We offer multiple pathways for your Technology and Talent solutions to impact national security by matching threats with real-world capabilities.
Pathways through Commercial Solutions Openings (CSO)
If your company has a proven track record of commercial viability with commercial off-the-shelf products and tech, you’re in a great position to work with us. We actively work with companies both in the U.S. and internationally, across allied countries.
You can submit your technical solutions to posted solicitations under our Commercial Solutions Opening (CSO) process and Other Transaction (OT) authority - a fast, flexible way that allows us to competitively solicit proposals for DoD projects, often awarding within 60-90 days.
Open Solicitations —
Geosynchronous High-Resolution Optical Space-Based Tactical Reconnaissance
Responses Due By
2026-03-03 23:59:59 US/Eastern Time
Background and Problem Statement:
The Department of War (DoW) is facing a critical capability gap in its ability to monitor space, which is becoming an increasingly contested warfighting domain. Adversaries are escalating threats against the very systems the United States relies on for strategic deterrence and decision-making. Specifically, the DoW lacks sufficient satellites capable of providing high-resolution space-to-space imagery and maintaining custody of both friendly and adversarial satellites in geosynchronous orbit (GEO).
Desired Solutions and Key Objectives
The DoW is seeking commercial advancements to create affordable and scalable GEO reconnaissance systems. These solutions, which include space vehicles (SVs), satellite buses, and payloads, are intended to provide high-resolution space-to-space imagery and accurate object characterization. These systems must reduce costs compared to existing and planned programs of record while achieving high-resolution image collection, allowing for increased collection frequency and detailed characterization of resident space objects (RSOs) in GEO. The successful deployment of these capabilities will significantly improve GEO RSO Characterization, Battle Damage Assessment (BDA), Positive Identification (PID), and Combat Identification (CID).
Key Objectives Include:
- Minimum Viable Product (MVP) Within 24 Months: Deliver a high-resolution electro optical (EO) image of a RSO in GEO using a commercially operated space vehicle within 24 months of award.
- Government Operational Control Within 36 Months: Transition the Ghost Recon SV from commercially-owned, commercially operated (COCO) to government-owned, government operated (GOGO) within 36 months of award.
- Enhanced Reconnaissance Cadence Within 48 Months: Have demonstrated the ability to perform at least one drive-by (Sub or Super Sync) or an inclined track design reference mission (DRM) per week through the first year of government operations.
Key Solution Attributes
Potential solutions should describe and substantiate their capabilities in the following areas. These attributes will be considered key performance differentiators:
- Annual Number of Reconnaissance Missions: The expected yearly number of Drive-by (Sub or Super Sync) or Incline Track missions a single space vehicle (SV) can execute. This should be reported against the design life of the vehicle.
- Solution Characteristics: SV recurring (RE) cost, dV budget, slew rate, mission payload angular resolution and modulation transfer function (MTF).
- Constellation Proliferation and Scalability: Proposed constellation scaling approach and SV RE cost for maintaining a 30-day revisit rate for every GEO RSO in the public catalog over a 10-year period.
- Space Heritage: Proven space heritage for essential bus and payload subsystems prior to 2028.
- Ground Operations: The ability to initiate spacecraft launch and early operations through a commercial ground system, followed by a transfer of command and control to a GOGO ground system.
Key Technical Attributes
The following characteristics represent the minimum technical attributes:
- Space Vehicle
- Design Life: 3+ years in GEO.
- PLUG Compliance: Meet National Security Space Launch (NSSL) Port Launch User’s Guide (PLUG) medium or large standards for launch integration.
- SV Cybersecurity: Comply with risk management framework (RMF) controls, NSA Cyber and Crypto security certification requirements to obtain an authority to operate (ATO) for the space vehicle.
- Bus:
- RPO Capable: Successfully perform rendezvous and proximity operations.
- Communications: Unified S-Band (USB) protocol compliance for data transfer with government ground infrastructure.
- NSA Encryption: National Security Agency (NSA) Type 1 Encryption to protect transmitted data.
- Mission Payload:
- Resolution: Deliver fully resolved imagery of an ESPA grande sized spacecraft and its key subsystems (i.e star tracker, communications payload, mission payload) from a distance of no closer than 10 km.
- Ground Integration:
- Joint Antenna Marketplace (JAM): Compliance with United States Space Force (USSF) Space Systems Command (SSC) JAM.
- Mission Unique Software (MUS): Containerized MUS compliant with Astro UXSD standards, Command and Control Messaging Specification (C2MS) and the cybersecurity controls of the government owned and operated ground system.
- Dynamic Space Simulator (DSS): Delivery of a space vehicle simulator (DSS) to be used for testing, verification, anomaly resolution, and TTP development.
The following items represent enhanced capabilities that provide added value to the mission. While not mandatory for initial award, solutions that incorporate these features may be evaluated for their ability to provide increased mission flexibility and long-term cost efficiencies.
- Additional DRMs: The ability to perform the following design reference missions: M vs 1, Natural Motion Circumnavigation (NMC), Forced Motion Circumnavigation (FMC), Solar Phase Shift, Positive & Combat Identification (PID/CID) and Battle Damage Assessment (BDA).
- Surveillance: Capability focused on:1) the detection and localization of untracked or non-cooperative RSOs, and 2) high-fidelity tracking of RSOs to maintain seamless custody of all RSOs within the field of regard.
