Skip to content
Department of Defense

SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration

Solicitation: N00024-25-R-5504
Notice ID: cb900808e97d41d0bfd71846a27abd90
TypePresolicitationNAICS 334511PSC5865DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 02, 2026, 12:00 AM UTCDueFeb 06, 2026, 09:30 PM UTCExpired

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 06, 2026. Industry: NAICS 334511 • PSC 5865.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,902,979,570
Sector total $20,371,516,771 • Share 9.3%
Live
Median
$70,342
P10–P90
$23,440$1,725,477
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.3%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,190)
Deal sizing
$70,342 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington Navy Yard, District of Columbia • United States
State: DC
Contracting office
Washington Navy Yard, DC • 20376-5000 USA

Point of Contact

Name
Ryan Brophy
Email
ryan.p.brophy.civ@us.navy.mil
Phone
2027812605
Name
Peter Brown
Email
peter.f.brown13.civ@us.navy.mil
Phone
2028267925

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA HQ • NAVSEA HQ
Contracting Office Address
Washington Navy Yard, DC
20376-5000 USA

More in NAICS 334511

Description

30 January 2026

The RFP has been posted to SAM.gov under the Notice ID N0002426R5504. Please follow the directions provided under that Notice ID to gain access to the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. 

02 December 2025

Let this posting serve as Government approval for all companies currently with approved SEWIP Government Furnished Information (GFI) Terms of Use Agreements to retain access to the SEWIP GFI for an extension of 120 days from 02 December 2025.

It should be noted all requirements within each approved CLASS / UNCLASS Terms of Use Agreement are still in effect.

Additionally, the Government anticipates RFP release in January 2026.

Please feel free to reach out to listed Government POCs if you have any questions and continue to monitor SAM.gov for updates regarding the subject effort.

Note - The Government is not seeking specific responses from interested companies by the stated response date of January 30, 2026: the response date listed on the SAM.gov is for administrative purposes only.  However, the listed POCs are available to field questions and process requests for any of the available pre-solicitation artifacts.

25 June 2025

The Government is making available a DRAFT of Section L - Instructions, Conditions, and Notices to Offerors or Respondents, as well as updated DRAFT Sections B & C. Please contact the POCs listed to receive the file. 

Note - The Government continues to welcome feedback but cannot guarantee providing additional responses or Government action prior to release of the final RFP.

14 April 2025

The Government is making available a Third Batch of Industry Questions and Government Responses as part of this Pre-Solicitation Synopsis/Notice. Please reach out to the POCs listed to receive the file.

Note - The Government continues to welcome feedback but cannot guarantee providing additional responses or Government action prior to release of the final RFP.

17 March 2025

The following artifacts have been made available. Please reach out the listed POCs and provide your CAGE code to receive access to the files.

  1. Government Furnished Information (GFI) (posted on SAM.gov via Notice ID N00024-24-R-5504 on 14 June 2024)
    • Requires Terms of Use Agreements
  2. DRAFT Sections B & C of the RFP (posted on SAM.gov via Notice ID N00024-24-R-5504 on 16 December 2024)
  3. First Batch of Industry Questions and Government Responses (posted on SAM.gov via Notice ID N00024-24-R-5504 on 18 February 2025)
  4. Second Batch of Industry Questions and Government Responses (posted on SAM.gov 17 March 2025)
  5. DRAFT Delivery Order Schedule (posted on SAM.gov 17 March 2025)
  6. MIL Standards on Current SEWIP Contracts (posted on SAM.gov 17 March 2025)

13 March 2025 

Document Type: Procurement/ Presolicitation Synopsis 

Notice Number: N00024-25-R-5504 

Disclaimer: This pre-solicitation notice is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government will not reimburse the cost of any submission in response to this announcement -- the entire cost of any submission will be at the sole expense of the source submitting the information. If a solicitation is issued in the future, it will be announced separately on SAM.gov and all 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 notice. Submission of a response to this notice does not constitute a request to be added to a bidders list or to receive a copy of a future solicitation. 

SYNOPSIS 

The U.S. Navy must maintain and modernize to meet current and future operational requirements. The Naval Sea Systems Command (NAVSEA) intends to issue the competitive solicitation N00024-25-R-5504 for an Indefinite Delivery Indefinite Quantity- Multiple Award Contract (IDIQ-MAC) for the procurement of Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration requirements. 

The Government intends to utilize the IDIQ-MAC to support current and future SEWIP AN/SLQ-32(V) systems and subsystems, including products and/or services to design, develop, fabricate, prototype, integrate, test, maintain, and support the multiple variants of AN/SLQ-32(V). 

The anticipated period of performance of the base period shall be approximately five (5) years from date of contract award (with the potential of a five (5) year ordering period option). 

The AN/SLQ-32 Electronic Warfare (EW) system performs the mission of early detection, signal analysis, threat warning and protection from anti-ship missiles. SEWIP is the evolutionary acquisition and incremental development program to upgrade the AN/SLQ-32 EW system in blocks. The SEWIP Block 1B3 provides the High Gain High Sensitivity (HGHS) adjunct sensor. The SEWIP Block 2 provides Electronic Support (ES) capability improvements by providing an upgraded receiver and antenna group, as well as improved Electromagnetic Interference (EMI) mitigation and combat system interface. The SEWIP Block 3 provides Electronic Attack (EA) capabilities. 

AN/SLQ-32(V)6, the latest fielded variant of the AN/SLQ-32, incorporates the High Gain High Sensitivity (HGHS) adjunct sensor developed under the SEWIP Block 1B3 and the receiver, antenna, and combat system interface upgrades developed under the SEWIP Block 2 ACAT II program. AN/SLQ-32(V)6 also includes the following ancillary equipment: the Specific Emitter 

Identification (SEI) adjunct sensor, the AN/SLA-10D blanker, and the Liquid Conditioning Unit (LCU). 

AN/SLQ-32C(V)6, also known as SEWIP Lite, is a scaled variant of the AN/SLQ-32(V)6 that provides early detection, signal analysis, threat warning and protection from anti-ship missiles for smaller ship classes. 

AN/SLQ-32(V)7, the next variant of the AN/SLQ-32, and SOEA, a future variant, integrates Electronic Attack (EA) capabilities under the SEWIP Block 3 ACAT II program with the AN/SLQ-32(V)6 and Soft-Kill Coordination System (SKCS) on existing and select new construction ships. 

A sources sought notice N00024-24-R-5504 was issued related to this synopsis on SAM.gov on 18 December 2023.

A DRAFT Sections B&C of the solicitation, Questions and Government Responses, and both UNCLASS and CLASS Government Furnished Information (GFI) has been made available. Please review the prior postings under SAM.gov Notice ID N00024-24-R-5504 and contact the POCs listed in order to receive access. 

It should be noted that merely expressing interest (to include any response generated by artificial intelligence) and/or failing to demonstrate your firm’s ability to meet the requirements identified above will not be considered. 

If a solicitation is issued it will be done electronically via the System for Award Management (SAM) website (https://sam.gov) and interested parties must comply with that announcement. SAM is the single point of entry for posting of the synopsis and solicitations. Interested offerors should monitor SAM for the release of the solicitation, and any applicable amendments. Offerors must be registered in SAM in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.