Skip to main content

We offer multiple pathways for your Technology and Talent solutions to impact national security by matching threats with real-world capabilities.

Work With Us - Open Pathways

Find the Right Path to Working With DIU

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 —

MYSTIC DEPOT: Vendor-Agnostic AI Evaluation Infrastructure


Responses Due By

2026-03-24 23:59:59 US/Eastern Time

Problem Statement

As artificial intelligence (AI) capabilities evolve at an extraordinary pace, the government requires evaluation infrastructure that can keep pace by continuously assessing new models against mission-specific benchmarks as they are released.


Further, the success of AI systems in national security contexts will depend on human-machine teaming. Evaluation must assess not only whether AI systems can perform tasks in isolation, but whether human-AI teams achieve better mission outcomes than either humans or AI alone.  


Evaluation must also keep pace as AI systems evolve from passive models to active agents that use tools, access systems, and execute multi-step tasks. Beyond model outputs, assessment must account for agent behaviors, including whether agents complete complex missions correctly and safely, use tools appropriately, and maintain auditability.


Desired Solution Attributes

The Department of War (DoW), in partnership with the Office of the Director of National Intelligence (ODNI), seeks an evaluation harness and government-specific benchmarks that together enable rigorous, reproducible, vendor-agnostic assessment of any AI system against government-defined criteria. The Government intends to use this harness across multiple programs. Solutions should be designed for broad applicability rather than single-program optimization. This Area of Interest (AOI) comprises two Lines of Effort (LOE); vendors may respond to one or both. Vendors submitting solutions must specify if they are addressing LOE 1, LOE 2, or both on the title slide or title page in their submission. Submission file titles should likewise indicate “LOE1_”, “LOE2_”, or “LOE1&2_” as a prefix. 


The Government is interested in considering solutions from a wide selection of vendors. All submissions should clearly explain which of the desired solution attributes they do and do not address, with proven examples of prior deployment, if applicable. The Government will consider partial solutions. Vendors are welcome to apply individually or in partnership. The Government may also request teaming arrangements amongst solution providers. Vendors are expected to demonstrate their solution in an unclassified environment as part of the Commercial Solutions Opening.


LOE 1: Evaluation Harness

This AOI seeks an evaluation harness or harnesses to serve as the integrated infrastructure of an execution environment, tooling, and methodology that connects models to benchmarks and produces structured evaluation data. Harness architecture should enable standardized, reproducible assessment of AI systems against defined criteria by providing the following:

  • Model Interface: Connects the harness to AI systems under evaluation. Provides a standardized, pluggable architecture for interfacing with diverse model types. 
  • Execution Engine: Orchestrates complex evaluation workflows across heterogeneous model and environment configurations. 
  • Measurement and Scoring System: Scores model outputs against benchmarks.
  • Human Evaluation Integration: Supports human-in-the-loop workflows with interfaces for subject-matter-expert review to measure and compare human workload, usability, and mission performance across human-only, AI-only, and human-AI team scenarios 
  • Output and Reporting Layer: Exports all data in open, non-proprietary formats, generates aggregate reports, and provides API access to evaluation data. 
  • Continuous Monitoring and Analytics: Automates model ingestion and evaluation. Tracks and monitors performance trends. Provides API access to evaluation data.
  • Configuration and Benchmark Management: Defines, versions, validates, and manages benchmarks and evaluation configurations to ensure consistency across environments.
  • Degraded Conditions Simulator: Simulates operational stress and network degradation in a controlled, reproducible environment. Enables assessment of model and system resilience under variable conditions to validate performance in mission-critical denied, degraded, intermittent, or limited (DDIL) environments.
  • Agentic Evaluation: Evaluates agent actions, tool invocations, and multi-step task execution. Provides for safe testing and maintains comprehensive audit trails of agent decisions and actions.
  • Adversarial AI: Supports automated red-teaming, including the execution of adversarial prompts and attack patterns. Scores robustness across attack categories and exports results in open formats.
  • Multimodal Inputs: Support for video, audio, and cross-modal datasets and comparison frameworks.

