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 —
Sorry, there are no open solications currently.
If you would like to be notified when new solicitations are posted please fill out our interest form here.
For more information on responding to a solicitation, see our Solution Brief best practices guide.
Read the DIU CSO Guidance
Pathways through Challenges or Commercial Acceleration Opportunities
Are you building something innovative, but it’s not yet fully commercialized? If your technology is still in development or you're testing scalability, we’ve designed pathways specifically for you.
We regularly seek proposals from both U.S.- and internationally-based ventures and early-stage companies 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 —
Project NextMRO (Prize Challenge)
Responses Due By
2025-10-10 23:59:59 US/Eastern Time
Project NextMRO (Prize Challenge)
1. Problem Statement
The Department of the Navy (DoN) faces critical challenges in maintaining its aircraft, ships, and submarines due to reliance on dozens of disparate, legacy IT systems. These systems lack the modern capabilities required to effectively plan, schedule, and execute maintenance activities across the fleet, leading to inefficiencies, readiness gaps, and increased sustainment costs. The inability to rapidly adapt maintenance practices to emerging threats and evolving operational environments poses a significant risk to fleet readiness and mission effectiveness.
2. Desired Outcomes
To address this urgent need, the Defense Innovation Unit (DIU), in collaboration with the Program Executive Office for Manpower, Logistics and Business Solutions (PEO MLB) Logistics IT Services (LOG IT), is launching the NextMRO Modernization Prize Challenge. This challenge seeks innovative commercial solutions that can replace this fragmented landscape with modern Commercial-off-the-Shelf (COTS) solutions and best practices capable of performing integrated, real-time, data-driven operational and shore logistics.
The DoN requires a modernized Maintenance, Repair, and Overhaul (MRO) system across all levels of Naval maintenance (i.e., Organizational, Intermediate, and Depot for both Maritime and Aviation domains) that can:
- Increase asset availability, minimize downtime and costs, and maximize the operational readiness of naval assets.
- Optimize maintenance schedules and improve resource allocation based on data-driven insights to include workforce availability, predictive analytics applications, and real-time equipment conditions.
- Enable predictive and condition-based maintenance by support applications that proactively identify and address maintenance needs to prevent failures and optimize maintenance schedules.
- Support the ability for worldwide users to view and take action on managing maintenance planning, execution, and closeout activities on any unit's work order data across all naval assets, regardless of domain or maintenance level.
- Provide real-time visibility into enterprise level maintenance readiness and support real-time data analytics to inform decision-making.
- Ensure availability and access to MRO solutions on approved Navy systems and mobile devices to perform maintenance at required locations and in disconnected environments.
3. Scope of the Challenge
This prize challenge is focused on modernizing Naval Maintenance, Repair, and Overhaul (MRO) processes across all maintenance levels.
For the purpose of this challenge, the identified maintenance levels are:
- Organizational-Level (O-Level): Organizational maintenance is the first level of maintenance performed at or near the operational site by the equipment's user or operator. It focuses on maintaining the day-to-day readiness of the system and includes tasks that can be accomplished with minimal tools, equipment, and training.
- Aviation Example: Pre-flight and post-flight inspections, servicing fluids, replacing tires, and performing minor adjustments or repairs on aircraft.
- Maritime Example: Routine inspections, cleaning, lubrication, and minor repairs on shipboard systems, such as replacing light bulbs or tightening bolts.
- Intermediate-Level (I-Level): Intermediate maintenance is the second level of maintenance, performed at designated maintenance facilities or aboard ships with specialized capabilities. It involves more complex tasks, such as fault isolation, component repair, and calibration, requiring specialized tools, equipment, and trained personnel.
- Aviation Example: Repairing avionics systems, replacing hydraulic pumps, or testing and calibrating flight control systems.
- Maritime Example: Repairing shipboard electronics, overhauling pumps or valves, and performing diagnostics on propulsion or auxiliary systems.
- Depot-Level (D-Level): Depot maintenance is the highest level of maintenance, performed at centralized facilities with extensive resources and expertise. It includes major overhauls, complete system rebuilds, and modifications to extend the service life or enhance the capabilities of the system.
- Aviation Example: Overhauling aircraft engines, repairing structural damage, or upgrading avionics systems.
- Maritime Example: Dry-docking a ship for hull repairs, overhauling propulsion systems, or installing new combat systems.
For the purpose of this challenge, MRO is defined as:
- Maintenance: Routine checks, servicing, and preventive and predictive measures to maintain optimal performance and prevent equipment failures.
- Repair: Performing corrective maintenance by fixing specific defects or damage to restore functionality quickly, often in the field.
- Overhaul: In-depth inspections, repairs, and refurbishments to extend the operational life of equipment.