- Refuelability: Ability to increase dV to extend spacecraft lifespan, increase maneuverability for follow-on missions, and reduce replacement cadence.
DRM Definitions
- Drive-By (Sub or Super Sync): Phased approach to RSO to optimize in either above or below GEO altitude on arrival that supports good solar illumination of tasked RSO.
- Incline Track: Similar to Drive-By with additional phasing required to ensure arrival matches object’s nodal crossing and SV slews to match inclination rates.
- M v. 1: Utilizes several SVs to support collection of tasked RSO. Used to support collection for uncooperative RSOs.
- FMC/NMC: SV tasked to perform full circumnavigation of a tasked object to support multi-face collection over 24 hours.
- Solar Phase Shift: Unique application of Drive-By and/or Incline Track where RSO may not be in favorable lighting conditions.
- Rapid PID/CID/BDA (Partial Constellation): SVs tasked via coordinated and optimized campaign plan to perform Drive-By/Inclined Track to quickly image select RSOs over compressed timelines.
FAQs
FAQ
Q. In addition to Space Vehicle providers, will solutions only containing bus providers or EO payload providers be considered?
A. Yes.
Q. Will submission for subsystem providers (i.e Reaction Wheels, Propulsion Subsystem, etc) be considered?
A. No.
Q. Service Level Agreement for “30-day revisit rate for every GEO RSO in the public catalog over a 10-year period”
A. Provide an approach for building out a constellation that maintains a 30 day revisit rate across the GEO public catalog. Please list assuming semi major axis (sma) and inclination bounds for which you can reasonably service with Drive-by (Sub or Super Sync) or Incline Track DRMs. Refer to websites like Space-Track or SPACEBOOK by COMSPOC for information about the public GEO catalog.
Q. Can a vendor or team submit multipe solution briefs?
A. Vendors or teams may provide multiple individual or joint submissions
Q. Is launch scope included in this area of interest?
A. Space Vehicle launch Integration is included in this area of interest. Launch procurement is currently considered outside of the scope of this area of interest.
Eligibility Requirements
Eligibility
This area of interest is open to U.S. and international vendors. Vendors are reminded that in order to utilize an Other Transaction agreement, the requirements of 10 USC 4022 must be satisfied. Specifically 10 USC 4022(d)requires significant contribution from a nontraditional defense contractor, all participants to be small business concerns or nontraditional defense contractors, or at least one third of the total cost of the prototype project is to be paid out of funds provided by sources other than the Federal Government.
Awarding Instrument
This Area of Interest will follow the Commercial Solutions Opening (CSO) framework established under HQ085420SC0001 DIU CSO, posted to SAM.gov in March 2020.
Opportunity for Follow-On Production (Direct Award)
Companies are advised that a prototype Other Transaction (OT) agreement awarded from this area of interest may result in a direct award for a follow-on production contract without further competition. This is contingent upon the successful completion of the prototype project. The follow-on production contract could be significantly larger in magnitude than the prototype OT agreement and may be used by multiple organizations within the DoW. All prototype agreements will include the relevant language in accordance with 10 U.S.C. 4022(f) to allow for this possibility.
Counter UAS Sensing for Homeland and Mobile Defense
Responses Due By
2026-02-26 23:59:59 US/Eastern Time
1. Problem Statement
The U.S. Department of War (DoW) has identified unmanned systems as urgent and enduring threats. Legacy sensor suites lack the sensitivity required to detect and track the low radar cross section and flight profiles of modern small unmanned aerial systems (sUAS), creating critical vulnerabilities for forces in garrison, in transit, and at distributed sites. Additionally, the cost, size, and sustainment burden of existing sensor systems prevent the scale necessary to protect geographically dispersed units and infrastructure.
Through this Area of Interest, the DoW seeks to leverage mature and emerging commercial sensing technologies to deliver scalable, survivable, and life‑saving counter‑sUAS (C‑sUAS) sensing capabilities to the warfighter.
2. CSO Phase 2 Pitch and Demonstration (Spring 2026 – Yuma Proving Ground, AZ)
Due to the urgency of the threat and the need to assess capability readiness, the Government plans to request selected solutions for Phase 2 of the CSO process to participate in a live demonstration at the company's expense. The demonstration is planned for Yuma Proving Ground (YPG), Arizona. Additional range coordination details, including security protocols for U.S. and non‑U.S. citizens, will be provided upon selection.
Invited companies may have 30 days or less between notification and execution of the demonstration. Due to this requirement, companies must submit a DD Form 1494 (Application for Equipment Frequency Allocation) with their Phase 1 proposal.
3. Desired Solution Attributes
Proposed solutions are organized into two Lines of Effort (LOE). Offerors may submit proposals for one or both LOEs; however, proposals must address the full set of requirements associated with the selected LOE. Proposal submission must include which LOE you are submitting against in the title of your proposal document.
4. Line of Effort 1 (LOE 1): Homeland Defense Sensing
LOE 1 solutions are intended to establish a persistent, high‑fidelity protective sensing layer over fixed installations within the United States. Systems must operate safely near populated areas, within congested airspace, and across complex electromagnetic environments dominated by lawful emitters. The intended application includes replacement or augmentation of legacy fixed‑site sensing systems.
