MK 137, MOD4, DECOY LAUNCHERS
ID: N5005426Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

NAICS

Ship Building and Repairing (336611)

PSC

GUNS, OVER 125MM THROUGH 150MM (1020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide new SRBOC Decoy Launchers as outlined in the attached Statement of Work (SOW). This procurement is part of a Combined Synopsis/Solicitation process, and all items must be new, as refurbished or used parts will not be accepted. The Decoy Launchers are critical for enhancing naval defense capabilities, ensuring the protection of vessels against various threats. Interested vendors should submit their responses to the solicitation identified by RFQ number N5005426Q0029, and can contact Erica Crandall at erica.c.crandall.civ@us.navy.mil or by phone at 4000779 for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    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.
    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.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    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.
    USS COLE (DDG-67) SCUTTLE LOWER AND UPPER SONAR DOME PARTS
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified vendors to supply new Scuttle Lower and Upper Sonar Dome parts for the USS COLE (DDG-67). The procurement specifically requires Decoupling Rubber parts, as detailed in the attached Statement of Work, and emphasizes that all materials must be new, with no refurbished or used parts accepted. This opportunity is a Total Small Business Set-Aside, highlighting the importance of supporting small businesses in defense contracting. Interested parties must submit their technical and price quotes by December 11, 2025, with the required delivery date set for February 28, 2026, to DLA Distribution Norfolk, VA. For further inquiries, vendors can contact Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.
    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.
    10--STAND OFF LINK ROTO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 units of the Stand Off Link Roto, identified by NSN 1005011868490. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of two. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    MODULATOR,SONAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Modulator for sonar applications. This contract requires compliance with specific quality assurance standards, including ISO 9001, and entails higher-level inspection and acceptance processes to ensure the reliability and performance of the underwater sound equipment. The Modulator is critical for enhancing sonar capabilities, which are vital for various defense operations. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to review the solicitation for detailed requirements and submission guidelines.
    rail launcher
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure a rail launcher, specifically categorized under the PSC code 1440 for guided missile launchers. The procurement is part of a Justification and Approval (J&A) posting, indicating a specialized requirement, although specific details have been redacted. Rail launchers are critical components in missile systems, playing a vital role in the operational capabilities of defense systems. Interested parties can reach out to Michael Romine at michael.1.romine@dla.mil or Al Condino at al.1.condino@dla.mil for further inquiries, with Al Condino also available by phone at 256-924-7954.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.