Submissions in response to this LOE should also have the following attributes:


  • Modular architecture enabling independent upgrade and addition of components
  • Containerized deployment supporting standard government orchestration platforms
  • Be deployable as directed across government environments—unclassified, classified cloud, and air-gapped—without fundamental architectural changes
  • Harness infrastructure and evaluation content (benchmarks, scoring, attacks) are interoperable but can be de-coupled
  • Appropriate access controls and ability to protect sensitive data according to classification requirements

LOE 2: Benchmark Development and Methodology

This AOI seeks solutions from vendors that create benchmarks across unclassified, secret, and top secret workflows, and that provide their methodology for government review and adoption. These benchmarks would be executed using the evaluation harness in LOE 1. 


The benchmarking methodology should address:

  • Requirements elicitation: Identifying what capabilities matter for a given mission context.
  • Task decomposition: Breaking complex capabilities into measurable evaluation tasks.
  • Input design: Constructing scenarios that ensure representativeness (reflection of realistic operational conditions) and operational realism (scenarios that reflect realistic workflows in human-AI teaming tasks).
  • Scoring criteria development: Defining what "good" looks like, including rubric construction that prioritizes interpretability (results that are easily understood and can be acted upon by decision makers).
  • Baseline establishment: Evaluating open-source/open-weight models to set performance baselines while ensuring fairness (no systemic advantage to particular architectures or vendors).
  • Validation: Verifying that benchmarks meet standards for validity (measures of intended capability), reliability (consistent results across runs), and discriminality (clear articulation across performance levels).
  • Gaming resistance: Designing benchmarks resistant to optimization without genuine capability improvement.
  • Maintenance: How benchmarks are updatable as requirements or model capabilities evolve to maintain their long-term utility.

Training Materials

Materials should enable government personnel to develop and maintain benchmarks without ongoing vendor support, including but not limited to: written methodology guide, worked examples, common pitfalls, quality assurance checklist, and training curriculum.


Vendor Qualifications

This AOI seeks solutions from vendors that are eligible to receive an Other Transaction award in accordance with 10 U.S.C. 4022 and have demonstrated expertise in AI evaluation, security testing, and benchmark creation. Submissions should provide specific, verifiable evidence of the following preferred qualifications as appropriate to the supported LOE:

  • Published research on, and/or demonstrable application of, evaluation methodology, benchmark design, measurement robustness, or gaming resistance
  • Active contribution to or development of industry-standard frameworks (e.g., HELM, AgentDojo, Inspect), red-teaming tools (e.g., Garak, PyRIT) or established benchmarks (e.g., MMLU, HumanEval)
  • Prior collaboration with frontier AI labs on evaluation testing or benchmark creation
  • Prior work with the National Institute of Standards and Technology Center for AI Standards and Innovation, United Kingdom AI Safety Institute, or equivalent government evaluation programs
  • Personnel holding active security clearances (Secret minimum; TS/SCI preferred) or documented clearability
  • Experience deploying evaluation infrastructure in secure government or enterprise environments, specifically within DoW or Intelligence Community (IC) environments (IL5/IL6, JWICS)
  • Familiarity with IC analytic tradecraft, DoW doctrine, or domain expertise in national security and military operations
  • Experience designing evaluation protocols involving human performance measurement


Awarding Instrument

This Area of Interest is being released 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/c304359f88a0456bab1fa8837a3647f4/view 


Follow-on Production

Any prototype Other Transaction (OT) agreement awarded may result in follow-on production without further competitive procedures. The follow-on may be significantly larger than the prototype OT.

Anticipated follow-on activities include:

  • Deployment across additional classification levels and environments
  • Benchmark suite expansion for additional mission areas
  • Ongoing maintenance, security updates, and capability enhancements
  • Training and support for government evaluation personnel

Any prototype OT will include: "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.”