Solutions may employ single or multi‑modal sensing to enhance the radar solution, however the solution must include a radar sensor as part of the total proposal. LOE 1 solutions are preferred to be production or near-production ready.
Primary Attributes
These attributes will be the focus of the evaluation in CSO Phase 2, and phase 2 selectees will be required to share sensor data with the evaluation team. The team will require data output in human-readable ASCII format (minimal).
Sensing Performance:
A. Ability to consistently detect and track all Group 1 UAS types at ranges of 2 km or greater; increased range and track accuracy is preferred.
B. Autonomous classification of detected tracks, distinguishing small UAS from non‑UAS objects; unresolved tracks may be designated as “unknown air tracks.”
C. Effective discrimination of biological clutter, ground clutter, and false tracks to maintain a clean air picture.
D. Simultaneous detection and tracking of multiple UAS threats.
System Characteristics
E. Compatibility with existing shore power or standard U.S. military generators (5 kW–30 kW).
F. Provision of radar cross section (RCS) data for detected targets.
G. Rapid integration capability with Government‑designated C‑UAS fire control systems.
H. All‑weather engineering sufficient to maintain performance in adverse environmental conditions.
I. Ease of operator usability with a preference toward the ability to reduce sensor calibration times, mean time between failures, and maximize field maintenance efficiency by operators
Secondary Attributes
J. Capability to detect, track, and classify Group 2 and Group 3 UAS with actionable data on threat disposition
K. Provision of a 360‑degree azimuth and 30‑degree elevation search air picture, with up to 90‑degree elevation in track coverage; distributed architectures are acceptable.
L. Ability to steer search and track elevation below 0 degrees relative to sensor emplacement.
M. Desired minimum detection range between 50m and 500m, with preference toward shorter ranges.
N. Ability or path to detect and track hovering UAS exhibiting 0 Hz Doppler characteristics.
O. Capability or planned development path to provide physical target length estimates.
P. Tracking accuracy sufficient to support downstream effector, sensor cueing, and multi-modal sensor fusion, expressed in azimuth and elevation error.
Q. Track update rates between 4 Hz and 10 Hz.
R. Ability to comply with DoD Instruction 8510.01 (Risk Management Framework for DoD Systems), all information technology products and systems that receive, process, store, display, or transmit DoD information must obtain a formal Authorization to Operate (ATO), which signifies that an Authorizing Official (AO) has reviewed the system's security posture and deemed the residual risk acceptable to the Department of Defense ATO).
LOE 1 proposals should include, at a minimum:
- Power requirements and operating profiles.
- Detection and tracking ranges for Group 1 (small, medium, large) and Group 2 UAS, including test methodology or references to prior Government demonstrations.
- Minimum detection range.
- Expected performance below 50 m AGL.
- Track management limits, including merge and separation constraints.
- List of U.S. military C‑UAS command and control systems integrated to date.
- Azimuth and elevation search coverage and track elevation limits.
- Track update rates and azimuth/elevation error metrics (mrad).
- Identification of any cloud compute dependencies.
5. Line of Effort 2 (LOE 2): Mobile (“On‑the‑Move”) Tactical Sensing
LOE 2 solutions are intended to provide small units with resilient, mobile sensing capabilities while stationary and on the move. Systems must function in GNSS‑denied or degraded environments and maintain low physical and spectral signatures to support survivability in contested battlespaces. The solution's ability to deliver early warning, allowing units to take protective action, is critical and depends upon a low physical and spectral signature to prevent targeting by enemy forces. All sensing modalities are welcome, with preference for passive approaches.
Primary Attributes
Operational Resilience
A. Effective operation in GNSS‑denied, degraded, intermittent, and limited environments.
B. Performance in dense, congested, and rapidly changing RF environments.
C. Ability to rapidly adapt to evolving threats
Mobility and Survivability
D. Detection, tracking, and classification while stationary and on the move.
E. Minimal setup and teardown time between operational states. Additionally, the Government prefers solutions with reduced set-up for initial operation including calibration time, reconfiguration time, mean time between failures, and efficient operator level repairs.
F. Low observable physical and spectral characteristics appropriate for tactical employment.
System Architecture
G. Incorporation of redundant sensing elements to prevent single‑point failure.
H. Use of multiple sensors, with preference for passive modalities, to enhance overall performance.
I. Simultaneous detection and tracking of multiple UAS threats.
Sensor Performance and Integration Attributes
J. Operating ranges appropriate to sensor modality, with preference toward greater detection distances.
K. Broad‑spectrum RF sensing (e.g., approximately 400 MHz–8 GHz) for passive solutions, including adaptability to evolving UAS data links.
L. Discrimination of biological and ground clutter to maintain a usable air picture.
M. Provision of target length data; radar‑based solutions should also provide RCS data.
N. Track quality sufficient to support cueing of effectors and complementary sensors.
Platform Integration and Usability
O. Mounting compatibility with Infantry Squad Vehicle (ISV), Joint Light Tactical Vehicle (JLTV), Family of Medium Tactical Vehicles (FMTV), and Heavy Expanded Mobility Tactical Truck (HEMTT).
P. Compact form factor and power solutions suitable for vehicle integration.
Q. Use of Modular Open Systems Architectures (MOSA) to enable rapid integration with Government‑designated C‑UAS command and control systems.
