Skip to main content
Responses Due By

2026-05-17 23:59:59 US/Eastern Time

View CSO Procedure

Work With Us - Commercial Companies - Submit Solution

Point Break


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

Project Description

Background and Problem Statement:

The Department of War (DoW) currently relies on Radio Frequency (RF) communications that are easily susceptible to degradation and disruption from low-cost proliferated jamming threats. Laser communication (lasercom) technology offers high data rate, low probability of intercept, and detection communications that are critical in contested domains. As the DoW builds out a force design that baselines laser communications, the Defense Innovation Unit (DIU) is seeking to accelerate the insertion of this technology into contested air and space domains.

Desired Solutions and Key Objectives:

DIU is soliciting solutions for the following lines of effort (LOEs):

  1. LOE 1: Development and demonstration of multi-waveform lasercom optical communication terminals (OCTs) and orchestration capable of enabling seamless data transport across different waveform and network boundaries. The OCTs will be low Size, Weight and Power (SWaP) and utilize a multi-chip package (MCP) capable of multi-waveform lasercom.
  2. LOE 2: Demonstration of a reliable and high throughput optical communications between a commercially owned and operated proliferated Low Earth Orbit (pLEO) constellation and an airborne lasercom terminal in flight.

Vendors have the opportunity to provide a solution to one or both LOEs.

LOE 1 Key Objectives Include:

  • 18-Months: Multi-Waveform Modem Validation: Government validation of in-fiber waveform compatibility testing as well as fiber-based atmospheric mitigation performance testing for multi-waveform lasercom.
  • 24-Months: Multi-Waveform Integration into OCT: Government validation of atmospheric mitigation performance testing for multi-waveform lasercom through free space terminal testing of pointing, acquisition, and tracking (PAT) sequence and waveform quality metrics.
  • 36-Months: On-Orbit Demonstration: Execute an on-orbit demonstration, proving full capability including PAT sequence, data transfer, and link termination for more than one waveform.

LOE 1 Key Solution Attributes:

Potential solutions must describe and substantiate their capabilities in the following areas. These attributes will be considered key performance differentiators:

  • Interoperability: The types and quantities of waveform standards. This includes waveform and PAT sequence.
  • Space Heritage: Past performance delivering OCTs with space flight heritage. Units should be at TRL 6 or higher prior to Authority to Proceed (ATP).
  • Data Rate and Range: The data rates associated with LEO, MEO, and GEO ranges.
  • SWaP: The OCT size, weight, and power characteristics.
  • Orbit and Lifespan: The OCT design life for a given orbit.
  • Atmospheric Penetration: The ability to deliver reliable data transport through the atmospheric channel.
  • Recurring Engineering (RE) Cost: The recurring production cost of the multi-waveform capable OCT.

LOE 1 Waveform Priorities:

  • Primary Waveform: JLIS/OIC2 v4.1
  • Secondary Waveforms: Select at least one of the following secondary waveforms: OpenZR+, LCRD, SDA 3.2, SDA 4.0
    • Preferred Secondary Waveforms: LCRD, OpenZR+
    • Additional waveforms under consideration: SDA 3.2, SDA 4.0

LOE 2 Key Objectives Include:

  • Airborne Demonstration Within 18 Months: Demonstrate successful PAT sequence, stable link maintenance, and link reacquisition during live flight between multiple commercial pLEO satellites and an airborne terminal within 18 months of ATP.

LOE 2 Key Solution Attributes:

Potential solutions must describe and substantiate their capabilities in the following areas. These attributes will be considered key performance differentiators, and will be separated by groups of airborne terminal providers and commercial pLEO coverage providers.

  • Airborne Terminal Provider:
    • Flight Heritage: Company has proven flight heritage for airborne lasercom terminals prior to ATP.
    • SWaP: OCT size, weight, and power characteristics.
    • Recurring Cost: OCT production level cost.
    • Terminal Design: Airborne terminal must operate behind a flat or conformal window and not protrude into the airstream.
  • pLEO Constellation Provider:
    • Coverage: Instantaneous number of satellites available for links assuming an airborne elevation angle of (a) 40 degrees and (b) 25 degrees, prior to ATP.
    • Recurring Cost: Subscription cost for providing capability as a service.