4. Required Capabilities
The following outlines the required capabilities of proposed solutions. Submissions should provide examples of actual project work indicating the ability to develop and deploy such solutions:
A. Functional Attributes:
- Vendors must deliver maintenance applications to support:
- Preventative and Predictive Maintenance: Facilitate regularly scheduled tasks, leverage available sensor information, and data collection techniques to proactively identify potential equipment failures and schedule maintenance
- Corrective Maintenance: Assist in reactive repairs to be performed after an asset has broken down
- Work Order Management: Creation, assignment, and tracking of maintenance tasks and requirements w/ real-time access to documentation via approved devices
- Compliance and Documentation: Automated tracking of work controls, safety and legal requirements to include audit-ready records
- Personnel Management and Maintenance Scheduling: Dynamically align qualified and trained personnel to preventative and corrective tasks, with the ability to forecast capacity based on planned work
- Asset Visibility, Data Analytics and Tracking: Real-time monitoring of asset location, condition, and position in maintenance lifecycle. Support user-defined dashboards and analytical insights to support role-based decision-making (e.g. maintenance trends, asset-specific costs, and equipment performance, etc.) based on historical and predictive operational analysis
- Inventory and Spare Parts Management: Deploy applications to optimize inventory levels (e.g. spare parts, maintenance resources, etc.) based on relevant factors (such as equipment performance, unit mission needs, etc.) and automated reordering
- Vendors platform must address the following repair capabilities:
- Troubleshooting and Restoration: Support maintainers identify and diagnose the cause of equipment malfunction and follow-on actions to get equipment back to working order
- Part Replacement: Identify and locate available parts to replace broken or worn-out components
- Vendors solution must support the following overhaul functions:
- Disassembly: Taking equipment apart for inspection and repair
- Component Inspection: Examining all parts for wear and damage
- Repair or Replacement: Addressing identified issues, potentially including the replacement of multiple parts while accounting for system effects
- Restoration: Returning equipment to original working condition to include system reassembly and follow-on testing to ensure it functions correctly
B. Technical Capabilities:
- Scalability and Performance: Capable of supporting up to 200,000 users across geographically dispersed sites (ashore and afloat) minimizing latency and ensuring compatibility across all maintenance levels.
- Cybersecurity: Able to achieve an Authority to Operate (ATO) and support Impact Levels (IL) 4-6, meeting all relevant DoD cybersecurity requirements and standards within DoN approved Platform-as-a-Service (PaaS) environments. Support zero trust including data tagging for CUI/U-NNPI/NNPI (CRD) Impact Levels 4-6 Attributes Based Access Control (ABAC). Ability to operate with Government designated Identity Data Access Manager (IdAM) solution.
- Disconnected Operations (DDIL): Enable offline functionality for critical operations, including data access, local or detachment processing, and seamless synchronization with centralized systems upon connectivity restoration.
- Access to Integrated Digital Environment (IDE): The solution must allow for and provide the means to conduct maintenance and modernization using information from the IDE from design agencies for submarines, aircraft carriers, surface ships, and aviation assets. It must also include methods for submitting feedback to the IDE's authoritative data sources..
- AI/ML Tooling: Platform supports ability to deploy both proprietary and third-party AI/ML tools (e.g., workflow “agents”, chat-based LLM support, optimization models, etc.) to assist with previously listed applications (e.g. workload distribution, predictive maintenance, and resource optimization).
- Mobile Access: Provide secure mobile access to platform data and resources on Navy-approved devices and with Government designated Identity Data Access Manager (IdAM) solution.
- Interoperability: Support system interoperability where interfaces and data formats are flexible through the use of standards-based technology for interfaces and data exchanges. The solutions must be interoperable with DoW (e.g., Advana), and DoN related domains, to include Maritime and Aviation at all levels of maintenance using existing Navy Logistics IT systems and authoritative data, Jupiter, Metrology and calibration, financial, product life cycle management, and supply.
- Cloud Readiness: Designed for cloud deployment or migratable to DoW and DoN approved cloud and Platform-as-a-Service (e.g. CANES, FS Edge) environments.
- Customization Approach: Minimize customization of the COTS core business processes to meet Government functional capabilities. Describe your approach to meeting functional requirements through configuration, business process changes, or the use of Low-Code/No-Code (LCNC) tool suites. If LCNC is proposed, the solution must integrate seamlessly with the primary COTS platform - maintaining data integrity and also enabling Single Sign-On (SSO) capability.
- User-Centric Design: Systems that enable rapid execution of common tasks with minimal user interaction and reduced cognitive burden, aligning with human-centered design best practices.
- Training: Training curriculum and materials must use a Scaled Agile Framework approach with iterative COTS capability delivery and include a comprehensive and innovative training approach that can effectively support a large and geographically dispersed workforce. Describe your solution’s training methods, materials, and support mechanisms.
- Americans with Disabilities Act (ADA) Compliance: Standards should be implemented to support inclusive access for all types of workers, regardless of employment status, role, or physical capability.
