DON26BZ02-NV048 — Advanced Techniques for Enhanced Deep-Sea Object Detection and Localization for Towed Mine Countermeasures (MCM) Sonar

Award Maximum: $240,000 (Phase I Base: up to $140,000 / Phase I Option: up to $100,000) Period of Performance: 6 months base + 6 months option Phase Type: Phase I

OBJECTIVE: Develop innovative enhancements and techniques for towed Mine Countermeasures (MCM) sonars to enable object detection and localization at increased ocean depths.

DESCRIPTION: The Navy's existing minehunting systems primarily use side-scan sensors to detect, classify, and localize mines resting on the sea floor. Volume search sonars are used to detect and localize mines, tethers, and anchors for moored mines tethered to the sea floor. However, the performance of these sonars is limited by the distance and depth that the sonars can sense objects. The Navy seeks to enhance the effectiveness of existing Navy Minehunting high-frequency sonar systems by increasing sensor range for depth and distance.

The Navy seeks to develop an innovative solution to increase the range of minehunting sonar by enabling the sensors to detect and localize objects at increased distances and depths. The solution can be a combination of hardware, software, algorithms or techniques necessary to optimize sensor range. Solutions that lower the tow body to increased depths will not be considered due to the necessary increased Size, Weight, and Power (SWaP) required. There is currently nothing available commercially to meet these requirements.

A required range and depth are not provided. Proposals should articulate the expected increased range and depths that their proposed solution will achieve. Proposed software and algorithms will reside either in the tow body sensor processors or in the back-end Post Mission Analysis (PMA) processors. Hardware solutions shall fit within existing SWaP parameters that follow: 30in length x 10.5inch width x 3.5inch height, 44.5lbs, and be powered by an 80V constant current amplifier. Hardware solutions should consider the shape of the tow body. If proposing a new sensor, the Gap Filler Sonar would be the preferred sensor for replacement. Any solution shall be compatible with current software and hardware architecture and available resources. The resulting technology should provide a significant improvement in the performance and detection by reducing the Probability of False Alarm (Pfa).

Improvements are considered significant when sensor performance at increased ranges approaches the current baseline requirements for sensor performance. This includes achieving a minimum probability of detection of 90% while maintaining a false alarm rate of 0.1 false alarms per hour. Candidate minehunting sonar systems include AN/AQS-20 and AN/AQS-24.

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 deep detection system that meets the requirements described above. Demonstrate the feasibility of the concept in meeting Navy needs and establish that the concept can be feasibly developed into a useful product for the Navy. Feasibility will be established by either testing and analytical modeling or both.

The Phase I Option, if exercised, will include the initial design specifications and capabilities description to build a prototype solution in Phase II.

PHASE II: Develop and deliver a prototype for evaluation as appropriate. The prototype will be evaluated to determine its capability in meeting the performance goals defined in the Phase I and the Navy requirements for the Enhanced Deep-Sea Object Detection and Localization capability. Demonstrate performance with a detailed analysis, and live demonstration in a test environment as part of the evaluation. Provide detailed technical documentation of the design, including an interface control drawing and interface specification, to allow successful transition of the product. Prepare a Phase III development plan to transition technology to Navy use.

It is probable that the work under this effort will be classified under Phase II (see Description section for details).

PHASE III DUAL USE APPLICATIONS: Provide technical support for transitioning and incorporating the solution into Navy program(s). Depending on the program, support for additional testing may be needed. Explore the potential to transfer the system or technology to other military and commercial systems, including the underwater archeologic community, offshore oil and gas exploration, and oceanographic scientific research.

Technology developed under this effort is applicable to any domain that requires deep SONAR sensing. This includes bathymetric mapping and research, diving expeditions, and commercial fishing.

Previous
Previous

DON26BZ02-NV049 — Universal Submersible Logistics Deployment and Stowage Package

Next
Next

DON26BZ02-NV047 — Rapid Range Determination of Airborne Targets in Complex Raid Scenarios