Skip to main content
Responses Due By

2025-08-03 23:59:59 US/Eastern Time

View CSO Procedure

Work With Us - Commercial Companies - Submit Solution

Transparent Ocean


We look forward to your solution —
To submit, scroll to the form at the bottom of this page.

Project Description

PROBLEM STATEMENT

More is known about the surface of the Moon and Mars than we know about our seafloor. The ocean represents 71% of the earth’s surface, yet 80% of the ocean has never been mapped, explored, or even seen by humans. Over half of the planet we know almost nothing about, and yet it plays a crucial, central role in the Earth’s economy, ecosystem, and well being. 


The Department of Defense (DoD) is seeking to fill knowledge gaps on a wide range of illegal activities, to include: Illegal, Unreported, and Unregulated (IUU) fishing; illicit drug trafficking; piracy; human trafficking; shipment of counterfeit contraband goods; and related activities. The DoD is also seeking improved understanding and awareness on the protection of critical and supporting infrastructure in this domain and implications for force protection. We aspire to make one of the most opaque and least understood parts of the earth, the Ocean, more transparent and comprehensible.  


DESIRED ATTRIBUTES

The DoD is seeking to increase our awareness and analysis of marine-based activities and the protection of critical and supporting infrastructure in this domain and implications for force protection. We aspire to make one of the most opaque and least understood parts of the Earth more transparent through the phased development of a cost-effective, integrated, secure sensing and data enabled commercial edge network architecture.


Stage 1 


The Department of Defense is seeking commercially available solutions that leverage existing commercial infrastructure-such as fiber optics, pipelines and undersea cables-to enable detection of objects on, in, or above the ocean surface, as well as on the seafloor. Ideal solutions should be low-cost, preferably commercially owned and operated, and capable of delivering real-time or near-real-time data to the DoD. Desired capabilities include, but are not limited to, electro-optical/infrared (EO/IR), electro magnetic, still imagery and full motion video (FMV). Sensors that can provide geolocation, heading and speed, and where possible, identification data are of particular interest in support of missions related to iIUU, illicit drug interdiction, human trafficking, and the protection of critical infrastructure and force protection. 


Stage 2


In areas where infrastructure is unavailable, the DoD is seeking discrete, commercially available solutions capable of operating up to three months or longer that are low profile, do not attract undue attention and are preferably commercial off-the-shelf (COTS). Solutions should support persistent monitoring of maritime domains and associated infrastructure. In this stage, the objective is to address coverage gaps across ocean regions and/or critical infrastructure related to shipping and logistics encompassing both illicit activity and legitimate commercial operations that are of strategic interest to the Defense Department.


Stage 3


In stage 3, DoD aims to identify and address any gaps remaining from stages 1 and 2. This includes validating that data transmission pathways from new sensors and technologies align with defense requirements, ensuring automated data analysis, and enabling intuitive data search and visualization by DoD personnel-particularly those without specialized analytical training. Additionally, stage 3 may include integration of advanced sensors not previously adopted in earlier stages. 


To support all stages of this effort, a commercial edge network architecture is required to facilitate data transfer from sensors and platforms-both surface and subsea-to DoD systems. This network must be capable of integrating RF and IP-based transport layers, and must support execution across both terrestrial and subsea domains. Security is paramount: the network should be able to employ post-quantum encryption protocols and enable packet-level data protection to ensure access control through the issuance of tiered decryption keys. Wherever feasible, the data should transit through U.S./domestic company controlled infrastructure.


Sensor data must also be delivered in formats compatible with existing DoD-supported software tools for visualization, geolocation, and analysis. To preserve bandwidth and increase efficiency, edge-based analysis of relevant data may be required prior to transmission across the network.


Stage 4


In stage 4, the DoD is seeking innovative approaches to counter, confuse, or mislead technologies that may emerge from stages 1 through 3. Proposed solutions should be low-cost COTS capabilities that are attritable (both in terms of cost and traceability) whenever practical.  


Demonstrations:

  • Commercial solution(s) in stage 1 should be ready for full-scale system testing, demonstration, and evaluation within three months from project start date. 
  • Stage One vendors will provide on-site and remote support during the on-base system testing, demonstration, and evaluation period.
  • Stage two should be ready for demonstration within three months of project start date.
  • Demonstrations for stages 3 and 4 will be determined over prototype development.