5. Additional Attributes
Proposals should demonstrate an understanding of the unique requirements of each maintenance level (O, I, and D) for both Maritime and Aviation domains. While a single integrated platform is desired, solutions may propose modular approaches that address specific maintenance levels. Proposals should clearly articulate how their solution can scale and adapt to support the diverse needs of the entire NextMRO ecosystem. Specifically, solutions should describe how their platform addresses:
- Operational Availability: Solutions must be maximally available. Planned maintenance or other administrative activities should be limited to 4 hours per month.
- Resource Constrained Environments: Ability to reduce data footprint to support low-bandwidth environments. Describe containerization strategy to ensure consistent deployment and to optimize data transfer and resource usage.
- Continuous Integration/Continuous Delivery/Deployment (CI/CD): Deploy updated software releases remotely via Government designated Developmental Secure Operations (DevSecOps) pipelines.
- Data Interoperability/Exchange: Ability to establish APIs to interact with middleware solutions using a common language or protocol. Data must be securely, accurately, and reliably transferred in normal operations and prioritized in DDIL conditions.
- Cross-Maintenance Level Support: Integrate data, streamline and automate workflows, optimize resources, and meet specific compliance requirements across all three maintenance levels.
- Deployment and Licensing: Description of training, business model (e.g. license type, subscription, etc.), and system sustainment
In addition to the cross-cutting requirements identified above, the below remain key “abilities” that any solution must be able to fulfill within specific functional domains.
- Aviation:
- Scale to support over 4000 aircraft across multiple Type/Model/Series (TMS) stationed afloat and ashore with a user count in excess of 75,000.
- Redistribute existing aircraft between squadrons.
- View, update, or delete aircraft data related component inventory from the authoritative source.
- Electronically release aircraft safe-for-flight information.
- Maritime:
- Scale to support over 400 afloat and ashore sites with a user count in excess of 90,000.
- Provide an integrated common business process for preventive, corrective, and alteration management at the maintenance unit level.
- Plan procedures for work package development, which includes determining methods for all planned maintenance, planned modifications, and unplanned maintenance and repairs.
- Establish system and component status and control/prevent work or operations of various other items that have the potential to harm equipment or personnel (e.g. Gas Free, Tag-Out, etc.) during maintenance tasks.
- Plan resources for work by identifying and requesting procurement of materials, components, parts, tools, equipment, labor skills, and facilities necessary to perform maintenance.
- Support the execution and certification of work by allowing approval/verification of maintenance tasks with configurable approval engines to certify the work was performed correctly and is ready for return to service.
- Demonstrate ability to consolidate work requirements, which include reviewing, documenting, updating and consolidating all work notifications.
- Ability to establish system and component status and control/prevent work or operations of various lockout/tagout material items that have the potential to harm equipment or personnel during maintenance tasks.
6. Submission Requirements
Teams will submit a white paper (in PDF format) outlining their technological capabilities and how they address the Problem Statement and Desired Outcomes (Section 1 & 2), Required Capabilities (Section 4), and Additional Attributes (Section 5). Submissions shall be no more than 10 pages (excluding cover page). Teams are encouraged to focus on their unique value proposition and innovative approaches to solving the challenges outlined in this Announcement.
Submissions should clearly articulate how their solution addresses the diverse needs of all maintenance levels (O, I, and D) for both Maritime and Aviation assets, and how their approach to training will enable effective user adoption across the fleet.
The Government will evaluate submissions using the following criteria:
- Technical Viability and Alignment: Demonstrated technical feasibility and clear alignment with stated Problem Statement and Desired Outcomes (Section 1 & 2), Required Capabilities (Section 4), and Additional Solution Requirements (Section 5). This includes demonstrating an understanding of the unique requirements of each maintenance level (O, I, and D) for both Maritime and Aviation assets, as well as a viable approach to training a large and geographically dispersed workforce. For example, highlight past deployment and integration experience with proprietary APIs and hierarchical force element data structures in a disconnected environment, if applicable.
- Innovation: Novelty and potential impact of the proposed solution.
- Team & Company Viability: Ability and expertise of the team/company to successfully demonstrate capabilities through the Challenge, deliver, scale, and sustain the proposed solution.
7. Timeline:
- Phase 1 - Announcement & Down-Select
- September 19, 2025: Announcement Release - DIU Website
- September 23, 2025: “Ask Me Anything” Session (1300 EST / 1000 PST) View recording.
- October 10, 2025*: Competition Close (2359 EST / 2059 PST) (See Note below)
- NLT November 07, 2025*: Phase 2 Participants Announced & Preliminary Use Case Distributed (See Note below)
- Phase 2 - Initial Demonstrations: The vendor shall deliver selected software solutions against prioritized Government Functional Use Cases using synthetic data and simulated interfaces within the appropriate ecosystems to designated Government test sites for operational effectiveness evaluation which includes end user hands on testing, observation, and interaction during demonstrations. This Phase will also evaluate the proposed vendors’ software solution towards meeting the mission objectives and alignment with end user needs, and address questions requested by the Government.
