UNITED24 - Make a charitable donation in support of Ukraine!

Military


Shallow Water Combat Submersible (SWCS)

The Shallow Water Combat Submersible (SWCS) is a wet submersible mobility platform suitable for transporting and employing Special Operations Forces (SOF) and their payloads for a variety of missions. The primary use of SWCS is to provide access, particularly clandestine access, into SOF missions areas. The SWCS will be deployable from a Dry Deck Shelter (DDS) and surface ships. The SWCS will phase replace the MK 8 Mod 1 SEAL Delivery Vehicle (SDV) at the end of its life cycle. Relative to SDV, SWCS requirements dictate increased capabilities in multiple areas including range, speed, payload, and communications.

The SWCS System will include the SWCS Vehicle, a trailer, Mission Support Equipment (MSE) (e.g., battery charging and monitoring system, modified interface between the SWCS and the DDS cradle (if required), diagnostics and test equipment) and additional transportation and handling equipment. Initial spares, minor tools, materials, consumables, and related items (including packaging) to support, maintain, and repair in-service SWCS Systems will be collectively defined for inclusion in a Pack-Up Kit (PUK) and will be provided under the PUK Provisioning Item CLIN of the contract. SWCS Systems will be assigned to Troops within SEAL Delivery Vehicle Team ONE (SDVT-1) which is based out of Pearl Harbor, HI, and deployable worldwide. A Troop is normally comprised of SEAL operators, technicians and divers. It is anticipated that each Troop will be assigned two SWCS Systems and one PUK.

On Oct 23, 2009 the United States Special Operations Command (USSOCOM) anounced plans to issue a competitive solicitation [RFP H92222-10-R-0005] to design and produce a Shallow Water Combat Submersible (SWCS) as a replacement for the SEAL Delivery Vehicle (SDV) that is used for clandestine launch and recovery from DDS (Dry Deck Shelter)-equipped submarines. The $530M (estimated) nine-year IDIQ contract will include design, development, production and sustainment of a SWCS system and supporting equipment located at the SDV Team ONE homeport of Pearl Harbor, Hawaii. The projected production is for a maximum quantity of 12 systems during each of 6 production ordering periods. The anticipated total buy will be substantially less than the maximum of 12 per year.

On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). Any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

SWCS is an ACAT III Program that achieved Milestone A in August of 2008 and is scheduled for Milestone B in the 3rd Quarter of Fiscal Year 10. The SWCS system will include an upgraded hull that may be up to 12 inches longer and up to 6 inches wider than the MK 8 Mod 1 SDV. SWCS will require development of an Integrated Bridge System (IBS) with a commercial-off-the shelf (COTS) open architecture, a power and signal distribution system capable of integrating various electronic systems and sensors, and the capability to display operational data to the vehicle pilot and navigator.

The current SEAL Delivery Vehicle (SDV) and all ancillary equipment will be made available then for interested competitors to view and a question and answer session held. DRFP comments will be considered for incorporation into the final RFP.

The Government contemplates award of one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) resulting from this solicitation. The ceiling for this effort will be $530 million. The base contract will be for CLIN 0001 on a Firm Fixed Price (FFP) basis for the performance of Critical Item Development (CID) Tasks to be submitted for Government evaluation. In addition, there will be subsequent Cost Plus Fixed Fee (CPFF), FFP, and Time and Material (T&M) type Options and Delivery Orders for: development, delivery, and test support of a SWCS EDM System; delivery and test support of two (2) SWCS First Article Systems and upgrade of the EDM System to the production representative system; delivery of SWCS Production Systems; operator and maintainer training; initial sparing; Provisioning Item Order (PIO) sparing; sustaining engineering / enhancements; periodic maintenance, repair and refurbishment; Government Furnished Equipment (GFE) integration and installation; and data delivery items.

The Government intends to award up to three IDIQ contracts to successful bidders. The first task order under the IDIQ is intended to produce an Engineering Development Model (EDM) with limited capability for Government testing. A down select will be conducted (if there are multiple IDIQ awardees), after which one successful awardee will design and produce a production-representative system. Upon successful Government testing of the production-representative system, the successful awardee may produce up to 50 systems and provide the associated contractor logistics support. The source selection will be based on a best value determination.

Phase One - The Government will conduct a competition and select one (or more) Offeror(s) and award the Offeror(s) a contract to perform the CID Tasks. The contract(s) will also include options for: SWCS EDM System development, delivery and test support; SWCS First Article System deliveries and test support and upgrade of the EDM to the production representative configuration; SWCS Production System deliveries; and post-delivery options for engineering and logistics support as specified.

Phase Two - The SWCS Offeror(s) who have received a contract shall complete and deliver CID Tasks and support Government evaluation of the CID Tasks. The Contractor(s) will be allowed to revise their proposals (downward only for cost) for consideration in Government down-select. The Government will evaluate the CID Task results and revised proposal(s), and then select a single Contractor for continued performance. Unsuccessful Contractors will remove any GFE from their CID Tasks and return GFE to the Government.

