Skip to content
Department of Defense

Medium Unmanned Surface Vessel (MUSV) Family of Systems (FoS) program- Request for Prototype Proposal

Solicitation: N00024-26-R-6326
Notice ID: ff56bfb18bb646c980541670cda4b056
TypeCombined Synopsis SolicitationNAICS 336611PSC1905Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedApr 09, 2026, 12:00 AM UTCDueApr 17, 2026, 04:00 PM UTCCloses in 8 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Apr 17, 2026. Industry: NAICS 336611 • PSC 1905.

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: N00024-26-R-6326. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,823,652,797
Sector total $52,180,653,996 • Share 61.0%
Live
Median
$149,419
P10–P90
$24,449$2,365,440
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
61.0%
share
Momentum (last 3 vs prior 3 buckets)
+256%($17,850,980,201)
Deal sizing
$149,419 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
Not listed
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
Cassandra Brese
Email
cassandra.j.brese.civ@us.navy.mil
Phone
Not available
Name
Kevin Hubbard
Email
kevin.a.hubbard.civ@us.navy.mil
Phone
Not available

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 336611

Description

UPDATE 2 (4/9/2026): The purpose of this notice is to upload Government responses to questions submitted by Industry and to update the following attachments:

  • 26March2026 Solicitation Guidance_rev_1
  • Attachment J-1 MUSV SoW
  • Attachment J-5 MUSV Test Plan
  • Attachment J-7 Cost Estimate Table Template

UPDATE 1 (4/1/2026): The purpose of this notice is to update attachment “26March2026 Solicitation Guidance” section 3.1.4. and add “Attachment L-1 Offeror’s Question Submittal Form”. The updated Solicitation Guidance reads as follows: “The Government is providing an opportunity for Industry to submit questions from 1 April 2026 to 4 April 2026 at 5:00p.m. Local Time (Washington, District of Columbia) under this solicitation. Please submit questions electronically to Cassandra Brese (cassandra.j.brese.civ@us.navy.mil) and Kevin Hubbard (kevin.a.hubbard.civ@us.navy.mil). The subject of the email shall read “MUSV N00024-26-R-6326 Question- [COMPANY NAME]”

This is a Portfolio Acquisition Executive for Robotic and Autonomous Systems (PAE RAS) requirement. The Navy is pleased to announce the Medium Unmanned Surface Vessel (MUSV) Family of Systems (FoS) program. MUSV uses modular design principles to create adaptable and resilient solutions that can effectively counter evolving threats. We invite interested parties with expertise in innovative solutions to complex problems, vessel construction, autonomy, perception systems, and general maritime experience to participate in this exciting opportunity.

To accelerate the design, development and demonstration of MUSV capabilities, the Navy will be utilizing the Other Transaction Authority pathway as outlined in Title 10 U.S.C. § 4022. It is intended that this solicitation will result in the award(s) of prototype project(s), which may include commercially available technologies fueled by commercial or strategic investment that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. The initial effort, as solicited in this notice, will focus on offerors who can perform and successfully complete an MUSV autonomy and vessel performance test.

The Solicitation Guidance provides information on how to respond to this solicitation and the guidelines for proposals.

The following attachments to this notice are included below:

J-1 MUSV SOW

J-4 Payload Space Weight Power Cooling and Interfaces

J-5 MUSV Test Plan

J-6 Data Assertions List 

J-7 Cost Estimate Table 

J-8 Placemat Table

All proposals shall be submitted electronically via email and must be received no later than 17 April 2026, at 12:00p.m. Local Time (Washington, District of Columbia) to the following addresses:


TO: Ms. Cassandra Brese – cassandra.j.brese.civ@us.navy.mil and Mr. Kevin Hubbard- kevin.a.hubbard.civ@us.navy.mil
 

SUBJECT LINE: MUSV N00024-26-R-6326 Response [COMPANY NAME]

Companies are encouraged to submit proposals prior to the latest closing date. Inclusion of a delivery receipt with an email submission will be the only indication of successful receipt of proposal. File size is limited to 10MB per email. Companies are responsible for ensuring their email size does not exceed the 10MB limitation. File sizes larger than 10MB and .zip file extensions may be stripped by the Navy email system. Links to online share drives such as google drive, dropbox, etc. will not be accepted. One email is acceptable as long as it does not exceed 10MB. If it exceeds 10MB, companies may separate their submission among multiple emails and should number them (e.g., 1 of 3, 2 of 3, 3 of 3).
NOTE: HARD COPIES OF MAILED OR HAND DELIVERED WHITE PAPERS WILL NOT BE ACCEPTED.

Submissions sent through other channels or after the deadline will not be reviewed nor evaluated.

Files

Files size/type shown when available.

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.