- Week of December 08, 2025: Preliminary Use Case Demonstration, Solution across Maintenance Levels (Maritime O/I/D, Aviation O/I/D)
- NLT December 19, 2025: Phase 3 Participants Announced & Detailed Use Cases Distributed
- Phase 3 - Final Demonstrations: The vendor shall deliver selected software solutions prioritized Government Functional Use Cases using Government provided data and interfaces to designated Government test sites for operational evaluation, training, and user-driven feedback. These efforts will support assessment of the capability’s effectiveness, usability, and integration potential in representative mission ecosystem environments. This Phase will require delivery of software solutions twenty (20) days after completing Phase 2. Prizes awarded in Phase 3 will take into account the direct user feedback of operational users as they train and test systems and capabilities provided by vendors.
- Week of January 19, 2026: Solution Demonstration across Maintenance Levels (Maritime O/I/D, Aviation O/I/D)
- NLT January 30, 2026: Winners Announced
8. Awards and Follow-On Opportunities:
- Up to $8.5M in awards will be distributed to top-performing vendors across the three phases
- Direct eligibility for a follow-on prototype Other Transaction Authority (OTA) agreement.
- Potential for other follow-on opportunities such as Cooperative Research and Development Agreements (CRADAs).
- Opportunity to contribute to a critical national security mission.
9. Eligibility:
- Ability to secure an active registration in Sam.gov if selected as a finalist (exceptions may be considered on a case-by-case basis).
- Ability to demonstrate the solution’s capabilities by November 2025.
10. Questions:
Please direct your questions to info@diu.mil or nextmro@diu.mil.
About PEO MLB LOG IT
Program Executive Office for Manpower, Logistics & Business Solutions (PEO MLB LOG IT) is responsible for delivering comprehensive and integrated information technology solutions that enable the Department of the Navy's manpower, logistics, and business operations.
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 DoD 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 pursue such Other 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, and/or Prize Competitions 15 USC 3719. The public open call announcement made on the DIU website is considered to satisfy the reasonable effort to obtain competition in accordance with 10 USC 4025(b), 15 USC 3719 (e) 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.
Note: Submission Instructions
To ensure your submission is reviewed, please follow these instructions carefully:
- Disregard the submission form's instructions regarding "5 or fewer pages" or "15 or fewer slides."
- Submit a 10-page white paper in PDF format, as required by this solicitation.
Note: Submission Deadline Extension
This one week extension to the submission deadline will not be altered further. Any shutdown that lasts beyond a one week period will result in at least a day for day slip to overall execution timeline for the judging and subsequent phases, aligned with the duration of the lapse in appropriations.
We apologize for any confusion and look forward to receiving your submission.
FAQs
Q.1: Do proposed solutions need to meet all functional and technical attributes to be considered?
A.1: Evaluations will be conducted IAW the posted evaluation criteria. Proposals should address how solutions meet the attributes listed.
---
Q.2: Are vendors permitted to team with other companies to address the requirements of the solicitation?
A.2: Yes, partnerships and teaming arrangements are encouraged. Please clearly articulate the partner relationships, technical contributions, and experience of the proposed arrangement.
---
Q.3: Is Rough Order of Magnitude (ROM) part of Phase 1 white paper evaluation?
A.3: A rough order of magnitude (ROM) is not a part of the evaluation criteria for this solicitation.
However, as part of your response, we request that you describe how you plan to monetize your solution if awarded. This is not a request for your pricing. We are asking you to describe the monetization model the Navy should expect if you have the opportunity to make a formal proposal.
---
Q.4: What assumptions should be made about data sources for this announcement?
A.4: For the purposes of the Prize Challenge, all relevant and required data will be provided to the vendor from PMW 200 and mission partners.
---
Q.5: What are the requirements for the Phase 2 and Phase 3 demonstrations and evaluations?
A.5: Detailed and amplifying guidance regarding all demonstration requirements will be provided only to vendors selected to participate in Phase 2 and Phase 3.
---
Q.6: Can our proposals recommend the use of existing DoW IT infrastructure to facilitate the use of our solution?
A.6: Yes, white papers can make reference to existing DoW IT infrastructure.
---
Q.7: Is a recording of the AMA available?
A.7: Please view a recording of the AMA session here: DIU - Project NextMRO AMA
---
Q.8: What is the scope of required system integration for the proposed solution? Will the solution need to integrate with existing Navy ERP, supply chain, and financial/project accounting systems?
A.8: Integrations are expected with Navy ERP environments and supply systems (e.g., Navy ERP/SAP, NOSS modernizing to S/4HANA, R-Supply), readiness/data platforms (e.g., Advana, Jupiter), product lifecycle management (Aviation PLM/Teamcenter, Maritime PLM/Windchill), metrology/calibration, and finance/project accounting systems. The exact system list and integration particulars will be provided to down-selected vendors.
---
Q.9: When is the requirement to support Impact Level 6 (IL6) data or obtain an Authority to Operate (ATO) applicable? Are these prerequisites for applying to the challenge?
