MK59 MLCP and LCP Spare Parts and Repairs
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center (NSWC), Crane Division, is presoliciting for MK59 MLCP and LCP Spare Parts and Repairs, including components, testing, repairs, and engineering services for the MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP). These are critical components of the MK 59 Decoy Launching System (DLS). This is a sole source presolicitation with an anticipated Firm-Fixed Price (FFP) contract ceiling of $12,000,000.00 over a five-year term. The Government intends to negotiate with Lakenheath Electronics Design. Responses from all responsible sources are due by May 26, 2026.
Scope of Work
This requirement covers the provision of components, Test, Troubleshooting & Evaluation (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). These panels are integral to the MK 59 Decoy Launching System (DLS), an inflatable passive floating decoy system designed to protect against Anti-Ship Missiles (ASMs) by launching advanced inflatable radar decoy cartridges.
Contract & Timeline
- Type: Firm-Fixed Price (FFP)
- Duration: Five-year term
- Anticipated Ceiling: $12,000,000.00
- Set-Aside: None (Sole Source)
- Response Due: May 26, 2026, 6:00 PM ET
- Published: May 11, 2026
Sole Source Justification
The Government intends to award this contract to Lakenheath Electronics Design (4915 Saint Elmo Ave. STE 501, Bethesda, Maryland, 20814) under the authority of FAR 6.103-1, citing only one responsible source. This is due to the proprietary design of the MLCP and LCP units and the manufacturer's unique ability to produce, perform TT&E, and repair them. The Government lacks the necessary data or drawings for competitive manufacture and sustainment. While a sole source is intended, all responsible sources may submit a proposal for consideration. Information received will primarily be used to re-evaluate the sole source justification or potentially change the acquisition strategy.
Additional Notes
Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to receive controlled attachments. Information on SAM registration is available at https://www.sam.gov or by calling 1-866-606-8220. JCP information is at https://www.dla.mil/logistics-operations/services/joint-certification-program/. Controlled attachments will be posted with the solicitation. Questions should be directed to Maggie Riser at margaret.j.riser.civ@us.navy.mil, referencing the solicitation number.