R. The system must reduce operator burden with intuitive controls for detection, tracking, and alert management. It must be configurable and adaptable by tactical operators to the dynamic front-line RF environment without requiring support from engineering personnel.
Cybersecurity
S. Solutions, if selected through prototyping phase, will be required to comply with DoD Instruction 8510.01 (Risk Management Framework for DoD Systems), all information technology products and systems that receive, process, store, display, or transmit DoD information must obtain a formal Authorization to Operate (ATO), which signifies that an Authorizing Official (AO) has reviewed the system's security posture and deemed the residual risk acceptable to the Department of War.
LOE 2 proposals should include, at a minimum:
- Power requirements.
- Detection ranges for Group 1 (small, medium, large) and Group 2 UAS, including test methodology or references.
- Minimum detection range.
- Expected performance below 50 m AGL.
- Track management limits and separation requirements.
- List of U.S. military C‑UAS command and control systems integrated to date.
- Azimuth and elevation search coverage and tracking limits.
- Track update rates and azimuth/elevation error metrics (mrad).
- Cloud compute dependencies, if any.
- Setup and teardown time.
- Maximum vehicle speed while maintaining effective sensing.
- For RF sensors: frequency coverage, emission types detected, and depth of detection (detection, classification, localization).
- Methods for reducing false positives from lawful or authorized emitters.
- Identification of spectrum emissions for active sensors.
- Identification of Friend or Foe (IFF) integrations.
6. Additional Proposal Writing Information
- Cost Rough Order of Magnitude: To address the critical cost asymmetry between high-end C-sUAS sensors and low-cost UAS threats, proposals shall provide a ROM using the following structure:
- Unit Pricing Tiers: Provide targeted pricing for the following procurement quantities:
- Tier 1: 1–5 units
- Tier 2: 6–25 units
- Tier 3: 26–100 units
- Unit Pricing Tiers: Provide targeted pricing for the following procurement quantities:
- Supporting technology: For company proposals with supporting technologies, such as software-only products: your solution must already be integrated into a physical sensor system and the hardware must be part of the proposal.
- Multiple Awards: The Government reserves the right to issue multiple awards for different components or LOEs within this AOI.
- Proposal Scope: Proposals must demonstrate a comprehensive ability to address the entirety of at least one LOE and the associated problem statement.
7. Teaming/Partnerships
The Government encourages teaming for responses to this solicitation. The government may seek to team companies with AI/ML solutions with companies that are integrators in the counter uncrewed systems technology space or request collaboration between two or more solutions to deliver a robust solution. Traditional defense contractors are reminded that under 10 USC 4022, if you do not qualify as a non-traditional defense contractor,, the government will require either a one-third cost share in the prototyping effort or that significant work is being performed with a non-traditional partner.
8. Awarding Instrument
This Area of Interest solicitation will be awarded in accordance with the Commercial Solutions Opening (CSO) process detailed within HQ0845-20-S-C001 (DIU CSO), posted to SAM.gov on 23 March 2020. This document can be found at: https://sam.gov/opp/e74c907a9220429d9ea995a4e9a2ede6/view The Government requires cross functional collaboration/integration of technical outputs to ensure mission success. The Government intends to utilize this AOI in singularity, as well as a component of a more complex program, for which other AOI’s may be issued. Therefore, all solutions submitted in response to this AOI may be used to support other prototyping efforts advertised by DIU. All AOIs will be governed by Commercial Solutions Opening (CSO) HQ0845-20-S-C001 dated 23 March 2020.
9. Follow-on Production
Companies are advised that any prototype Other Transaction (OT) agreement awarded in response to this Area of Interest may result in the award of a follow-on production contract or transaction without the use of further competitive procedures. The follow-on production contract or transaction will be available for use by one or more organizations in the Department of Defense and, as a result, the magnitude of the follow-on production contract or agreement could be significantly larger than that of the prototype OT. As such, any prototype OT will include the following statement relative to the potential for follow-on production: "In accordance with 10 U.S.C. 4022(f), and upon a determination that the prototype project for this transaction has been successfully completed, this competitively awarded prototype OTA may result in the award of a follow-on production contract or transaction without the use of competitive procedures."
Appendix
Small Unmanned Aircraft Systems Categorization Chart
sUAS Category | Gross Takeoff Weight (lbs) | Operating Altitude (ft AGL) | Average Speeds (kts) | Examples |
Small Group 1 | 2 - 6 | < 400 | 25 - 45 | DJI Mavic, Teal 2, <10” quadcopters, Talon GT Rebel, Opterra |
Medium Group 1 | 7 - 11 | 400 - 1,200 | 45 - 85 | Neros Archer, Skyhunter (1.8m), Quadzilla |
Large Group 1 | 12 - 20 | < 1,200 | 50 - 90 | Freefly Astro, IF1200A, PDW C100 (Light), Harris H6 |
Group 2 | 21 - 55 | 1,200 - 3,500 | 100 - 250 | ScanEagle, RQ-21 Blackjack, Aerosonde, Puma LE |
FAQs
Q1. If we respond to both LOE 1 and LOE 2, shall we submit two Solution Briefs, or a single Solution Brief?
A1. Recommend solution briefs be submitted separately and marked specifically for which LOE they are addressing.