A.9: Impact Level 4 (IL4) is required for Phase 3 demonstrations. IL5/IL6 apply to production environments, not to Phase 1 or Phase 2. An Authority to Operate (ATO) is not required during the Prize Challenge; however, vendors must be able to achieve an ATO in Department of the Navy (DoN)-approved environments.
---
Q.10: Which systems will the Department of the Navy designate as the authoritative sources of truth for product data, maintenance activity, and supply/finance across the Organizational (O-), Intermediate (I-), and Depot (D-) maintenance levels?
A.10: The authoritative sources are defined as follows:
- Product Definition/Configuration and Technical Data: The Navy PLM portfolio (Aviation PLM/Teamcenter; Maritime PLM/Windchill) and Integrated Digital Environment (IDE).
- Supply and Finance Data: Navy ERP/Supply systems (ERP/NOSS modernizing to S/4HANA, R-Supply).
- Maintenance Execution/Tracking: The proposed NextMRO solution itself."
---
Q.11: For Work Order Management, what types of maintenance documentation will vendors' solutions need to provide real-time access to, and what are the desired access methods (e.g., mobile, offline)?
A.11: Secure, role-based access is desired for technical publications, drawings/schematics, maintenance procedures, and related records from authoritative libraries (PLM/IDE and other approved sources). This access must include mobile and offline (DDIL) capability utilizing a Government-designated Identity Data Access Manager (IdAM).
---
Q.12: Under the Corrective Maintenance requirement to "assist in reactive repairs," please expand on the specific functions and capabilities expected for this assistance.
A.12: "Assist" in this context covers a comprehensive set of functions that expedite and guide the entire repair workflow. This includes:
- Guided Troubleshooting and fault isolation.
- Recommended Procedures/Tools/Test Equipment.
- Part Identification and availability checking.
- Generating and Routing Corrective Work Orders.
- Linking to Technical Documentation and schematics.
- Capturing Repair Evidence, Quality Assurance (QA) sign-offs, and compliance artifacts.
- Enabling rapid return-to-service.
The corrective action itself can include localization, isolation, disassembly, repair, reassembly, alignment, and checkout. The solution's assistance can include decision support (e.g., rules/Machine Learning) and workflow automation.
---
Q.13: Which specific field activities and commands will be represented in the technical review and evaluation process?
A.13: Evaluators will include representatives from each relevant functional domain and maintenance level.
---
Q.14: Are vendors permitted to consider and propose the utilization of existing Navy IT networks, such as SEA2 and CivMar WiN, to enable Sailors and Airmen at sea to interact with the final production environment?
A.14: Offerors can suggest elements that would maximize their solution's effectiveness at sea and indicate any associated risks to performance.
Project G.I.
Responses Due By
2025-12-31 23:59:59 US/Eastern Time
Project G.I. (Prize Challenge)
Background
Modern peer and near-peer threats are accelerating the development and deployment of advanced uncrewed systems (UxS) across all domains of warfare. These technologies are reshaping the character of war, specifically by democratizing the ability for persistent surveillance, precision targeting, electronic disruption, and low-cost mass effects at scale. As adversaries adopt UxS capabilities with increasing speed and sophistication, the U.S. Department of Defense (DoD) must identify, assess, and integrate next-generation UxS solutions at a faster pace to maintain tactical and strategic overmatch.
Furthermore, traditional requirement and acquisition timelines do not support the needs of our warfighters, the Services, or Combatant Commands. The Department of Defense requires a more agile and effective mechanism to evaluate emerging capabilities, embed end-users early in the product development cycle, and accelerate the prototyping and fielding of transformative technologies that can deliver operational advantage at speed.
Problem
DIU and its DoD partners seek “ready-now” uncrewed systems (UxS) solutions to enhance the speed and lethality for small, dispersed targeting-strike cells operating under Denied, Disrupted, Intermittent, and Low-Bandwidth (DDIL) conditions. Solutions should fundamentally improve how tactical formations sense, decide, and strike, independent of consistent communication or extensive logistical support.
UxS solutions interest include uncrewed aerial systems (UAS), electronic warfare (EW), and uncrewed ground vehicles (UGV). Companies are welcome to collaborate and submit joint proposals.
Attributes
Proposed challenge solutions must enhance a tactical formation’s lethality, survivability, or overall mission effectiveness within the specified Design Reference Mission (DRM). Submissions should feature mature, mission-ready—ideally mission-proven—capabilities that can participate in live evaluations within three months of this solicitation’s release. Companies should only submit when their solution meets this mission-ready standard. Future iterations will support related but separate DRMs, focused on expanded environments, units, or tactical missions. Submissions will be evaluated for overall utility to the broad interest areas and for specific applicability to the unique use cases for each specific DRM. The FAQ section provides additional details for specific DRM’s.
