MK59 MLCP and LCP Spare Parts and Repairs
ID: N0016426SNB19Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Vertical Launching System (VLS) Launch Sequencer (LSEQ)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting a Sources Sought notice to identify potential sources for the manufacture and delivery of the Vertical Launching System (VLS) Launch Sequencer (LSEQ) and associated components. The procurement encompasses the fabrication, assembly, testing, and delivery of various kits and modules, including Maintenance Assistance Module kits, Ethernet Switch Modules, and Missile Electronics Boxes, adhering to strict quality assurance and configuration management standards. This initiative is critical for maintaining and enhancing naval capabilities, ensuring compliance with military specifications and operational security. Interested parties are encouraged to submit their capability statements and company information to the primary contact, Michael Torres, at michael.l.torres2.civ@us.navy.mil, with responses limited to 20 pages and due by the specified deadline.
    Control. Interface
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    SPRRA224R0088 MLRS SPARES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
    6150014481171; 32N FA18 AIRCRAFT ARMAMENT; 43N F/A-18 HORNET; 55N HARRIER; F0N MISSLE LAUNCHER LAU-127 SERIES; H1N NAVY/MARINE AIRCRAFT ARMAMENT EQUIPMENT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of NSN 6150-014481171, which pertains to various aircraft armament equipment for the Navy and Marine Corps, including components for the F/A-18 Hornet and Harrier. The objective is to find capable organizations that can provide all necessary labor, materials, and equipment for the new manufacture of these items, which may include component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of military aircraft and ensuring the availability of essential armament systems. Interested parties are invited to submit their capability statements by December 8, 2025, at 2:00 PM EST, via email to LaDonna Groven at LaDonna.Groven@dla.mil, as there is no current solicitation and the government assumes no financial responsibility for costs incurred in response to this notice.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    N0016425SC001 CSO
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    MODULE ASSEMBLY,JET
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking sources for the procurement of approximately 320 units of the MODULE ASSEMBLY, JET, identified by NSN 1720-012204591, under a Total Small Business Set-Aside. This procurement is critical for aircraft launching and recovery equipment, emphasizing the need for compliance with stringent quality and technical requirements, including documentation for source approval and adherence to specific packaging and inspection standards. Interested vendors are encouraged to respond to the Sources Sought Notice by completing the attached market survey and submitting it to Nathanial Young at nathanial.e.young@dla.mil by December 15, 2025, to facilitate the government's acquisition decisions.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.