FAQs

Q1: For offerors who also develop AI models or AI runtimes, does DIU anticipate any Organizational Conflict of Interest (OCI) limitations that would restrict participation in future model development, deployment, or related competitions within the programs utilizing the MYSTIC DEPOT evaluation environment? Would DIU consider mitigation approaches sufficient to address potential OCI concerns?


A1: DIU will evaluate all Solution Briefs submitted in accordance with the stated CSO Phase 1 and AOI Criteria.  Together, DIU and vendor(s) whose solutions advance to latter phases of the evaluation process, will address OCI’s as necessary.



Q2. Does this work require native development inside IL5/IL6 environments? Do offerors need to have seats inside a SCIF in order to submit to this solicitation?


A2: Existing clearances are not required to respond to this AOI and DIU will consider solutions from vendors who do not currently possess them.  However, project performance will require the ability to obtain clearances and DIU will accordingly consider a solution’s characterization of the status and level of personnel clearances, and experience deploying capabilities in secure government or enterprise environments.

Portable Resilient Integrated Storage Module (PRISM)


Responses Due By

2026-03-16 23:59:59 US/Eastern Time

Problem Statement

The Department of War’s current approach to battlefield electrical energy across the force is fragmented, lacks a framework to meet current and future battlefield power needs, and is tactically and operationally vulnerable to targetable signatures and strained supply lines in areas of contested logistics. Units currently rely on a patchwork of Government-Off-the-Shelf (GOTS) and Commercial-Off-the-Shelf (COTS) generators to both produce and distribute energy to combat systems.


GOTS generators are often oversized for specific battlefield applications, which leads to losses in energy production and wasted fuel in contested environments. These systems typically operate at an output that matches the load but may not be at the most efficient operating point of the generator, potentially causing it to be underloaded. Additionally, they generate noticeable acoustic and thermal signatures, which can pose challenges for silent watch operations. The size and weight of GOTS generators often require separate transport, impacting mobility and, therefore, lethality on the battlefield.


Conversely, while COTS generators may not be specifically suited and hardened for combat scenarios, they can provide flexibility in various operational contexts. However, they typically use gasoline rather than the primary battlefield fuels such as JP-8 or JP-5, which introduces significant logistical burdens.


The integration of energy storage and power conversion systems into the battlefield provides a direct strategy for these problem areas. Energy storage systems can be paired with generators, vehicles, or used as standalone systems as the mission dictates; thereby increasing overall warfighter effectiveness and battlefield capability.


Background

The services lack a flexible, scalable, easily-portable energy storage and power conversion and distribution system, sized between 1kWh GOTS lightweight systems and heavy applications serviced by current 90kWh GOTS energy storage units. Without this capability, combat units will either be underpowered and unable to achieve their mission, or be anchored to oversized generators.


Project Approach

The Portable Resilient Integrated Storage Module (PRISM) project approach under the DIU Commercial Solutions Opening (CSO) will use an iterative prototype development process to provide a clear path to transition of successful commercially demonstrated technology solutions utilizing the following phased approach:


  • Project Phase 1: Initial Design and Prototyping (6 - 12 months) - Modifications, as identified, of commercial systems to meet desired solution features and delivery of a first set of prototypes. This phase will include a Limited Lithium Battery Safety Certification and conclude with government acceptance testing to support user evaluations.
  • Project Phase 2: Field User Evaluations (6 months).
  • Project Phase 3: Updated Design and Prototyping (6 months) - Modification to design, as identified during User Evaluations. Manufacture and delivery of the updated prototype for formal test and evaluation.
  • Project Phase 4: Government Military Standard Testing as required (12 months). 

Project Objectives

PRISM will rapidly integrate and test commercially developed energy storage and power conversion and distribution systems and components; enabling warfighters to effectively execute their mission while decreasing operational risk via efficient battlefield power distribution and energy storage, reduced targetable signatures, and decreased logistical requirements.