Solicitation, Competitive Process, and Iteration Overview
This challenge will allow for flexibility and scalability for DIU’s Project G.I. effort and will serve the needs of a variety of DoD customers. DIU intends to execute successive evaluations based on this AoI, with each “iteration” focusing on a specified DRM–with specific mission context, operational constraints, and desired attributes.
Each iteration will follow a three-phase competitive process:
- Phase 1 - Proposal evaluation and down selection. Companies selected to go to Phase 2 are eligible for up to $50K per company contingent on successful attendance and execution at the live Phase 2 demonstration event.
- Phase 2 - Live demonstration event oriented on a specific DRM. Based on user feedback and evaluation during the demonstration event, vendors will receive notification of selection to Phase 3.
- Phase 3 - Based on performance in Phase 2, end-user feedback, capability maturity, and available funding, the Government may pursue one or more of the following actions:
- Provide cash prizes under 10 USC 4025 Prize Challenge authority to incentivize further maturation. Eligible for up to $3M per company through successful completion of Phase 3 increments which will be conducted as “sprint” development cycles.
- Procure and deliver selected systems to partner units for extended testing, assessment, and training.
- The Government may issue a Request for Prototype Proposal (RPP) and award a Prototype Other Transaction (OT) agreement for further prototyping.
Below are the current planned iterations, associated DRMs, and timelines. Submissions received after the deadlines listed below will be evaluated for other potential partner use cases.
DRM 1: FPV Effects
Description: Tactical employment of kinetic effects in denied environments
Timeline: Submissions must be received by 2359 EST on 10 July to be evaluated. Notifications received NLT 10 Aug.
Phase 2: 20 Aug - 30 Sept 2025.
DRM 2: Kill Chain
Description: Accelerate the kill chain for small, expeditious units in denied environments.
Timeline: Submissions must be received by 2359 EST on 08 Aug to be evaluated. Notifications received NLT 08 Sept.
Phase 2: 06 – 09 Oct.
DRM 3: Emerging Problem Set
Description: To be published.
Timeline: Submissions must be received by 2359 EST on 15 Nov to be evaluated. Notifications received NLT 20 Dec.
Phase 2: 20 Jan 2026 – 10 Feb 2026.
Evaluation Criteria
Phase 1 –Proposal Evaluation
- Technical Viability and Alignment: Demonstrates technical feasibility and clear alignment with identified technical capability areas (listed below).
- Team & Company Viability: Demonstrated ability and expertise of the team/company to successfully develop, deliver, and sustain the proposed solution.
- Cost & Scalability: Cost, time, and other requirements or considerations needed to scale the capability.
- Quality of Proposal: A clear and thorough explanation of how the solution improves Soldier effectiveness in design reference mission.
Phase 2 – Live Demonstration and Pitch Evaluation (Phase 1 evaluation criteria plus the below)
- Operational Effectiveness: Demonstrated effectiveness of the solution under realistic operational conditions.
- End-User Feedback: Direct feedback and assessments from end users based on hands-on testing, observation, and interaction during live demonstrations.
- Quality of the Pitch: Effectively communicates the solution’s value to the mission and alignment with end-user needs; clearly addresses additional technical and business-related questions and details requested by the government.
Phase 3 - Award and User-Driven Iteration
- Unit-focused field assessments: Deliver selected systems to operational units for extended evaluation, training, and user-driven feedback. These efforts will support real-world assessment of the capability’s effectiveness, usability, and integration potential in representative mission environments. This Phase will require delivery of substantial numbers of systems shortly after completing Phase 2. Prizes awarded in Phase 3 will take into account the direct user feedback of operational units as they train and test systems and capabilities provided by vendors.
Note: Additional evaluation criteria may be applied during Phases 2 and any follow on Phases in response to changing operational end user needs.
Technical Capabilities List:
To maximize relevance and competitiveness, proposed solutions should align as closely as possible with the following system preferences and evaluation priorities:
Architecture: Phase 1 and beyond criteria
- Standardization
- Interoperability / modularity / openness
Cybersecurity & Compliance: Phase 1 and beyond criteria
- National Defense Authorization Act (NDAA) Compliance
- If relevant, ability to provide a complete platform for third-party assessment
Platform Characteristics (as applicable): Phase 1 and beyond criteria
- Flight / operational performance
- Electromagnetic interference (EMI) resilience / radio(s) used / means of communication and Command and Control in an EMI environment
- Flight range and endurance
- Cargo capacity
- Modularity
- Global Navigation Satellite System (GNSS) resilience and alternative navigation capabilities
- Payloads (cargo and sensors the platform can host / platforms the payload can be hosted by / ability of software to work with multiple platforms)
- Weatherproofing (ingress protection, or IP rating)
- Setup / deployment time and effort
- Available Size, Weight, and Power (SWaP) for additional Payloads (or SWAP required if “partial” solution or enabling payload)
- Relevance to geographic and climactic environments
- Ability to supply at least 3 prototypes by the dates listed in the FAQ’s. Some capabilities will not need to have 3 prototypes due to their design or employment. If that is relevant to your submission, please note it.
