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 —
Emulation Module for Unmanned Systems (EMU)
Responses Due By
2026-04-08 23:59:59 US/Eastern Time
Emulation Module for Unmanned Systems (EMU)
Problem Statement
The Department of the Navy and the Department of War (DoW), in accordance with the National Security Strategy and the Chief of Naval Operations’ Navigation Plan, maintain freedom of navigation and access to the seas. This access is vital to the free flow of goods and national security, but the current fleet lacks sufficient assets to maintain a constant physical presence in many critical maritime areas.
To extend its presence more effectively, the Navy is developing a hybrid fleet that combines crewed ships with a network of unmanned and autonomous platforms. However, many new sensors and software feeding the maritime common operational picture (COP) must be trained and calibrated using realistic radio frequency signals produced by ships in diverse conditions. Using crewed ships for this work is costly and labor-intensive, while current unmanned vehicles (UxVs) cannot carry full sets of radar and communications equipment due to strict limits on size, weight, and power (SWaP).
As a result, there is currently no practical way to create and control realistic ship signals remotely on unmanned platforms to train and test these tools at scale. This gap slows the integration of Blue sensor feeds into the COP, reduces confidence in automated detection, and delays reliable situational awareness. Pacific Fleet units need an effective means to produce and manage realistic ship signals on unmanned platforms (remotely, without onboard crews, and at acceptable cost) to maintain an accurate, shared picture of the maritime environment across the INDOPACOM AOR.
Project Schedule
- Land-based emulation within 90 days of contract award
- On water test within 180 days of contract award
Desired Solution Attributes
The DoW seeks a remotely operated, modular signal-generation and control capability that can be integrated across diverse unmanned vehicles. The Government explicitly seeks solutions that can provide either single-band or multi-band emulation capabilities, provided they meet the fidelity requirements. The solution must produce extremely realistic ship-ship and ship-shore communications and/or radar signals to train and calibrate new sensors and software that are designed to suppress false positives, while fitting within the SWaP and environmental limits of unmanned platforms (e.g. small unmanned surface vessels around 16 - 24 ft in length).
Required solution characteristics:
- High-Fidelity Signal Generation: Payloads may target a single band (e.g., S-band, X-band, Iridium, or UHF / VHF waveforms) or multiple bands (e.g., Iridium and UHF/VHF). Strong preference will be given to payloads that demonstrate exceptional fidelity and realistic emulation of a single band (e.g. only S-band) over solutions that offer multiple bands with lower fidelity.
- SWaP-C Optimization: A small, sea-worthy form factor with low size, weight, and power suitable for mounting on different unmanned platforms.
- Rapid Adaptation: Ability to swiftly adapt to new emitters and operational demands.
- Maritime Durability: Must maintain full functionality in Sea State 3 or higher, surviving high-motion mechanical stress.
Preferred solution characteristics:
- Controllable Emissions: Users must be able to control power, directionality, and timing to target specific sensors under test.
- Integration Flexibility: The solution should integrate with existing unmanned surface vessels (sUSVs) and be adaptable to future platforms, with integration kits for power, data and networking, C2, and autonomy systems.
- Remote Command and Control (C2): Capability to remotely select, schedule, and adjust signals in real-time, manage power use, monitor status, and tailor emissions without onboard crews.
- Data Validation: Capabilities for data logging and reference "ground truth" to verify calibration outcomes and support sensor integration.
- Commercial Standards: Leveraging standardized APIs for integration into USV autonomy stacks is highly desirable.
Solution must not include:
- Proprietary Interfaces: Software and hardware should utilize open commercial standards for external communications where possible to facilitate integration. Design architecture should take a Modular Open Systems Approach (MOSA) to enable on-going integration.
- High SWaP-C: Solutions requiring the power or weight of traditional destroyer-class systems are not suitable for this effort.
- Load generators that evaluate link budgets and band availability.
- Record and replay signal emulator with no differentiation of endpoints and unique sessions.
Preference will be given to proposals that demonstrate product maturity and deployment validation (i.e., products that readily fit or can be adapted for the solicited purpose with the least amount of non-recurrent engineering). Please be clear in the proposals to articulate the status of current production equipment and estimated level of effort/time to customize for the Government's purpose.
Companies must have experience working in classified environments and cleared personnel who can work up to TS//SCI (teaming arrangements will satisfy this requirement).