Certain aspects of the SWCS performance requirements are classified at the SECRET level. These performance requirements are contained in the System Requirements Document (SRD), a classified attachment to the RFP. The SWCS System Requirements Document (SRD) contains the technical performance requirements for the SWCS System. Technical requirements that are considered to be critical in the development of the SWCS System are expressed as Key Performance Parameters (KPP). The KPP requirements represent those parameters of the system that are considered essential to the development of an effective military capability and make a significant contribution to the characteristics of the future joint force. The SWCS System KPPs represent the minimum operational effectiveness, suitability, and sustainment attributes needed to achieve the overall capabilities for the system. Technical requirements that are considered to be critical in the development of the SWCS System but which have not been selected as KPPs are defined as Key System Attributes (KSA). The KSAs provide the Government with an additional level of capability prioritization below the KPP. The KSA requirements represent those parameters of the system that are considered crucial in support of achieving a balanced solution to the SWCS System performance.

A SWCS System that exists only on paper will be considered immature. A SWCS System, exactly as proposed, having had multiple operational end items produced and in military service with no significant problems is considered mature. The term "end item" is defined to include separate SWCS subsystems such as hull, propulsion subsystem, etc., or the SWCS as an integrated total system. Therefore, if the proposed propulsion subsystem or other subsystem exists successfully on in-service vehicles, then that portion of the design would be considered mature.

A parent vehicle is defined as a submersible vehicle having substantially similar form and functional capabilities that may be reasonably scaled or tailored to incorporate all requirements specified in the SRD. A suitable parent vehicle represents a significant reduction in technical risk compared to a wholly new design.

The Contractor shall design, build, and present a full-scale physical mockup of the proposed interior layout of the SWCS Vehicle in order to address risk associated with personnel and payload capacity and related HSI factors. The mockup shall permit the Government to assess the proposed physical layout of the SWCS Vehicle's personnel and payload compartments and to determine the ability of the proposed layout to accommodate the fully equipped divers and all payloads specified in the SRD. The mockup shall include proposed locations and arrangements of Command and Control components in order to demonstrate primary aspects of the human / machine interface.

The Contractor shall develop a 3-D computer model of the SWCS Vehicle to address the risk associated with DDS fitment. Using the computer model, the Contractor shall verify and demonstrate SWCS Vehicle fitment in the DDS, the capability of diver access for pre- and post-dive activities, and vehicle load out of crew, cargo and passengers. The 3-D computer model shall include all interfaces with the existing DDS hangar, track and cradle assembly. The Contractor shall provide calculations and predictive simulation results (CDRL A004) to support the proposed hull design's ability to meet the speed, powering, endurance, and maneuverability requirements identified in the SRD.

The Contractor shall develop and submit a test plan (CDRL A005) for a physical, reduced-scale hydrodynamic model to address risk associated with vehicle performance. The scale model test plan shall address the speed, maneuvering, and sea-keeping test elements necessary to characterize the proposed design's ability to meet the operational performance conditions identified in the SRD. The scale model shall represent the Contractor's final hull configuration and shall include all control surfaces, propulsor components and hull appendages.

The Contractor shall execute a scale model test at a Government-approved tow tank/facility (assuming a Government rate) to verify that the Contractor's final hull configuration (including all control surfaces, propulsor components, and hull appendages) can meet the speed and maneuverability requirements addressed in the SRD. The scale model test shall address the speed, maneuvering, and sea-keeping test elements necessary to characterize the proposed design's ability to meet the operational performance conditions identified in the SRD. The scale for the model shall be selected to ensure that test fidelity is sufficient to minimize the probability of significant design changes to the hull form during the EDM phase. The Contractor shall update and resubmit a test plan (CDRL B005) and, at the completion of testing, deliver a test report detailing the test conduct and results.

The Contractor shall build and deliver two First Article SWCS Systems, and associated technical documentation. The Contractor shall perform the inspection, test and acceptance requirements on each SWCS System prior to delivery in accordance with the approved TEMP. Inspection and acceptance test results shall be documented and delivered in Acceptance Test Reports.

The objective of SBIR N091-078 TITLE: Shallow Water Combat Submersible Diver Thermal Protection for Hot/Cold Water Environments is to design and build a system that could both heat and cool a diver and that could be mounted in a Shallow Water Combat Submersible (SWCS). The SWCS is expected to replace the current Seal Delivery Vehicle (SDV) in the future. Currently, divers utilize either wetsuits or drysuit/undergarment combinations for passive thermal insulation in cold water. The insulation provided through passive insulation is adequate for short periods of time in moderately cold waters but is insufficient to maintain a diver in thermal neutrality for very cold (near freezing temperatures), long duration (> 8 hr) missions. Additional active heating is required which may have high power requirements and may take much of the very limited volume available within the submersible. Divers should be as unencumbered as feasible in order to allow operation of equipment such as sensors/navigation and reaction to emergencies.

Divers in a SWCS may also be required to operate in warm water environments where overheating may be an issue. Current commercial diver cooling systems require a tether and utilize a liquid cooling garment to transport cold water from a ice bath/cooling system stationed on a surface platform. Tethered systems are not applicable for use by divers in a SWCS. Phase change cooling garments are also available but somewhat bulky and useful only for short durations. As with a heating system, the diver must be comfortable and as unencumbered as feasible. Power and volume requirements must be minimized. Due to limited available space, a single system that could both heat and cool is desired.



NEWSLETTER
Join the GlobalSecurity.org mailing list



 
Page last modified: 07-07-2011 12:55:59 ZULU