End user integration
- Describe your procedures to collaborate with end users and integrate their feedback.
Business & Market Analysis: Phase 1 and beyond criteria
- Current production rate
- Cost (provide a range of pricing to accommodate different volumes, payloads, training, and warranty options)
- Ability to provide at least 3 fully operational examples by Day 1 of the DRM window your submission is for and 2 trained operators
- Lifetime delivered sales of the proposed solution
Operator Feedback: Phase 2 and Phase 3
- Ease of use
- Learning curve
- Ability to address current capability gaps
- Impact on unit Tactics, Techniques, Procedures (TTPs)
Demonstrations at the event will occur in all relevant conditions and all submissions will be tested and operated by a designated team of DoD end users to the maximum extent possible. As with any test event, the possibility of damage or destruction exists. Companies understand that DoD and participants are not liable for accidents and will be required to sign a waiver to participate.
To maximize participation, DIU will acquire a blanket exception to policy waiver for all participating submissions that require one.
Pitch Deck Submission Requirements:
Teams will submit a pitch deck outlining their solution that addresses the features above. Pitch decks should meet the following format requirements:
- Sized 16:9 (1920x1080 pixels)
- Horizontal presentation
- PDF file
- Maximum 8 slides plus 1 slide for each of the specific DRM’s you are applying to
- Link to a recorded video of your solution in real life operation and using the functionality proposed.
If selected to attend the event, companies shall provide training documentation and materials ahead of time to allow at least three DoD operators to complete the recommended training before the event.
There is no guarantee that submissions will be selected. If invited, companies may incur costs not covered by the Prize Award and should be willing and able to do so.
Feedback to Phase 2 selectees will be provided at the conclusion of each Phase 2 DRM.
NDAA compliance and cybersecurity will be verified if selected as a winner of the Prize Challenge before any sort of prototype contract will be issued.
FAQ’s and additional details on the Design Reference Missions for demonstrations can be viewed in the FAQ’s.
Background Information:
Information about DIU and the DIU Blue UAS List and Blue UAS Framework can be found here https://www.diu.mil/blue-uas.
An example of cybersecurity evaluation that may be conducted on winning submissions can be found here: https://dronewolf.darkwolf.io/intro
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 DoD 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 pursue such Other 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, and/or Prize Competitions 15 USC 3719. The public open call announcement made on the DIU website is considered to satisfy the reasonable effort to obtain competition in accordance with 10 USC 4025(b), 15 USC 3719 (e) 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
FAQ section:
- Can problem descriptions and dates change?
- Yes. We will modify problem descriptions in response to changing end user needs and modify timelines as required to meet end users needs. We encourage you to monitor the website to remain abreast of any changes. Submissions received that do not align to updated problem descriptions or new timelines will not be considered.
- Why did the submission date for DRM 2 submissions shift left a week?
- Project G.I. responds to end users' needs. Our partner needed to accelerate the timeline so we adjusted the submission deadline and demonstration event timelines to meet their needs.
- For additional context that discusses many of the underlying intentions behind Project G.I., please read Unleashing U.S. Military Drone Dominance by Kateryna Bondar from CSIS. This report outlines multiple recommendations around requirements, commercial sector R&D, warfighter involvement throughout the entire process, and procuring "good enough" solutions available now rather than technically "perfect" solutions available at some undetermined point in the future.
- What does winning look like?
- A total prize budget of $20M will be awarded across the three Design Reference Missions (DRM’s) outlined below.
- Where can I submit additional questions not answered in this FAQ?
- Questions can be submitted to project-gi@diu.mil. If relevant, answers will be posted to this FAQ. The issue preventing emails from going through was fixed on 17 June.
- I see that DRM 3 isn’t defined yet? What does that mean?
- In an effort to be maximally responsible for emerging problem sets and capability gaps, we have built in the planned date of an event while providing flexibility to partner units to update their most pressing capability gaps over the next several months.
- I have additional questions and want to talk to someone.
- While Project G.I. remains open, no meetings with individuals or specific companies will be held on this topic in order to maintain a fair and competitive process.
- Who will operate capabilities selected for Phases 2 and 3?
- There will be a training period by companies for DoD operators beginning several days prior to the week of the demonstration events. To the maximum extent possible, military members will operate platforms.
- Will there be follow on contracts?
- Being designated as a winner of a prize challenge under US Code 4025 makes your solution eligible for follow-on Prototype OTs.
- There is no guarantee that any follow-on awards or contracts will be awarded.
- What happens at the end of Phase 2?
- Companies may be selected to continue to Phase 3 where they will provide capabilities and support to the partner unit over a period of 6-9 months for feedback and iterative product development. Additional prize funding will be awarded if selected for Phase 3.
- If I’m already on the Blue UAS List, do I need to compete?
- Yes.
- Can I team up with a partner?