Desired Solution Features 

Desired solution features include the following attributes and capabilities:


  • Power: Will input and output 1 - 15 kilowatts (kW) at various Direct Current (DC) voltages up to 48 Volts (V) and world wide Alternating Current (AC) voltages and frequencies.
  • Energy Storage: Will utilize 1 - 30 kilowatt-hours (kWh) of scalable, energy storage modules.
  • Interoperability: Will utilize standard military and/or commercial connectors for inputs and outputs.
  • Communications: Will utilize a Controller Area Network (CAN) and/or Tactical Microgrid Standard (TMS) (MIL-STD-3071) for communication when necessary.
  • Size: Depending on energy storage capacity, compact form factor suitable for manportable transport or in light tactical vehicles.
  • Weight: At the subsystem level, each component will weigh no more than 160 pounds (lbs).
  • Architecture: Will employ a modular, open system architecture design to allow upgrades of power electronics and energy storage systems as technology improves.
  • Performance: Shall allow operation without interference of electronic equipment such as small form factor radars, computers, and tactical radios without degrading their performance.
  • Ruggedization: Compliance with MIL-STD-810H or commercial equivalent standard for shock, vibration, and drop.
  • Environmental: Designed to operate in austere environments and conditions.
  • Signature Management: Minimization of electromagnetic, thermal, audible, and visual signatures is critical.
  • Maintainability: Designed for ease of maintenance with readily available components and clear diagnostic capabilities.
  • Batteries: If using lithium batteries, it is highly desired to use a common military or commercial battery and keep in mind Section 842 of the FY 2026 National Defense Authorization Act.
  • Timeline: Will be ready for full scale operational testing, demonstration, and evaluation within 12 months from time of award.
  • Restrictions: Fuel cell powered solutions will not be accepted.

Vendor Solution Brief Submission Options

Vendors have flexibility in how they submit their solution briefs, which can be proposed either independently or through a teaming arrangement. 


Process

Submissions will be evaluated in accordance with CSO HQ084520SC001 available on https://DIU.mil and https://SAM.gov. Vendors selected for Phase 2 will receive an amplification letter with expanded details to help inform their Phase 2 pitches. Those vendors will be expected to provide their Rough Order of Magnitude (ROM) cost breakdown. The vendorsʼ Phase 2 pitches shall address the Phase 2 evaluation factors contained in CSO HQ0845-20-S-C001. DoW requires companies without a CAGE code to register in SAM https://SAM.gov if selected for an agreement award. The Government recommends that prospective companies begin this process as early as possible.

FAQs

Q: How is the subsystem defined for the 160 lb weight limit? Does an integrated unit combining energy storage, power conversion, and enclosure in a single portable case constitute one subsystem — or are energy storage and power conversion weighed independently?

A: A subsystem is defined as a self-contained, functional component of the larger system. If your solution is an integrated unit combining energy storage, power conversion, and enclosure in a single portable case, then it must weigh no more than 160 lbs. If you have separate cases for energy storage and power conversion, then each can weigh no more than 160 lbs.

 

Q: Given Section 842 FY2026 NDAA explicitly exempts RDT&E and phases in restrictions from January 2028, are Phase 1 prototype contracts subject to Section 842 compliance at award — or is demonstrating a compliant supply chain roadmap for production transition sufficient?

A: Demonstrating a compliant supply chain roadmap for production beginning in January 2028 is sufficient.

 

Q: Does the worldwide AC requirement apply to input, output, or both? Does worldwide require universal 100–277V 50/60Hz output capability, or is fixed 120V 60Hz output with universal 100–277V 50/60Hz input acceptance sufficient for Phase 1 prototyping?

A: The worldwide AC power requirement applies primarily to the input. 

 

Q: Does various DC voltages up to 48V refer to standard nominal voltages (12V, 24V, 48V), or is continuous variable DC output across the full range required? Would a system optimized for 48V DC with compatibility down to 12/24V satisfy this requirement?

A: Various DC voltages up to 48V can refer to standard nominal voltages or continuous variable voltages across the full range.