Q2. LOE 1 notes a requirement for “production ready” products. Is there a similar requirement or preference for LOE 2?
A2. The government prefers maturity in solutions but anticipates a greater period of prototype improvement and validation for LOE 2.
Q3. For the Phase 2 Demonstration, will an IATT be required? If so, at what classification level?
A3. No
Q4. Will you provide TDPs for vehicles if sensors are intended to be mounted?
A4. Yes, if selected for further prototyping activities the Govt anticipates providing required documentation for integration to vehicles
Q5. The solicitation requests ROM pricing for unit sales, not R&D. However, DIU is clearly seeking both mature and emerging commercial sensing technologies". Can you address whether a TRL 4-6 c-UAS system is of interest, i.e. one that needs R&D funding to mature to TRL 7-9? Or is this solicitation strictly to purchase existing units, and no funding is available for R&D activities?
A5. The AoI requests a rough order of magnitude price to evaluate the relevancy of the solution in terms of cost asymmetry, as stated. The AoI prefers more mature solutions but will consider solutions that may require further prototype improvement.
Q6. Where do I find a blank DD Form 1494?
A6. https://www.dau.edu/sites/default/files/Migrated/CopDocuments/DD%20FORM%201494.pdf
Runway Independent Maritime & Expeditionary Strike (RIMES)
Responses Due By
2026-02-27 23:59:59 US/Eastern Time
Problem Statement
Long range, anti-ship weapons present a growing threat to US Navy ships and degrade their ability to accomplish a mission. While access to long range strike methods can mitigate this threat, Naval surface combatants are constrained in their ability to support long-range strikes over extended combat operations due to reliance on single-use missile systems, with limited magazine depth and limited at-sea munition replenishment capability. The long-range strike methods able to persistently support Naval surface combatants require infrastructure and assets which are vulnerable, limited or in high demand; including runways, and ships with large flight decks.
Desired Solution Attributes
To address this problem, the Department of the Navy desires an Unmanned Aerial System (UAS) capable of supporting Naval surface combatants through executing long range strikes with standard munition payloads while providing tactical flexibility by operating from expeditionary locations with minimal infrastructure, or from ships without large flight decks.
A solution brief’s Relevance and Technical Merit will be based on the ability of the system to achieve the Primary Attributes, and any Secondary Attributes.
Primary Attributes
- Expeditionary Operation – Interested in solutions that minimize infrastructure needs for launch, recovery, rearm, and refuel operations of the UAS.
- Range with Payload - One-way, no-reserve range of at least 1400 nautical miles (NM) in order to allow an approximate 600 NM radius. Interested in solutions that provide greater range while still allowing for expeditionary operation.
- Payload – Deliver 1000-pound class munitions employed by existing naval aircraft, such as F/A-18 and F-35B/C, and/or palletized munitions.
- Combat System Integration - Integrate with existing combat systems and with operator responsibilities typical for existing combat systems.
- System Safety - Minimize operational and technical risk to infrastructure and personnel.
- Personnel - Operate with minimal dedicated personnel for launch, flight, recovery, maintenance, navigation or communication.
- Contested Operation - Operate, launch and recover in a spectrum of contested environments.
- Open Systems - Utilize modular open systems approach (MOSA) in system design and development. Designed for modification and continual improvement.
- Mission Autonomy – Incorporate mission autonomy to execute all mission phases in a highly contested environment. Autonomy should include dynamic route re-planning and re-tasking.
- Cost-Effective & Risk Worthy- Optimize cost per effect; through balancing expectation of mission success in a contested environment, with the costs of procurement, certification and development. Demonstrate viability to operate in airspace with adversary threats, such as through survivability or attritability.
- Maintainability and Repairability - Minimize the time and cost to maintain and repair the vehicle system.
- Development Time - Minimize expected time and schedule risk to a validated mass production-ready capability. Solutions should demonstrate readiness for significant physical prototyping within 12 months of agreement award.
Secondary Attributes
- Maritime Operation – Refuel, rearm, and sortie from one or more surface combatant classes without a large flight deck (e.g. DDG-51, LCS-1, LCS-2, FF(X)/Legend Cutter).
- Maritime Environmental Conditions - Capable of operating in most sea states, relative winds, pitch, roll, heave, environmental conditions and wave characteristics encountered during oceanic shipboard operation.
- Qualification Scope - Reduce the qualification scope as much as practical, such as through identifying and eliminating potential operational hazards in the design phase.
- Launch & Firing Latency - Reduce the latency from mission receipt to vehicle launch, and from mission receipt to the vehicle expending munitions at a firing point.
- Vehicle Recovery Latency - Reduce the latency from vehicle recovery to a storage configuration, and from vehicle recovery to a launch configuration.
- Vehicle Speed - Cruise at a speed comparable to existing long range strike methods.
Solution Brief Submission Requirements
Companies will submit a solution brief outlining their solution and addressing the Primary Attributes and Secondary Attributes. Solution characteristics which greatly differ from existing methods will benefit from greater substantiation and detail. Solution briefs should describe any government furnished equipment necessary for development and production. Submissions should meet the following format requirements and include necessary content outlined in CSO HQ0845-20-S-C001, available on SAM.gov and DIU.mil:
- Solution Briefs should not exceed five (5) written pages using 12-point font, or
- Solution Briefs should not exceed fifteen (15) briefing slides
Process
Submissions will be evaluated in accordance with the procedures outlined in CSO HQ0845-20-S-C001 available on SAM.gov and DIU.mil. The CSO provides the framework for the phased process.
