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: ea2024061c614672a4214f2f837bf8c9
TypePresolicitationNAICS 334511PSC5865DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 11, 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.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00024-25-R-5504. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$4,572,884,649
Sector total $52,180,653,996 • Share 8.8%
Live
Median
$111,180
P10–P90
$31,317$29,791,404
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
8.8%
share
Momentum (last 3 vs prior 3 buckets)
+51%($921,056,439)
Deal sizing
$111,180 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

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 public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.