Opportunity

SAM #N0016426RWR09

Sole Source Procurement for MK59 MLCP and LCP Spare Parts and Repairs

Buyer

NSWC Crane

Posted

May 11, 2026

Respond By

May 26, 2026

Identifier

N0016426RWR09

NAICS

334511, 336419, 334419

This opportunity involves a sole source procurement by the Naval Surface Warfare Center (NSWC), Crane Division for critical shipboard defense system components and services. - Government Buyer: - Naval Surface Warfare Center (NSWC), Crane Division, under NAVSEA, Department of the Navy - OEM and Vendor: - Lakenheath Electronics Design (sole source, proprietary manufacturer) - Products Requested: - MK 244 Master Launcher Control Panel (MLCP) - Part Number: 8603317 Rev 01 - Spare parts for shipboard missile defense - Local Control Panel (LCP) - Part Number: 8603339 - Spare parts for shipboard missile defense - Services Requested: - Test, teardown, evaluation (TT&E), repairs, and engineering services for MLCP and LCP - Unique Requirements: - Sole source justification due to proprietary design and lack of government technical data - Only Lakenheath Electronics Design can provide these items and services - Firm-Fixed Price contract with a five-year term and $12 million ceiling - Place of Performance: - NSWC CRANE, WARFARE CENTER, 300 HIGHWAY 361, CRANE, IN 47522-5001

Description

Naval Surface Warfare Center (NSWC), Crane Division, has a requirement for components, TT&E, repairs, and engineering services of the MK 244 Master Launcher Control Panel (MLCP) (P/N 8603317 Rev 01) and Local Control Panel (LCP) (P/N 8603339), which are key components of the MK 59 Decoy Launching System (DLS). The MK 59 DLS is an inflatable passive floating decoy system capable of providing protection against Anti-Ship Missiles (ASMs). The MK 59 DLS is a deck-mounted countermeasure system used to launch an advanced inflatable radar decoy cartridge to confuse hostile tracking and homing associated with ASM threats. The system consists of a deck-mounted launcher connected to an operator control panel used to launch the decoy.  

The Government intends to award a Firm-Fixed Price (FFP) contract with a five-year term. The anticipated contract ceiling is $12,000,000.00.

SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Lakenheath Electronics Design, 4915 Saint Elmo Ave. STE 501, Bethesda, Maryland, 20814, under the authority of FAR 6.103-1 only one responsible source and no other supplies or services will satisfy agency requirements. The requirement is being solicited on a sole source basis because of the proprietary design of the MLCP and LCP units and the manufacturer’s ability to produce them and perform TT&E and repairs. The Government does not possess the necessary data or drawings of the latest design or configuration to be able to compete manufacture and sustainment of MLCP and LCP units. 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. All responsible sources may submit a proposal, as appropriate, which will be considered by the agency.

However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement.

Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or at https://www.sam.gov. Information about the JCP is at https://www.dla.mil/logistics-operations/services/joint-certification-program/. The controlled attachments will be posted at the same time the solicitation is posted.

Questions or inquiries should be directed to Maggie Riser, Code 0232, e-mail margaret.j.riser.civ@us.navy.mil.  Please reference the above solicitation number when responding to this notice.

View original listing