Q: The solicitation specifies DC input/output up to 48V. Is that limit intended only for external interfaces, or must the internal battery architecture also remain at or below 48V?

A: The inputs and outputs specified in the AoI are with regard to the power distribution system for external interfaces. The energy storage modules or battery architecture does not necessarily need to meet this specification.


Q: Are any outputs required to provide uninterrupted power or ride-through capability during source transitions?

A: Yes, the PRISM system, as a whole, is expected to provided uninterrupted power, even when switching out energy storage modules.

Eligibility Requirements

Eligibility

This solicitation 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 reference 10 USC 4022(d), which requires significant contribution from a nontraditional defense contractor, all participants to be small business concerns, 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 and subsequent phases will proceed in accordance with the Commercial Solutions Opening (CSO) process and evaluation criteria detailed within HQ0845-20-S-C001 (DIU CSO), posted to Sam.gov in March 2020. Additionally, this document can be found within the DIU Library at www.diu.mil/library.


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.”

Autonomous Low Profile Vessel (ALPV)


Responses Due By

2026-03-16 23:59:59 US/Eastern Time

Background


The Department of War (DoW) faces a littoral contested logistics challenge. Increasingly distributed operations in austere, contested littoral environments are met with all-domain threats targeting logistics capabilities, locations, and activities. These threats limit the ability of warfighters to persist in contested environments and remain combat effective.


Problem


The DoW requires the ability to resupply units spread over wide distances in contested littoral environments.


Desired Solution Attributes


The DoW seeks innovative solutions that provide low-cost logistics transport and enable critical inter-theater resupply within littoral environments. 


Proposed solutions should be demonstrable within 180 days of award and built upon principles of the Modular Open Systems Approach (MOSA) to ensure interoperability and future improvement.


Solutions will be evaluated on their problem alignment, technical merit, and innovative approaches to support the delivery and sustainment of maritime autonomous resupply systems, at scale, for operations in contested littoral environments.


The Government will preference solutions that:

  • Transport by sea:
    • A minimum of 18,000lbs of cargo; and
    • All classes of supply including bulk liquids. 
  • Operate in NATO sea state 5 and survive in NATO sea state 6.
  • Operate at a range of 1,000 to 2,000 nautical miles in NATO sea state 5 while fully laden.
  • Sustain speed of at least 12 knots in NATO sea state 4 while fully laden.
  • Can loiter for up to 96 hours (assuming reduced speed below 12 knots).
  • Support transloading of all classes of supply, including standard warehouse pallets, Pallet Containers (PALCONs), & Joint Modular Intermodal Containers (JMICs). Payload dimensions must be capable of safely and reliably transporting:
    • A minimum of six JMICs (JMIC dimensions are 43’’ tall, 51.75’’ wide, 43.75’’ long and weighing 3000 pounds); or
    • Two containers each measuring 44” tall, 41.5” wide, 166” long, and weighing 5100 pounds
  • Capable of autonomous operation for transit, in congested waterways, and for port operations, to include perception, navigation, and operations (to include hazard avoidance) using:
    • Active sensing / global positioning system (M-Code GPS); and 
    • Passive sensing during emissions control (EMCON) conditions or when communications are lost (i.e. operating in Denied, Degraded, Intermittent, and Limited (DDIL) communications environments).    
  • Provide sufficient navigational accuracy in DDIL environments to assure reaching the objective location. Prior to completion of prototyping, companies will be expected to demonstrate assured Position, Navigation and Timing in DDIL and GPS-degraded and denied environments.
  • Employ a low-profile form factor to reduce chances of detection and interdiction by potential adversaries in a contested domain.  
  • Provide redundant line of sight and beyond line-of-sight communications capabilities on standard Navy and Marine Corps networks.
  • Capable of manual human operations via remote control, particularly for first and last mile terminal guidance.  
  • Ability to pass vessel control between operators (both for remote control and for autonomous operations).
  • Capable of one human to multiple craft control.
  • Ability to conduct dynamic re-tasking, including changing waypoints and transitioning to loitering operations.
  • Can conduct shore-to-shore (pier-to-pier), ship-to-ship, and ship-to-shore distribution, including Military Sealift Command vessels and other littoral connectors. Ship or shore-to-beach operations with self-withdrawal after cargo discharge desirable.
  • Require minimal off-platform support (e.g., material handling equipment (MHE)) to discharge cargo.  
  • Provide over-the-road trailer compatible with both commercial tractor trailers and Marine Corps tactical prime movers.
  • Resistant to tampering while underway with the ability to remotely scuttle the vessel.
  • Can provide a functional prototype and provide evidence of the ability to scale manufacturing to sustained production levels if selected, including indicators of company health and production readiness.
  • Can provide high-level rough order of magnitude (ROM) cost estimates, to include the build and testing of prototype craft and production at scale.

