Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

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

Notice Date
4/16/2025 1:10:45 PM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-25-R-5504
 
Response Due
5/31/2025 1:30:00 PM
 
Archive Date
06/15/2025
 
Point of Contact
Ryan Brophy, Phone: 2027812605, Matthew Brimmer, Phone: 2022477445
 
E-Mail Address
ryan.p.brophy.civ@us.navy.mil, matthew.m.brimmer.civ@us.navy.mil
(ryan.p.brophy.civ@us.navy.mil, matthew.m.brimmer.civ@us.navy.mil)
 
Description
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. Government Furnished Information (GFI) (posted on SAM.gov via Notice ID N00024-24-R-5504 on 14 June 2024) Requires Terms of Use Agreements DRAFT Sections B & C of the RFP (posted on SAM.gov via Notice ID N00024-24-R-5504 on 16 December 2024) First Batch of Industry Questions and Government Responses (posted on SAM.gov via Notice ID N00024-24-R-5504 on 18 February 2025) Second Batch of Industry Questions and Government Responses (posted on SAM.gov 17 March 2025) DRAFT Delivery Order Schedule (posted on SAM.gov 17 March 2025) 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/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b746d278b3e64682b0bc266755e41231/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07411320-F 20250418/250416230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.