The Government reserves the right to fund all, some, or none of the solutions received under this solicitation. Multiple solutions may be selected for early-stage prototyping and technology maturation activities that may include, but not limited to, risk identification and risk reduction sprints, initial development of minimally viable systems suitable for technical analysis, limited technical demonstration, and limited operational evaluation. The scope and duration of these activities may be tailored to address the technical, tactical, and programmatic risks associated with each solution. However, the Government also reserves the right to proceed directly to the development of a single prototype solution based on the merits of the solution and the assessed risks.
The Government may conduct a further down-select process to identify a prototype(s) that offers the most advantageous technical merit, business value, and/or cost-effectiveness to support continued prototype development. Finally, spiral development efforts may be pursued for selected solution(s) to maximize capabilities.
DoW requires companies without a CAGE code to register in SAM (https://sam.gov/SAM/) if selected for agreement award. The Government recommends that prospective companies begin this process as early as possible.
FAQs
- Question: Are proposals consisting of sub-systems, rather than complete systems, acceptable? Are proposals which do not meet all attributes considered?
- Answer: DIU evaluates all submissions against the criteria of Relevancy, Technical Merit, and Uniqueness. Describe the unique aspects of your technology and the proposed work as it relates to the AOI.
- Question: Can a single company submit multiple, unique proposals?
- Answer: Yes. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept.
- Question: Would my proposal be penalized if I reduce font size in graphics and tables?
- Answer: Font sizes should ensure your brief is readable; Typography recommendations are intended to ensure clarity, using smaller font sizes for graphics and tables will not impact the compliance of your submission. Submissions will be evaluated based on the content.
Eligibility Requirements
Eligibility
This solicitation is open to U.S. and foreign owned businesses (See CSO HQ0845-20-S-C001 for requirements).
Cybersecurity Maturity Model Certification (CMMC) Level
The CMMC level required by this solicitation is CMMC Level 2 (Self). This CMMC level (See 32 CFR part 170) is required prior to award, as it is anticipated that the Company’s information system will process, store, or transmit Federal contract information (FCI) and controlled unclassified information (CUI) during performance of the agreement.
Awarding Instrument
This solicitation is conducted in accordance with the Commercial Solutions Opening (CSO) process detailed within CSO HQ0845-20-S-C001 , posted to SAM.gov on 13 Jan 2020, updated 02 Oct 2023. You can also click “View CSO Procedure” found on this webpage. Any resulting award(s) will be an Other Transaction Agreement under the authority of 10 U.S.C 4022.
Follow-on Production
Companies are advised that a prototype Other Transaction (OT) agreement awarded in response to this AOI can lead directly to follow-on production contract(s) or transaction(s) available for use by multiple organizations across the Department of Defense. Any follow-on production award may occur without the use of further competitive procedures in accordance with 10 U.S.C 4022(f). All prototype OT agreements will include verbiage notifying the awardee that, upon the successful completion of the prototype project, the competitively awarded OT may result in the award of a follow-on production contract or transaction without the use of competitive procedures.
Pathways through Challenges or Commercial Acceleration Opportunities
We regularly seek proposals from both U.S.- and internationally-based ventures just like you. Apply through DIU’s Challenges or Commercial Acceleration Opportunities to showcase your potential and get tailored support.
Open Challenges and Commercial Acceleration Opportunities —
AI Assisted Triage & Treatment Challenge
Responses Due By
2026-03-02 23:59:59 US/Eastern Time
DIU Presents: AI-assisted Triage & Treatment Challenge
Overview:
The Defense Innovation Unit (DIU), in partnership with Project Manager Soldier Medical Devices, and other Department of War (DoW) stakeholders, seek innovative, deployable solutions to monitor and assess hemodynamic status in forward combat medical environments. This challenge focuses on portable, network-capable systems that enable real-time medical triage and predictive warning of dangerous physiological conditions, while remaining usable by both medical and non-medical personnel in austere, contested, and Denied, Disrupted, Intermittent, and Limited (DDIL) settings.
Following submission, solutions will be evaluated through a government-led, multi-phase process, including pitch sessions with selected teams. Up to eight (8) finalists will be awarded a share of a total prize pool of $999,000 and invited to demonstrate their technologies during the Sword operational exercise scheduled for May 2026.
Prize challenges may be used to inform the selection of teams for subsequent prototype efforts. DIU has approved a budget and execution plan to negotiate prototype OT projects, pursuant to 10 U.S.C. § 4022, to eligible companies following the conclusion of Sword 26 without additional competitions. Top performers from Sword 26 will be considered to further mature solutions into operationally relevant capabilities that could be delivered at scale.