Proposals for holistic solutions are preferred, and partnering with other companies to deliver solutions addressing all attributes is highly encouraged, e.g., hardware-autonomy partnerships. However, companies with compelling, demonstrable capability in one or more of these desired attributes are still encouraged to apply. 


The Government encourages submission of mature commercial designs and willingness to adopt government-owned designs for the physical platform to meet aggressive timelines and to properly allocate ample resources toward the prototyping of the autonomy portion of the solution. Government Furnished Information (GFI) will be provided to companies awarded under the CSO process for use to speed integration, reduce redesign, and ensure interoperability. GFI may include:

  • Reference hardware designs for autonomous low-profile vessels (ALPVs)
  • Baseline software architectures and orchestration frameworks
  • Technical Data Packages (TDPs)
  • Interface Control Documents (ICDs)
  • Data/message protocol specifications and APIs
  • Modeling and simulation environments

FAQs

Autonomous Low-Profile Vessel (ALPV)


Frequently Asked Questions (FAQ)


This FAQ provides clarification regarding the Autonomous Low-Profile Vessel (ALPV) Area of Interest (AOI) released under the Defense Innovation Unit (DIU) Commercial Solutions Opening (CSO). Responses are intended to clarify the AOI but do not modify the solicitation. Companies should rely on the AOI as the authoritative source for requirements.


Program and Proposal Expectations


Q1. Are companies required to provide Rough Order of Magnitude (ROM) costs prior to receiving Government Furnished Information (GFI)?


A. Companies are not expected to provide ROM costs for Government-provided vessel designs prior to receiving GFI. If proposing commercial or proprietary solutions - to include vessel designs; and / or autonomy stacks, sensing, navigation solutions, etc. intended to be integrated into government-provided vessel designs - companies are encouraged to provide high-level ROM estimates covering prototype development, testing, and potential production at scale, consistent with the information requested in the AOI.


Q2. What production quantities is the Government considering?


A. The Government is interested in solutions that demonstrate the ability to scale manufacturing and support production at meaningful quantities (potentially in the hundreds) if successful.


Q3. What delivery timeline is the Government targeting for production craft?


A. The Government is interested in solutions that can deliver capability as rapidly as practical while maintaining affordability and scalability. Specific production quantities and timelines will be determined based on prototype performance, operational requirements, and available funding during later phases of the CSO process.


Q4. Does the proposed solution need to be a prototype ready within 180 days of award?


A. Yes. The expectation is that the proposed solution can produce a functional craft capable of experimentation and testing within approximately 180 days of award.


Q5. When does the Government expect to make awards?


A. The Government currently anticipates awards around June–July 2026, though this timeline may change.


Q6. Are companies required to adopt Government vessel designs?


A.  No. Companies may propose commercial or proprietary vessel designs, or indicate willingness to integrate Government Furnished Information (GFI) if provided. The Government may provide GFI, including reference vessel designs and technical data packages, to accelerate development timelines and support interoperability. Companies are encouraged to describe how their proposed approach could leverage GFI if provided.


Q7. Can the ALPV be manufactured internationally for both prototype and any follow-on production?


A. Yes. The 'Eligibility' section of this AOI states that "this Area of Interest is open to U.S. and international companies."


