DON26BZ02-NV049 TITLE: Universal Submersible Logistics Deployment and Stowage Package
OUSW (R&E) CRITICAL TECHNOLOGY AREA(S): Contested Logistics Technologies (LOG)
COMPONENT TECHNOLOGY PRIORITY AREA(S): Integrated Network Systems-of-Systems;Sustainment;Trusted AI and Autonomy
PROJECTED CMMC LEVEL REQUIREMENT: Level 2 (Self)
The technology within this topic is restricted under the International Traffic in Arms Regulation (ITAR), 22 CFR Parts 120-130, which controls the export and import of defense-related material and services, including export of sensitive technical data, or the Export Administration Regulation (EAR), 15 CFR Parts 730-774, which controls dual use items. Offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the statement of work (SOW) tasks intended for accomplishment by the FN(s) in accordance with the Announcement. Offerors are advised foreign nationals proposed to perform on this topic may be restricted due to the technical data under US Export Control Laws.
OBJECTIVE: Develop a submergible low-cost, long-duration, tamper-resistant logistics delivery and stowage system, which stores and facilitates retrieval of logistics payloads from the seabed.
DESCRIPTION: The Navy is seeking a secure, low-cost capability for a passive seabed logistics delivery and stowage system. The system will be capable of delivering and storing supplies, equipment, and materials on the seabed for extended periods (24 months). The system should minimize reliance on expensive surface vessel support and specialized underwater vehicles for deployment and retrieval, thereby significantly reducing operational costs. There is nothing commercially available that does this.
The system must provide secure, environmentally protected stowage for a variety of payload sizes and types and safeguarding against corrosion, biofouling, and other environmental factors.
The entire system must have a cylindrical form factor of 19 inches in diameter and 51 inches in length, with a maximum dry weight is 1,000 lbs and able to withstand maritime deployment while maintaining and controlling descent to the seabed. The system will be optimized for the maximum amount of payload/minimized amount of command electronics contained within the system. The system must function regardless of its orientation on the seafloor and must be operational on the seabed for a minimum of 12 months (Threshold), 24 months (Objective). The payload must be pressure tolerant between 300 meters and 600 meters, and able to withstand differing bottom types, currents, sea growth, and corrosion without performance degradation, as well as currents up to 2 knots.
The system must incorporate a low-power, acoustic communication system for remote monitoring of critical parameters (e.g., location, environmental conditions, payload status) and control of specific functions (e.g., retrieval/release mechanisms, scuttling). Consideration should be given to minimizing power consumption and maximizing communication range and reliability in challenging underwater acoustic environments. Horizontal acoustic communications ranges should approach 5 to 10 km. The system shall be capable of being retrieved from the seabed depth by surfacing or deploying a float to enable retrieval.
Additionally, the system must be capable of scuttle/neutralization after a set time duration or after the payload is retrieved.
A detailed Interface Control Document (ICD) will be provided as Controlled Unclassified Information (CUI). This ICD will specify the physical attachment points, as well as describe the umbilical and electronic communications to be received from the vehicle.
Work produced in Phase II may become classified. Note: The prospective contractor(s) must be U.S. owned and operated with no foreign influence as defined by 32 U.S.C. § 2004.20 et seq., National Industrial Security Program Executive Agent and Operating Manual, unless acceptable mitigating procedures can and have been implemented and approved by the Defense Counterintelligence and Security Agency (DCSA) formerly Defense Security Service (DSS). The selected contractor must be able to acquire and maintain a secret level facility and Personnel Security Clearances. This will allow contractor personnel to perform on advanced phases of this project as set forth by DCSA and NAVSEA in order to gain access to classified information pertaining to the national defense of the United States and its allies; this will be an inherent requirement. The selected company will be required to safeguard classified material during the advanced phases of this contract IAW the National Industrial Security Program Operating Manual (NISPOM), which can be found at Title 32, Part 2004.20 of the Code of Federal Regulations.
PHASE I: Develop a concept for a prototype that meets the requirements described above. Demonstrate through modeling and simulation, benchtop tests or other supporting documentation the efficacy of the proposed system design for satisfying prototype system requirements.
The Phase I Option, if exercised, will include the initial design specifications and capabilities description to build a prototype solution in Phase II, and plans to assist the Navy in refining system level requirements for transition.
PHASE II: Develop and deliver a prototype as a fully functional payload delivery system. Perform laboratory testing, modeling, or analytical methods as appropriate depending on the company’s proposed approach. Conduct rigorous testing and validation in a relevant environment and demonstrate integration with a designated Unmanned Undersea Vehicle (UUV) platform.
PHASE III DUAL USE APPLICATIONS: Support the Navy in transitioning the technology to Navy use. Support further refinement and testing of the functionality following successful prototype development and demonstration.
If successful, potential applications include prepositioning various payloads, enabling new underwater operational concepts.
In addition to such DOW applications, these payloads could be used in commercial oil, gas, and oceanographic applications, long-term storage, and on-demand retrieval of subsea equipment, tools, and materials.
REFERENCES:
KEYWORDS: Clandestine Undersea Logistics Delivery; Undersea Bottom Nodes; Subsea Seabed Warfare Logistics; Unmanned Undersea Vehicle (UUV) Payloads; Extra Large Unmanned Undersea Vehicle (UUV); Unmanned Maritime Autonomy Architecture (UMAA)
TPOC 1
Eric Bandstra
(202) 781-4920
eric.r.bandstra.civ@us.navy.milTPOC 2
Ryan Hilger
(202) 781-4336
ryan.p.hilger.mil@us.navy.mil
** TOPIC NOTICE ** |
The Navy Topic above is an "unofficial" copy from the Navy Topics in the DoW FY-26 Release 2 SBIR BAA. Please see the official DoW Topic website at www.dodsbirsttr.mil/submissions/solicitation-documents/active-solicitations for any updates. The DoW issued its Navy FY-26 Release 2 SBIR Topics pre-release on May 6, 2026 which opens to receive proposals on May 27, 2026, and closes June 24, 2026 (12:00pm ET). Direct Contact with Topic Authors: During the pre-release period (May 6, through May 26, 2026) proposing firms have an opportunity to directly contact the Technical Point of Contact (TPOC) to ask technical questions about the specific BAA topic. The TPOC contact information is listed in each topic description. Once DoW begins accepting proposals on May 27, 2026 no further direct contact between proposers and topic authors is allowed unless the Topic Author is responding to a question submitted during the Pre-release period. DoD On-line Q&A System: After the pre-release period, until June 10, 2026, at 12:00 PM ET, proposers may submit written questions through the DoW On-line Topic Q&A at https://www.dodsbirsttr.mil/submissions/login/ by logging in and following instructions. In the Topic Q&A system, the questioner and respondent remain anonymous but all questions and answers are posted for general viewing. DoW Topics Search Tool: Visit the DoW Topic Search Tool at www.dodsbirsttr.mil/topics-app/ to find topics by keyword across all DoW Components participating in this BAA.
|