- The DoD understands vendors may not address all attributes in this solicitation fully; teaming proposals are welcome. Due to the preference to demonstrate within three months of this solicitation, preference will be given to individual or team solutions with demonstrated performance to date.
- Will proprietary solutions be accepted?
- While a modicum of integration is always required, solutions that are walled off or require extensive time, labor, and expense to integrate additional third party options will not be considered.
- What should I put in my proposal?
- The criteria outlined in the AOI should be addressed. Key details should include size, weight, power, cost (SWaP-C), performance, ruggedness (e.g., IP rating), and ease of setup. Vendors should also outline delivery timelines, training plans, and their ability to scale production.
- If I submit during the first DRM period, will I be considered for all 3 DRM’s if I note that on my submission?
- Yes.
- If I submit during the second DRM period, will I be considered for DRM’s 2 and 3 if I note that on my submission?
- Yes.
- I have a great idea but it’s not called out as needed in this solicitation. Should I submit it?
- No.
- Will I get feedback on my submission?
- Individual feedback will be provided for submissions selected for Phases 2 and 3.
- Industry wide feedback will be provided for common trends for success and failure of submissions selected / non-selected during Phase 1.
- Can I submit components to Project G.I.?
- Yes, if they are relevant to the DRM’s described.
- Do I need to submit a full platform, or can individual components be submitted?
- Yes, at this point we anticipate adding components to the Blue UAS Framework and individual components can be submitted.
- When do the 3 fully operational examples need to be ready?
- They must be ready by the first day listed for Phase 2 for each of the DRM's you submit to.
- Is the production rate, costs and Lifetime delivered sales expected for the specific DRM product / solution? Or for all company offerings?
- This question refers to the specific DRM product / solution.
- What documents need to be submitted?
- You should submit a pitch deck, pdf format, with a maximum of 8 slides plus 1 slide for each specific DRM you are applying to and include a link to a video of your solution in real life operation using the functionality proposed.
- Will there be another Ask Me Anything (AMA)?
- DIU will host another AMA for Project G.I. in the late summer. We recommend following the DIU LinkedIn account for awareness of when the AMA is scheduled.
- What are the specific weight / range / payload / endurance / etc. requirements you want?
- We are seeking solutions that address the problem sets as described. Solutions can encompass a wide range of variations on tangible metrics. The intent is to have commercial industry propose solutions in order to allow a competitive marketplace generate the most optimal solutions for end users rather than having the government dictate solution characteristics.
- Is there a preferred video submission solution?
- Evaluators from across the DoD will have to view the files over the period that the Prize Challenge remains open. Links must remain accessible throughout the entire period that your submission may be judged. For example, if you submit on 01 July for DRM's 1, 2, and 3, the video must remain accessible through 19 Dec (the day before no later than notification of decision for DRM 3). Files also need to be accessible on DoD networks. If required, DIU can download video and provide access to DoD evaluators.
- Can non US firms participate?
- Yes, as long as they are not from a covered country.
- How were the DRM's chosen?
- They were developed by the partner units to deal with pressing and emerging problems they need to be capable of dealing with.
- Can portions of a submission occur across multiple submissions? For example, can an individual component be used across multiple platforms?
- Yes.
- You want solutions now, but you also say you "want companies to successfully develop, deliver, and sustain". What does that mean?
- Submissions need to be mission ready, but companies are also expected to make their solutions better over time. Iteration of capabilities in response to user feedback and a changing battlefield is what develop means-capabilities need to be thought of as a continuous journey, not a single static one time deliverable.
- Where can I view the recent AMA?
- What time do submissions have to be submitted for consideration?
- Submissions must be received by DIU no later than 2359 EST for the date listed for each DRM. Submissions not received in DIU's system by those times will only be considered for future DRM's.
- I want to submit a classified proposal. Is that ok?
- No. We will not accept classified submissions.
- How long can our presentation be?
- 8 slides, plus one additional slide for each DRM your proposal is relevant for. The counting of slides starts with the beginning of your presentation.
- Should I register with SAM.gov if my company is not already registered?
- Yes. In order to move on from Phase 2, SAM.gov registration is required
Design Reference Mission #1 - Contested Spectrum Kinetic Employment
Problem
Operations against a near-peer must expect a fully-contested electromagnetic spectrum. Targeting, ISR, BDA, and kinetic capabilities must be able to be employed at the tactical level. Options available to DoD today are susceptible to existing countermeasures and defenses in the electromagnetic spectrum.
Desired Solution Attributes
Examples of desired solutions include those able to guarantee two-way communication between the platform and operator under Denied, Disrupted, Intermittent, and Low-bandwidth (DDIL) environments to enable the delivery of kinetic effects on a variety of targets.
Recent examples, provided as illustrative examples only, of capabilities with operational success in combat include but are not limited to, directional antennas, mesh networks, and fiber optics.
Solutions should be able to operate at ranges up to and ideally beyond 20 kilometers. Proposals should offer technically sound, mission-relevant and proven solutions at a price range that is effective on a cost per effect basis.