Q8. Can a company submit multiple solutions?


A. Only one solution brief per submission can be submitted, but companies may submit multiple submissions via the ‘Submission Form’.


Vessel Design and Capabilities


Q9. Are specific detection or sensing ranges required for autonomous operations?


A. The Government is not prescribing specific sensor types or detection ranges. Proposals should describe sensing approaches that support the perception, navigation, and operational attributes described in the AOI, including operations in congested waterways and DDIL environments.


Q10. Must the craft maintain continuous 360-degree sensing coverage?


A. The AOI does not prescribe specific sensing architectures. Proposed solutions should include sensing capabilities sufficient to support autonomous navigation, hazard avoidance, and operations in contested environments as described in the AOI.


Q11. Are mission systems such as antennas, radar, or EO/IR sensors allowed to extend above the vessel hull?


A. Solutions should mitigate signature and detection risk while maintaining operational effectiveness. Specific design implementations are left to the proposing company.


Q12. Is there a maximum vessel height or signature threshold?


A. The AOI emphasizes a low-profile form factor to reduce detection risk, but does not prescribe specific dimensional thresholds. Proposed designs should align with this objective.


Q13. Must proposed solutions meet all performance attributes simultaneously?


A. The attributes described in the AOI represent desired solution characteristics that inform the operational problem set. Proposals should describe how the proposed solution aligns with these attributes and identify any tradeoffs or design considerations. Solutions will be evaluated holistically based on problem alignment, technical merit, and the ability to deliver operationally relevant capability, consistent with the evaluation criteria described in the AOI.


Operational Concepts


Q14. What is meant by “self-withdrawal after cargo discharge”?


A. This refers to the ability of the craft to depart a landing or delivery location after unloading cargo and return to its point of origin or proceed to a new destination, either autonomously or via remote control.


Q15. Are there different sensing requirements for daytime versus nighttime operations?


A. No distinction is made between daytime and nighttime operations. Solutions should support operations across expected environmental conditions.


Q16. Can companies propose solutions that partially meet the desired attributes?


A. Yes. While the Government is interested in solutions that align closely with the attributes described in the AOI, companies are encouraged to propose innovative approaches that address the operational problem even if some attributes are achieved through different design tradeoffs. Proposals will be evaluated based on overall alignment with the operational objectives and technical merit of the approach.


Transportability and Logistics


Q17. Will the Government provide a maximum allowable vessel width for transport?


A. The AOI states that vessels should be transportable via commercial transportation methods or Marine Corps-specific trailers. Proposed solutions should be consistent with these transportation considerations. Additional details on transportability may be provided in later phases of the effort. 


Q18. What are the capabilities of Marine Corps-specific trailers?


A. Specific trailer capabilities are not prescribed in the AOI. Proposed solutions should enable over-the-road transport, in accordance with Federal and state regulations, using commercial or military prime movers, consistent with the AOI.


Testing and Demonstration


Q19. Must the PNT testing in GPS-degraded and denied environments be priced during the initial submission?


A. Specific demonstration requirements and testing approaches will be aligned during the Request for Prototype Proposal (RPP) phase for companies selected after Phase 2.


Disclaimer

Responses provided in this FAQ are intended only to clarify the AOI and do not modify the solicitation. Companies should rely on the AOI as the authoritative source for requirements and submission instructions. Additional clarifications may be provided during the solicitation period as needed.

Eligibility Requirements

Eligibility 

This Area of Interest is open to U.S. and international companies. Companies 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 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. You can also click “View CSO Procedure” found on this webpage. 


Follow-On Production

Companies are advised that a prototype Other Transaction (OT) agreement awarded in response to this Area of Interest can lead directly to a significantly larger follow-on production contract or transaction available for use by multiple organizations across the Department of Defense. This potential follow-on award may occur without the use of further competitive procedures. All prototype OT agreements will include verbiage notifying the awardee that, upon the successful completion of the prototype project, this 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 —

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.