Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SOURCES SOUGHT

58 -- MK59 MLCP and LCP Spare Parts and Repairs

Notice Date
12/2/2025 6:53:34 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426SNB19
 
Response Due
12/16/2025 9:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Eric Zipperle, Phone: 8128546389
 
E-Mail Address
eric.zipperle@navy.mil
(eric.zipperle@navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Request for Information/Sources Sought Notice is being issued by the Naval Surface Warfare Center, Crane Division (NSWC-CR) located in Crane, Indiana. NSWC-CR is conducting market research for vendors with the capabilities and facilities to provide support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships. Efforts will include procurement of components, TT&E, repairs and engineering services for the MK 244 Master Launcher Control Panel (MLCP) (P/N 8603317 Rev 01) and Local Control Panel (LCP) (P/N 8603339) supported by Naval Surface Warfare Center, Crane Division (NSWC-CR). The MK 244 MLCP and LCP are key components of the MK 59 DLS, which is an inflatable passive floating decoy system capable of providing protection against Anti-Ship Missiles (ASMs). The Government is requesting market information from industry for the services and supplies as described below. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to Lakenheath Electronics Design, 4915 Saint Elmo AVE STE 501, Bethesda, Maryland, 20814, in accordance with Statutory Authority of 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(a)(2), only one responsible source and no other type of supplies or services will satisfy agency requirements. The basis for restricting competition is the proprietary design of the MLCP and LCP units and the manufacturer�s ability to produce them and perform TT&E and repairs. These are a particular product to one manufacturer, and the unacceptable delays and duplicative cost in fulfilling the agency requirement through any other source would impact the mission. The Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to provide MLCP and LCP units, TT&E and Repairs, or performance on other Government contracts with similar efforts. This sources sought notice is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. This does NOT constitute a Request for Proposal (RFP). The Government is NOT seeking or accepting unsolicited proposals. This notice shall NOT be construed as a contract, a promise to contract, or a commitment of any kind by the Government. If a solicitation is issued in the future, it will be announced via theSAM.gov website, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this sources sought notice. Response Requirements: General. All interested parties are encouraged to submit company and product literature, a white paper no longer than 10 pages to the Contract Specialist, Eric Zipperle, eric.r.zipperle.civ@us.navy.mil, by the closing date and time of this sources sought notice. The subject field of the email should contain �MLCP/LCP RFI Response.� Responses should provide sufficient detail for assessment of potential contracting strategies and company interest. Failure to provide a response does not preclude participation in any possible future RFP, if issued. Please be advised that all submissions in response to this sources sought notice will become Government Property and will not be returned. Submitters should properly mark their responses with appropriate restrictive markings. Information that is proprietary or competition sensitive will be protected from disclosure under the public records law only if properly labeled as such. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist�s email address. Verbal questions will not be accepted. Questions shall not contain classified information. Content. Responses shall be organized into the following sections with the following information: Cover Sheet � Sources sought notice number and title, date of submission, company name, company address, and technical point of contact containing a printed name, title, email address, and telephone number Company Profile � Include the following information: Company Name Company Address Commercial and Government Entity (CAGE) Code Point of Contact E-mail Address Website address Telephone Number Business Category/Size (e.g., large, small disadvantaged, veteran, woman owned, etc.) General Response Information � The Navy requests a capability statement or product literature which addresses the following: Detailed description of relevant industry experience or past performance as it relates specifically to the MK59 Decoy Launching Systems on U.S. Navy ships. Any other pertinent information relevant to assess capabilities/approach such as a description with performance parameters and a statement of current availability, summary or prior production and/or testing, test reports, a budgetary estimate and lead times for production and repair of these components, or other available data to provide support to this system. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Classification. Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will NOT be responsible for any proprietary information not clearly marked. Respondents may include information that is not within the scope of this request for submissions, but must be relevant to the overall goals. In addition, if responses include technical requirements that have been identified as CUI in accordance with NIST SP 800-171, the documents shall be identified with the appropriate category markings. See https://www.archives.gov/cui/registry/category-marking-list for guidance. Deadline. Respondents must submit program/idea/concept white paper(s) for review and consideration to NSWC Crane Points of Contact identified above no later than 12:00PM ET 30 December 2025. No additional forms or other materials are needed. Any changes or updates to this announcement can be found at the Government Point of Entry SAM.gov. Individual notifications will not be sent to respondents. It is the respondents� responsibility to monitor and respond accordingly to Government announcements. Disclaimer: This RFI/SS Announcement is issued solely for information and market research purposes and does not constitute a contractual solicitation or a promise to issue a solicitation in the future or ultimately award a contract. NSWC Crane is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this request for submissions. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this request for submissions. The Government intends to use the information received in response to this RFI/SS Notice for planning purposes. The Government will not award a contract directly on the basis of this RFI/SS Notice or to otherwise pay for the information solicited.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f5f7ed0147d2460caf5fafc83c1e6b40/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN07655738-F 20251204/251202230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.