Benefits of Participating:
- $999,000 in total funding split among the top-performing finalist companies
- Selected teams may be invited by DIU to submit a proposal for an Other Transaction for Prototype Projects pursuant to 10 U.S.C. § 4022, without further competition
- Engagement opportunities with mission partners and DoW leaders for selected teams, including potential participation in future exercises to demonstrate and integrate capabilities
Timeline:
All dates are tentative and subject to change
Prize Challenge (Phases 1-3)
1. Open Call Announcement & Downselect
- Feb 17, 2026: Open Call Release (DIU Website)
- Feb 26, 2026: AMA Session (11:00 AM ET) Register Here
- Mar 2, 2026: Open Call Submission Window Closes
- Week of Mar 9, 2026: Semi-finalists Notified
2. Pitch Event
- Apr 7-8, 2026: Virtual Pitches & Interviews
- Apr 10, 2026: Finalists Notified
3. Demonstration Event
- May 8-12, 2026: Sword 2026 Demonstration Event
- Week of Jun 8, 2026: Winners Announced
Prototype Other Transaction
4. Proposal Submission
- June 2026: Top performers from Sword 2026 may be invited to submit a proposal for an Other Transaction Award for Prototype Projects pursuant to 10 U.S.C. § 4022, without further competition
Problem Statement:
The Department of War (DoW) currently utilizes an analog, paper-based triage system at point of injury in battlefield settings. This system is time consuming and severely limits real-time visibility for military care providers. This lack of a shared healthcare operating picture is inefficient and threatens force-wide survivability from point of injury to definitive care. To overcome this critical challenge, an AI-Assisted Triage and Treatment tool is required to establish a live, networked, common operating picture of all casualties, enabling commanders and medical personnel to prioritize, manage, and disposition patients effectively in real-time. The objective is to reduce and predict preventable deaths and improve the efficiency of combat medic personnel and first responders.
Background:
Current monitoring methods rely on frequent evaluation for subtle changes in vital signs (e.g., heart rate, systolic blood pressure) to assess for pending circulatory collapse from internal or external bleeding. Medical personnel conducting Tactical Combat Casualty Care (TCCC) at the point-of-injury are frequently overwhelmed, partly because existing triage approaches require manual and sequential assessments. Efficient triage and continued re-assessment is also a challenge for medical providers and teams during Mass Casualty (MASCAL) situations. These challenges are compounded with a loss of overall situational awareness and can result in delayed life-saving interventions and inappropriate resource allocation. Decreased situational awareness and inappropriate resource allocation is an even greater risk in austere and Denied, Disrupted, Intermittent, and Limited (DDIL) environments, where continuous and reliable communications are limited.
First responders and medical personnel require a ruggedized medical trauma sensing device to enable simultaneous triage and proactive intervention across multiple patients to improve survival rates during MASCAL events and Large Scale Combat Operations.
End User: DoW
Judging Criteria:
White Paper submissions will be judged on six (6) major criteria:
- Introduction: Clarity and conciseness of the innovation, capability, and relevance to Army needs.
- System Effectiveness: Effectiveness in improving triage speed and casualty throughput, with operational and regulatory viability.
- Technical Feasibility: Architecture clarity, security readiness, and technical risk.
- System Scalability/Economics: Production scale, cost viability, and supply chain resilience.
- Commercial Viability: Viability in non-defense markets and financial sustainability.
- Submission Quality: Clarity and evidence quality.
Desired Capabilities Features:
The DoW seeks to procure a portable, network-capable hemodynamic status monitoring device optimized for use in forward combat medical environments. The solution should enable rapid reusability, simplified sterilization, and field serviceability to support high patient turnover and prolonged field care. Solutions should also provide predictive warning indicators of dangerous hemodynamic status. Successful solutions will prioritize usability by delivering a minimally-disruptive place-and-forget device for use by medical and non-medically-trained personnel. Additionally, information must be portrayed in a readily available and comprehensible way to users in the immediate vicinity.
Desired features for sensing hardware include: ruggedized for harsh, austere environments - to include airworthiness; lightweight; small; and functional for a minimum of 72 hours without recharge. Devices can be either wearable or standoff, but must have a means to transmit information wirelessly.
Desired features for software and networking include: integration into DoW and allied data systems (eg, the electronic health record), applications, and fielded products (e.g., BATDOK, ATAK); cloud and on-premise functionality to enable streamlined continuity of information across medical personnel in multiple contexts. Internal data logging should be possible for DDIL operations, and where network capability exists, data transfers should occur with minimal delay.
In addition to delivering capability for real-time medical triage, solutions that are extensible for other use-cases are a plus. These may include, but are not limited to, TCCC integration, medical resupply, casualty evacuation (CASEVAC), and medical evacuation (MEDEVAC). Regardless of the use-case, solutions must be capable of being rapidly fielded to multiple theaters and exportable to allies.
Should the Government elect to award a transaction for a prototype project under the authority of 10 U.S.C. 4022, companies will be expected to provide up to 30 systems for battlefield testing as part of Phase 3.
Minimally viable products deemed medical devices must seek FDA 510(k) clearance for use (minimally, in trauma patients) and receive clearance before procurement and fielding to the force. Companies should also be capable of having manufacturing capabilities in place to deliver up to 15,000 units in the first year of production and be prepared to scale further in subsequent years. DIU may be able to assist in accelerating timelines for research approvals, subject to applicable processes and approvals.
Any prototyping effort resulting from this Challenge is expected to involve hardware, software, and networking components; these efforts may be executed by a single company bringing a comprehensive solution or by multiple companies working in a teaming arrangement and demonstrating interoperability. Companies are also welcome to present their own teaming arrangements in their submitted white paper.
