SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
ID: N00024-25-R-5504Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation notice for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with an option for an additional five-year ordering period, and interested parties are encouraged to monitor SAM.gov for the official solicitation release. For further inquiries, potential bidders can contact Ryan Brophy at ryan.p.brophy.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit proposals for the full-rate production, design agent engineering, and integration of the SEWIP AN/SLQ-32(V) system. This procurement aims to enhance the capabilities of the SEWIP system, which is critical for electronic warfare and naval operations, particularly in search, detection, navigation, and guidance applications. The work will be performed at the Washington Navy Yard in the District of Columbia, with the primary contact for inquiries being Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil. Interested parties should stay alert for further announcements regarding the solicitation timeline and requirements.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 2
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit proposals for the full-rate production, design agent engineering, and integration of the SEWIP AN/SLQ-32(V) system. This procurement aims to enhance electronic warfare capabilities by providing advanced electronic countermeasures and counter-countermeasures equipment, which are critical for naval operations. The place of performance for this contract will be in Washington, District of Columbia, and interested parties can reach out to Alexander Gosnell or Matthew Brimmer via their respective emails for further information. The presolicitation notice indicates that the contract will be awarded in accordance with the NAICS code 541512, focusing on Computer Systems Design Services.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking contractors for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration project. This presolicitation opportunity focuses on engineering services related to electronic countermeasures, which are critical for enhancing naval warfare capabilities. The work will take place in Washington, D.C., and is essential for maintaining the operational readiness and effectiveness of naval forces. Interested parties can reach out to Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil for further information.
    AN/SLQ-25E “NIXIE” Follow-on Contract - RFI/Presolicitation Notice
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking responses for the AN/SLQ-25E “NIXIE” Follow-on Contract, as indicated in a presolicitation notice. This opportunity involves engineering services for the AN/SLQ-25E hardware units, which are critical for electronic countermeasures and operational security in naval operations. Interested vendors must adhere to stringent security protocols, including obtaining a Secret security clearance and complying with the Terms of Use Agreement for government-furnished information, which includes essential documents for the project. For further inquiries, vendors can contact Stacy Noble at stacy.e.noble.civ@us.navy.mil or Ronda Pelosi at ronda.m.pelosi.civ@us.navy.mil.
    R&S Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking potential sources for the production of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This Sources Sought notice aims to identify businesses capable of fabricating, assembling, testing, and delivering the LwLCCA, which is a passive planar array designed to enhance situational awareness and collision avoidance for submarines operating in high-density environments. Interested companies must demonstrate their technical capabilities and past performance related to similar projects, with submissions due by March 27 at 11:59 EDT to the designated contacts, Matthew Nalls and Zachary Cooper, via their provided email addresses. Access to the Draft LwLCCA Performance Specification is contingent upon signing a Terms of Use Agreement, emphasizing the importance of safeguarding sensitive information in compliance with federal regulations.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.
    Engineering Control Systems Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking quotations for the procurement of Siemens control system hardware as part of a technology refresh for the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002). This procurement is critical to ensure compatibility with existing proprietary software developed for the DDG1000-class ships, with an estimated total cost of approximately $853,527.48 and a delivery timeline of 24 weeks from the award date. The solicitation encourages participation from small businesses, including those owned by service-disabled veterans and women, while emphasizing compliance with federal acquisition regulations. Interested vendors should submit their quotations by April 7, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.