LOE 2 Key Technical Attributes:

The following characteristics represent the key technical attributes:

  • Link Acquisition Time: The time elapsed from initial pointing command to data exchange between the pLEO terminal and the airborne terminal.
  • Link Duration: The continuous interval over which the optical link maintains throughput during a single pass.
  • Re-Acquisition Time: The elapsed time to re-establish a compliant link after a temporary loss of lock.
  • Data Rate and Range: The data rates associated with an airborne-to-pLEO link.
  • Turbulence Mitigation: Technique(s) to mitigate fading channels, with associated power penalty and latency impacts.

The following items represent enhanced capabilities that provide added value to the mission. While not mandatory for initial award, solutions that incorporate these features may be evaluated for their ability to provide increased capability:

  • Airborne Terminal Provider:
    • Hybrid Terminal Roadmap: A plan for upgrading the design of the airborne terminal to make it capable of integrating multiple optical heads and a modem to support multi-waveform lasercom.
  • pLEO Constellation Provider:
    • Global Lasercom Coverage:  Programmatic and technical roadmap to demonstrate seamless global lasercom coverage and simulate make-before-break architecture supporting lossless handover in a pLEO architecture by 2030.
    • Dynamic Scheduling: Demonstrate/demonstration of successful dynamic scheduling between a pLEO constellation and an aircraft on a non-predetermined flight path, to include recovery following unexpected link drops of several minutes.

Eligibility Requirements

Eligibility

This area of interest 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 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 will follow the Commercial Solutions Opening (CSO) framework established under  HQ085420SC0001 DIU CSO, posted to SAM.gov in March 2020.



Opportunity for Follow-On Production (Direct Award)

Companies are advised that a prototype Other Transaction (OT) agreement awarded from this area of interest may result in a direct award for a follow-on production contract without further competition. This is contingent upon the successful completion of the prototype project. The follow-on production contract could be significantly larger in magnitude than the prototype OT agreement and may be used by multiple organizations within the DoW. All prototype agreements will include the relevant language in accordance with 10 U.S.C. 4022(f) to allow for this possibility.



Awarding Process

DIU

FAQs

FAQ


Q. Can vendors submit to both LOE 1 and LOE 2?

A. Yes. It is recommended that vendors provide separate submission briefs to each LOE they intend to submit. Additionally, it is recommended that vendors individually submit to the particular solution within the LOE they are addressing. These include: LOE 1 Terminal, LOE 2 pLEO constellation, LOE 2 airborne terminal.


Q. For LOE 2, can vendors submit to only provide the pLEO constellation or airborne terminal?

A. Yes. Vendors may propose a solution that incorporates the pLEO constellation, airborne terminal, or both.


Q. Will submission for subsystem providers (i.e Optical Head, FPGA Developers, Bus Providers, etc.) be considered for LOE 1?

A. No.


Q. For LOE 1, what orbit, ranges, and data rates are required?

A. DIU would like to demonstrate representative GEO-to-ground data transport for JLIS/OIC2, and OpenZR+ rates, but may elect to focus on a LEO-to-LEO or LEO-to-ground demonstration.


Q. For LOE 1, what government investments have been made to advance multi-waveform OCTs?

A. The DARPA SpaceBACN effort progressed both optical head and modem development for multi-waveform lasercom. DIU’s RAZORBAC program builds upon DARPA’s modem investment to develop an FPGA-based MCP capable of JLIS/OIC2, OpenZR+, LCRD, SDA 3.2, and SDA 4.0. Information can be provided to vendors upon award.


Q. For LOE 1, what is the most preferred combination of supported waveforms?

A. As part of this effort, DIU is interested in developing an optical head that is capable of supporting JLIS/OIC2, LCRD, OpenZR+. For this CSO, it may be sufficient to demonstrate optical head functionality for these three waveforms through a benchtop demonstration with two modems. The government may decide to pursue a subsequent flight demonstration with a single modem that only supports two out of the three waveforms.

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.