The Government intends to team successful vendors with a number of existing autonomous vehicles and other prototype solutions in a rapid iteration and test environment. Solution providers should expect to participate in a shared development space with other vendors, operators and government developers to rapidly iterate on solutions. Solutions providers may be asked to collaborate and/or participate in cross functional efforts that may exist under previously established contractual vehicles.
Considering there are multiple solution areas appropriate for signal generation and array development, we do not expect a single vendor to cover all possible alternatives. As such, partial solutions that uniquely address specific requirements (e.g., software signal generation, chassis ruggedization and power, or hardware RF instruments) are welcome and will be considered for this solicitation. Submissions offering modular approaches are encouraged. Due to the complexity of this solicitation, for vendors with partial solutions, we highly recommend that you pre-emptively seek out partners to come up with an integrated solution; preference will be given to submissions that demonstrate concrete integration and interoperability.
Eligibility Requirements
Awarding Instrument
This solicitation follows the Commercial Solutions Opening (CSO) process detailed in SAM.gov posting HQ0845-20-S-C001, Amendment 001 (effective 13 March). You can also click “View CSO Procedure” found on this webpage. Any resulting award(s) will be an Other Transaction Agreement under 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).
Robotic Exclusion & Engagement Framework (REEF)
Responses Due By
2026-04-03 23:59:59 US/Eastern Time
REEF Area of Interest
Robotic Exclusion & Engagement Framework
This is a bilateral solicitation involving collaboration between the U.S. and UK. Submitted solutions will be assessed by both U.S. and UK government innovation teams with the aim of identifying potential vendors for suitability toward U.S. and UK defense applications. Please note the “Export Controls” section of this AoI.
Problem Statement:
Adversaries and non-state actors are increasingly utilizing autonomous underwater vehicles (AUVs), including Unmanned Underwater Vehicles (UUVs), Remotely Operated Vehicles (ROVs), and semi-submersibles, posing a growing threat to United States Government (USG) critical infrastructure, waterways, ports, harbors, and expeditionary forces. Despite interest across the USG, across all Combatant Commands, and UK Ministry of Defence in countering these threats, current solutions are fragmented, expensive, and limited in number.
Solution:
This Commercial Solutions Opening (CSO) seeks a suite of systems approach to address the REEF challenge. By leveraging commercial off-the-shelf (COTS) sensors, edge processing, sensor fusion, software, and interdiction methods, this program aims to create a flexible, stand-alone system adaptable to various environments and integrable with existing USG systems. The primary focus is protecting ports and harbors from underwater threats of varying size and sophistication, while the broader goal is to protect all US critical waterways. The system must provide sufficient detection-to-response time for human in-the-loop decision-making such that underwater threats can be safely interdicted or neutralized.
The USG requires a cohesive suite of scalable, rapidly deployable passive and active sensing systems, coupled with advanced signal processing and sensor fusion engines, to enable interdiction methods to address this evolving threat. This system must cover the entire Detect-Track-Classify-Defeat kill chain and be robust and flexible enough to protect diverse environments requiring subsurface maritime protection. See below for a more detailed description of each “Solution Component.” The government will assess the potential of each solution component to be integrated into a comprehensive REEF system that meets the requirements of this AOI. Preferences will be given to those solutions that demonstrate a technically and operationally feasible path to a complete REEF solution.
Solution Component 1: Detect, Track, and Classify Capabilities:
- Detection: At a minimum, provide detection information (e.g., bearing, estimated range, bearing rate) for rapid operator decision-making via a single sensor. Ideal solutions would be low-cost and highly reliable even in challenging tidal and salinity environments.
- Track Estimation: Generate confident tracks of one or more subsea threats using single or multiple sensors (mobile/static), providing estimated target and speed information.
- Classification/Discrimination: Distinguish between biological contacts and non-biological subsea objects. Further classification of underwater threat size and type using AI/ML is highly desired.
- Clutter/False Alarm Reduction: Robustly reject clutter and false alarms from surface traffic (e.g., fishing vessels, recreational watercraft, shipping vessels, etc.) and undersea biologicals. Allowance for end users to toggle the filter sensitivity is of interest.
- Sensor Types: All sensor types are of interest such as, but not limited to, active and passive sonar, EO/IR, fiber optic cable distributed acoustic sensing, magnetic, acoustics such as vector sensor arrays, etc.