Eligibility Requirements

Submission Requirements

Respondents should clearly specify which stage(s) their solution addresses. While the four stages may be executed concurrently or in any sequence, vendors are invited to submit proposals for one, multiple, or all stages. Submissions must indicate—on the first page—which stage(s) are being addressed.


Vendors seeking to apply to this AOI will be expected to work closely with other awardees, particularly where it involves data, data backhaul and integration of analytical workflows from the sensor platforms. 


This is the initial posting of this project, and follow-on solicitations for technologies in other domains is expected.


Submissions should include an overview and technical details of the proposed solution. Inclusion of examples of the deployment of similar solutions in the commercial sector is highly encouraged.


Preference will be given to submissions that present a compelling solution to the problem statement and product requirements. Proposals should identify whether the submitter will employ partners or subcontractors and, if so, which companies would deliver which capabilities.


The Government requires cross functional collaboration and integration of technical outputs to ensure mission success. The Government intends to utilize this AOI in singularity, as well as a component of a more complex program, for which other AOI’s may be issued. Therefore, all solutions submitted in response to this AOI may be used to support, including technology insertion, into other prototyping efforts advertised by DIU. All AOIs will be governed by Commercial Solutions Opening (CSO) HQ0845-20-S-C001 dated 23 March 2020. 


Awarding Instrument

This 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 13 Jan 2020, updated 02 Oct 2023. This document can be found at: https://sam.gov/opp/e74c907a9220429d9ea995a4e9a2ede6/view

Vendors are reminded that in order to utilize an Other Transaction (OT) 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 Process

DIU

Before You Submit

What we recommend you include when you submit a solution brief.

When you submit to a DIU solicitation, we'll ask you to include a solution brief. Here's some guidance about what that entails.

Potential Follow-On Production Contract for Prototype Other Transaction Agreements

Companies are advised that any Prototype Other Transaction (OT) agreement awarded in response to this solicitation may result in the direct award of a follow-on production contract or agreement without the use of further competitive procedures. Follow-on production activities will result from successful prototype completion.

The follow-on production contract or agreement will be available for use by one or more organizations within the Department of Defense. As a result, the magnitude of the follow-on production contract or agreement could be significantly larger than that of the Prototype OT agreement. All Prototype OT agreements 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 successfully been completed, this competitively awarded Prototype OT agreement may result in the award of a follow-on production contract or transaction without the use of competitive procedures.”

2023 Other Transaction Guide

Common issues with submissions

If you are having problems uploading your AOI submission to DIU, it may be one of these common issues with submitting, click here for solutions to common submission issues.

Have a question about this solicitation?

Need clarification? Having technical issues?
Reach out to our team.

Contact Us

Submission Form
Please fill out the following form in its entirety.

*Required

Company Information
Company Contact Information

Submitter Information

Is your company headquarters address different from your company address?


Please tell us your company headquarters address
Is your company a partially or wholly owned subsidiary of another company?


Please tell us about your parent company
Is your company currently operating in stealth mode?



Is this your company's first submission to a Defense Innovation Unit solicitation?
This applies to solution briefs submitted in response to project-specific solicitations.


Is your company registered in Systems Award Management (SAM.gov) and assigned a current Commercial and Government Entity (CAGE) code?


Please enter your CAGE code

Solution Brief

Solution briefs must be saved as a PDF that is 10MB or smaller. Papers should be approximately 5 or fewer pages and slide decks should be approximately 15 or fewer slides.

Upload (1) One Solution Brief Document* (max size 10mb)
I certify that this submission contains no data designated higher than "Controlled Unclassified Information" (CUI). Submissions with CUI and "FOUO" material may be accepted.


Any agreement awarded off of this solicitation will include language requiring your company to confirm compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232). If you are not able to comply with the law, the Government may not be able to award the agreement.

We Work With You

If we think there’s a good match between your solution and our DoD partners, we’ll invite you to provide us with a full proposal — this is the beginning of negotiating all the terms and conditions of a proposed prototype contract.

After a successful prototype, the relationship can continue and even grow, as your company and any interested DoD entity can easily enter into follow-on contracts.

Our Process

  1. We solicit commercial solutions that address current needs of our DoD partners. (View all open solicitations and challenges.

  2. You send us a short brief about your solution.

  3. We’ll get back to you within 30 days if we’re interested in learning more through a pitch. If we're not interested, we'll strive to let you know ASAP.