also delineates the roles of contract personnel, establishes administrative practices, and emphasizes compliance with federal regulations, particularly regarding labor standards and reporting requirements. The purpose of the file is to ensure fair and clear conduct in federal procurement, promote small business participation, and protect sensitive government information while maintaining high operational standards. Overall, this document serves as a guideline for potential contractors to navigate the complexities of government procurement regulations and responsibilities.
    Lifecycle
    Similar Opportunities
    SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contract for the new manufacture and overhaul of the MK-99 Subassembly Electrical Contract Ring, part number 2907651. This procurement is focused on maintaining and repairing ship and marine equipment, which is critical for the operational readiness of naval vessels. The justification for this sole source contract indicates the specialized nature of the required components and services. Interested parties can reach out to Logan Wagler at logan.d.wagler.civ@us.navy.mil or by phone at 812-854-1061 for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    10--SOLENOID,ELECTRICAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of electrical solenoids under a federal contract. This procurement aims to ensure the operational readiness of critical components used in torpedo and depth charge launchers, emphasizing the importance of maintaining high standards in military equipment. Interested contractors must provide a firm-fixed price quote for the full repair effort, including a teardown and evaluation of the components within 90 days of receipt, and adhere to specific quality assurance and packaging standards. For further details, potential bidders can contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.