Responses Due By
2026-03-16 23:59:59 US/Eastern Time
Work With Us - Commercial Companies - Submit Solution
Autonomous Low Profile Vessel (ALPV)
We look forward to your solution —
To submit, scroll to the form at the bottom of this page.
2026-03-16 23:59:59 US/Eastern Time
We look forward to your solution —
To submit, scroll to the form at the bottom of this page.
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:
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:
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.
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.
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.
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.
When you submit to a DIU solicitation, we'll ask you to include a solution brief. Here's some guidance about what that entails.
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.”
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.
Need clarification? Having technical issues?
Reach out to our team.
*Required
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.
We solicit commercial solutions that address current needs of our DoD partners. (View all open solicitations and challenges.
You send us a short brief about your solution.
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.