Skip to main content
Responses Due By

2026-02-27 23:59:59 US/Eastern Time

Work With Us - Commercial Companies - Submit Solution

Runway Independent Maritime & Expeditionary Strike (RIMES)


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

Project Description

Problem Statement  

Long range, anti-ship weapons present a growing threat to US Navy ships and degrade their ability to accomplish a mission. While access to long range strike methods can mitigate this threat, Naval surface combatants are constrained in their ability to support long-range strikes over extended combat operations due to reliance on single-use missile systems, with limited magazine depth and limited at-sea munition replenishment capability. The long-range strike methods able to persistently support Naval surface combatants require infrastructure and assets which are vulnerable, limited or in high demand; including runways, and ships with large flight decks. 


Desired Solution Attributes 

To address this problem, the Department of the Navy desires an Unmanned Aerial System (UAS) capable of supporting Naval surface combatants through executing long range strikes with standard munition payloads while providing tactical flexibility by operating from expeditionary locations with minimal infrastructure, or from ships without large flight decks. 


A solution brief’s Relevance and Technical Merit will be based on the ability of the system to achieve the Primary Attributes, and any Secondary Attributes. 


Primary Attributes 

  • ​​​Expeditionary Operation – Interested in solutions that minimize infrastructure needs for launch, recovery, rearm, and refuel operations of the UAS. 
  • Range with Payload - One-way, no-reserve range of at least 1400 nautical miles (NM) in ​​order to allow an approximate 600 NM radius. Interested in solutions that provide greater range while still allowing for expeditionary operation. 
  • Payload – Deliver 1000-pound class munitions employed by existing naval aircraft, such as F/A-18 and F-35B/C, and/or palletized munitions. 
  • Combat System Integration - Integrate with existing combat systems and with operator responsibilities typical for existing combat systems.  
  • System Safety - Minimize operational and technical risk to infrastructure and personnel.  
  • Personnel - Operate with minimal dedicated personnel for launch, flight, recovery, maintenance, navigation or communication. 
  • Contested Operation - Operate, launch and recover in a spectrum of contested environments. 
  • Open Systems - Utilize modular open systems approach (MOSA) in system design and development. Designed for modification and continual improvement. 
  • Mission Autonomy – Incorporate mission autonomy to execute all mission phases in a highly contested environment. Autonomy should include dynamic route re-planning and re-tasking. 
  • Cost-Effective & Risk Worthy- Optimize cost per effect; through balancing expectation of mission success in a contested environment, with the costs of procurement, certification and development. Demonstrate viability to operate in airspace with adversary threats, such as through survivability or attritability. 
  • Maintainability and Repairability - Minimize the time and cost to maintain and repair the vehicle system. 
  • Development Time - Minimize expected time and schedule risk to a validated mass production-ready capability. Solutions should demonstrate readiness for significant physical prototyping within 12 months of agreement award.  

Secondary Attributes 

  • ​​​Maritime Operation – Refuel, rearm, and sortie from one or more surface combatant classes without a large flight deck (e.g. DDG-51, LCS-1, LCS-2, FF(X)/Legend Cutter). 
  • Maritime Environmental Conditions - Capable of operating in most sea states, relative winds, pitch, roll, heave, environmental conditions and wave characteristics encountered during oceanic shipboard operation.  
  • Qualification Scope - Reduce the qualification scope as much as practical, such as through identifying and eliminating potential operational hazards in the design phase.  
  • Launch & Firing Latency - Reduce the latency from mission receipt to vehicle launch, and from mission receipt to the vehicle expending munitions at a firing point. 
  • Vehicle Recovery Latency - Reduce the latency from vehicle recovery to a storage configuration, and from vehicle recovery to a launch configuration. 
  • Vehicle Speed - Cruise at a speed comparable to existing long range strike methods. 

Solution Brief Submission Requirements 

Companies will submit a solution brief outlining their solution and addressing the Primary Attributes and Secondary Attributes. Solution characteristics which greatly differ from existing methods will benefit from greater substantiation and detail. Solution briefs should describe any government furnished equipment necessary for development and production. Submissions should meet the following format requirements and include necessary content outlined in CSO HQ0845-20-S-C001, available on SAM.gov and DIU.mil: 


  • Solution Briefs should not exceed five (5) written pages using 12-point font, or
  • Solution Briefs should not exceed fifteen (15) briefing slides 

Process 

Submissions will be evaluated in accordance with the procedures outlined in CSO HQ0845-20-S-C001 available on SAM.gov and DIU.mil. The CSO provides the framework for the phased process.  


The Government reserves the right to fund all, some, or none of the solutions received under this solicitation. Multiple solutions may be selected for early-stage prototyping and technology maturation activities that may include, but not limited to, risk identification and risk reduction sprints, initial development of minimally viable systems suitable for technical analysis, limited technical demonstration, and limited operational evaluation. The scope and duration of these activities may be tailored to address the technical, tactical, and programmatic risks associated with each solution. However, the Government also reserves the right to proceed directly to the development of a single prototype solution based on the merits of the solution and the assessed risks. 


The Government may conduct a further down-select process to identify a prototype(s) that offers the most advantageous technical merit, business value, and/or cost-effectiveness to support continued prototype development. Finally, spiral development efforts may be pursued for selected solution(s) to maximize capabilities.  


DoW requires companies without a CAGE code to register in SAM (https://sam.gov/SAM/) if selected for agreement award. The Government recommends that prospective companies begin this process as early as possible. 

Eligibility Requirements

Eligibility 

This solicitation is open to U.S. and foreign owned businesses (See CSO HQ0845-20-S-C001 for requirements). 


Cybersecurity Maturity Model Certification (CMMC) Level

The CMMC level required by this solicitation is CMMC Level 2 (Self). This CMMC level (See 32 CFR part 170) is required prior to award, as it is anticipated that the Company’s information system will process, store, or transmit Federal contract information (FCI) and controlled unclassified information (CUI) during performance of the agreement. 


Awarding Instrument  

This solicitation is conducted in accordance with the Commercial Solutions Opening (CSO) process detailed within CSO HQ0845-20-S-C001 , posted to SAM.gov on 13 Jan 2020, updated 02 Oct 2023. You can also click “View CSO Procedure” found on this webpage. Any resulting award(s) will be an Other Transaction Agreement under the authority of 10 U.S.C 4022.  


Follow-on Production 

Companies are advised that a prototype Other Transaction (OT) agreement awarded in response to this AOI can lead directly to follow-on production contract(s) or transaction(s) available for use by multiple organizations across the Department of Defense. Any follow-on production award may occur without the use of further competitive procedures in accordance with 10 U.S.C 4022(f). All prototype OT agreements will include verbiage notifying the awardee that, upon the successful completion of the prototype project, the competitively awarded OT may result in the award of a follow-on production contract or transaction without the use of competitive procedures.

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?


Is your company a partially or wholly owned subsidiary of another 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?


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.