Existing authority to operate (ATO) for device solutions and/or certification as a system of record are a plus. Vendors with a cloud solution must possess or be able to obtain Federal Risk and Authorization Management Program (FedRAMP) Moderate accreditation along with Defense Information Systems Agency (DISA) Impact Level (IL)-5 provisional authority (PA) or offer solutions that are compatible with services that have already attained an ATO and are DISA IL-5-compliant. Final product(s) must be compliant with FedRAMP High Impact Risk Level.
Vendors possessing or able to obtain a U.S. National Security Facility Clearance are a plus.
DIU requires that respondents to this Challenge acknowledge their familiarity with the Department of War (DoW) Ethical Principles for Artificial Intelligence and the DIU Responsible AI (RAI) Guidelines that implement them. Companies responding to this Challenge will be expected to align their work with the Responsible AI Guidelines, where applicable. Inability to align with these Guidelines may affect selection.
It is anticipated that human subjects research may be required in performance of any subsequent agreement(s). Therefore, offerors should be aware that compliance with 32 CFR 219, DoDI 3216.02 will be mandatory, as applicable.
Submission Requirements:
Entries that do not comply with these instructions will not be accepted.
Companies must submit a white paper using the provided Word or PDF template that describes their proposed solution and addresses the features outlined above. Submissions may not exceed five (5) total pages and must use 11-point Calibri font with single-spaced formatting.
- Do not modify the template’s margins or formatting.
- Use the embedded prompts to structure your response. These prompts directly correspond to the evaluation criteria and should guide the organization of your white paper.
- An additional references section is permitted but must be included within the established page limit.
- Footnotes are not permitted.
- Delete the instructional text on the template prior to submission.
- Submit the final white paper as a PDF file.
About Project Manager Soldier Medical Devices
Project Manager Soldier Medical Devices (PM SMD) executes the modernization and advanced development of medical materiel for the Army. From cradle to grave, PM SMD is the Life Cycle Manager, managing the development, integration and distribution of medical devices, shelters, sets, kits & outfits (SKOs) from point of injury through all roles of care on the battlefield.
About the Defense Innovation Unit
The Defense Innovation Unit (DIU) strengthens national security by accelerating the adoption of commercial technology in the Department of Defense and bolstering our allied and national security innovation bases. DIU partners with organizations across the DoD to rapidly prototype and field dual-use capabilities that solve operational challenges at speed and scale. With offices in Silicon Valley, Boston, Austin, Chicago and Washington, DC, DIU is the Department’s gateway to leading technology companies across the country.
Intellectual Property Considerations:
Applicants retain ownership of existing Intellectual Property (IP) submitted under this Challenge and agree that their submissions are their original work. Applicants are presumed to have sufficient rights to submit the submission. For any submission made to the Challenge, you grant DIU a limited license to use this IP for testing and evaluation for efforts specifically related to the Challenge. DIU will negotiate with individual competitors in the event additional usage, integration, or development is contemplated.
Other Transaction Authority:
This DIU Challenge public announcement is an open call to small businesses and non-traditional defense contractors seeking innovative, commercial technologies proposed to create new DoW solutions or potential new capabilities fulfilling requirements, closing capability gaps, or providing potential technological advancements, technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities improving commercial technologies, existing Government-owned capabilities, or concepts for broad Defense application(s). As such, the Government reserves the right to award a contract or an Other Transaction agreement for any purpose, to include a prototype or research, under this public announcement. The Federal Government is not responsible for any monies expended by the applicant before award and is under no obligation to award additional procurement transactions.
Satisfying Competition Requirements:
This DIU Challenge Open Call Announcement is considered to have potential for further efforts that may be accomplished via FAR-based contracting instruments, Other Transaction Authority (OTA) for Prototype Projects 10 USC 4022 and Research 10 USC 4021, Prizes for advanced technology achievements 10 USC 4025. The public open call announcement on DIU’s website is considered to satisfy the reasonable effort to obtain competition in accordance with 10 USC 4025(b), and 10 USC 4022 (b)(2). Accordingly, FAR-based actions will follow announcement procedures per FAR 5.201(b).
DIU reserves the right to cancel, suspend, and/or modify the Challenge, or any part of it, for any reason, at DIU’s sole discretion.
FAQs
prizechallenge@diu.mil
Eligibility Requirements
Eligibility:
- Any U.S. or International Participants will be subject to a security screen before acceptance to the finals
- Ability to demonstrate the solution’s capabilities at a Department-determined test site in Europe by May 2026.
- Companies without a Commercial and Government Entity (CAGE) code will be required to register in the System for Award Management (SAM) and have an active registration to be eligible for a Prototype agreement, if selected. The DoW recommends that prospective companies begin this process as early as possible.
- Any small business or non-traditional defense vendor is encouraged to apply. Vendors not meeting those conditions can qualify under either of the following conditions:
- For any teams selected to advance to Phase 4, the team must include at least one non-traditional defense contractor or non-profit research institution with significant participation in the prototype project, or
- For any teams selected to advance to Phase 4, at least one-third of total costs must be paid by parties to the OT other than the government.
Non-Traditional Defense Contractor definition: An entity that is not currently performing and has not performed, for at least the one-year period preceding the Challenge of sources by DoW for the procurement or transaction, any contract or subcontract for the DoW that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section (see 10 U.S.C 2302(9)).