- Deployment: Fixed systems (e.g., moored buoys, buried cables, subsea data nodes, etc.) should be easily deployable/recoverable with minimal environmental impact. Mobile systems (Unmanned Surface Vessels (USVs), UUVs, Unmanned Aerial Vehicles (UAVs), drifting buoys, etc.) must support autonomous and/or remote control.
- Open Architecture: Sensors must be packaged for integration into an open-architecture system, rapidly deployable, and scalable across fixed and mobile platforms. Modular Open Systems Approach (MOSA) compliance required.
Solution Component 2: Defeat Capabilities:
- Non-Kinetic: Capabilities to prevent access to critical waterways or assets (e.g., rapidly deployable nets, bubble curtains, synthetic barriers, etc.).
- Kinetic: Capabilities to disrupt/destroy detected threats (e.g., kinetic payloads, acoustic directed energy, physical coupling devices, etc.).
- The Government will consider both Kinetic and Non-Kinetic defeat capabilities but preference will be given to Non-Kinetic Solutions.
- Decoy: Capabilities to confuse adversarial underwater craft are of high interest. These can be low-cost attritable systems or more technologically advanced systems that use signals to act as a decoy to prevent the successful completion of the adversary's mission.
Solution Component 3: Data and Network Architecture:
- Data Transmission & Security: Secure, data transmission (raw or edge-processed) for near real-time sensor-level visibility. Data must be encrypted and compliant with relevant DoW interface requirements.
Solution Component 4: COP/C2:
- Common Operating Picture (COP) / Command and Control (C2): Integrate tracking/fusion data with existing USG COP/C2 software or provide a dedicated COP/C2 solution. The system must be easy for a non-technical user to use with minimal training (several hours/days), without sacrificing fidelity. The ability to “see” the advanced data driving the on-screen display is valuable.
- AI/ML Decision-Making Assistance: Any COP/C2 system should provide suggestions to the user and be able to clearly articulate why it is recommending a particular action.
- Multi-Modal Sensor Fusion: Fuse data from various sensor types (e.g., Automatic Identification System (AIS), Radar, Radio Frequency, Acoustic, Electro-Optical, etc.)
Respondents must clearly state which Component(s) their solution addresses on the first slide or on the title page of their whitepaper. While holistic solutions are appreciated, vendors are invited to submit proposals for any component(s) they think they can satisfy. Individual components are welcome to apply and will not be looked upon unfavorably. Regardless of the number of components pitched, a vendor is limited to one submission consisting of no more than 15 slides or 5 pages, if a whitepaper. Vendors that are selected will be expected to work closely with other vendors and government partners. Integration will be key. There will be several week long technical development sessions during the course of the project and technologies will be expected to be ready to conduct in-water testing and able to integrate with other systems within 90 days of Other Transaction award.
Export Controls:
U.S. EAR: Information sharing with the U.K. will be conducted in accordance with the Bureau of Industry and Security, Department of Commerce’s Interim Final Rule dated April 19, 2024, which removed many export licensing requirements under the Export Administration Regulations (EAR) for 600-series items and missile-technology (MT) controlled items for exports, reexports, and in-country transfers to or within the U.K., subject to certain exceptions (e.g., items requiring a license under § 742.6(a)(9) or other “license to all destinations” requirements).
U.S. ITAR: Information sharing with the U.K. will be conducted in accordance with 22 CFR § 126.4, Transfers by or for the United States Government, paragraph (b), which removes the licensing requirement for the export, reexport, retransfer, or temporary import of a defense article or the performance of a defense service, when made by another person for a department or agency of the U.S. Government.
Solutions submitted by U.K. companies are eligible for export control relief under General Export Authorisation No. 001 (Partner Countries), provided they meet the conditions of the authorisation. Non-U.S.-based companies should consider any applicable home-nation export controls on technical information when preparing solution briefs for review by U.S. and U.K. government teams.
Eligibility Requirements
Awarding Instrument
This solicitation follows the Commercial Solutions Opening (CSO) process detailed in SAM.gov posting HQ0845-20-S-C001, Amendment 001 (effective 13 March). You can also click “View CSO Procedure” found on this webpage. Any resulting award(s) will be an Other Transaction Agreement under 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).
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 —
Sorry, there are no open challenges currently.
If you would like to be notified when new challenges are posted please fill out our interest form here.