Skip to main content
Responses Due By

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

View CSO Procedure

Work With Us - Commercial Companies - Submit Solution

Geosynchronous High-Resolution Optical Space-Based Tactical Reconnaissance


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) is facing a critical capability gap in its ability to monitor space, which is becoming an increasingly contested warfighting domain. Adversaries are escalating threats against the very systems the United States relies on for strategic deterrence and decision-making. Specifically, the DoW lacks sufficient satellites capable of providing high-resolution space-to-space imagery and maintaining custody of both friendly and adversarial satellites in geosynchronous orbit (GEO). 

Desired Solutions and Key Objectives

The DoW is seeking commercial advancements to create affordable and scalable GEO reconnaissance systems. These solutions, which include space vehicles (SVs), satellite buses, and payloads, are intended to provide high-resolution space-to-space imagery and accurate object characterization. These systems must reduce costs compared to existing and planned programs of record while achieving high-resolution image collection, allowing for increased collection frequency and detailed characterization of resident space objects (RSOs) in GEO. The successful deployment of these capabilities will significantly improve GEO RSO Characterization, Battle Damage Assessment (BDA), Positive Identification (PID), and Combat Identification (CID).

Key Objectives Include:

  • Minimum Viable Product (MVP) Within 24 Months: Deliver a high-resolution electro optical (EO) image of a RSO in GEO using a commercially operated space vehicle within 24 months of award.
  • Government Operational Control Within 36 Months: Transition the Ghost Recon SV from commercially-owned, commercially operated (COCO) to government-owned, government operated (GOGO) within 36 months of award.
  • Enhanced Reconnaissance Cadence Within 48 Months: Have demonstrated the ability to perform at least one drive-by (Sub or Super Sync) or an inclined track design reference mission (DRM) per week through the first year of government operations.

Key Solution Attributes

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

  • Annual Number of Reconnaissance Missions: The expected yearly number of Drive-by (Sub or Super Sync) or Incline Track missions a single space vehicle (SV) can execute. This should be reported against the design life of the vehicle.
  • Solution Characteristics: SV recurring (RE) cost, dV budget, slew rate, mission payload angular resolution and modulation transfer function (MTF).
  • Constellation Proliferation and Scalability:  Proposed constellation scaling approach and SV RE cost for maintaining a 30-day revisit rate for every GEO RSO in the public catalog over a 10-year period.
  • Space Heritage: Proven space heritage for essential bus and payload subsystems prior to 2028.
  • Ground Operations: The ability to initiate spacecraft launch and early operations through a commercial ground system, followed by a transfer of command and control to a GOGO ground system.

Key Technical Attributes

The following characteristics represent the minimum technical attributes:

  • Space Vehicle
    • Design Life: 3+ years in GEO.
    • PLUG Compliance: Meet National Security Space Launch (NSSL) Port Launch User’s Guide (PLUG) medium or large standards for launch integration.
    • SV Cybersecurity: Comply with risk management framework (RMF) controls, NSA Cyber and Crypto security certification requirements to obtain an authority to operate (ATO) for the space vehicle.
  • Bus:
    • RPO Capable: Successfully perform rendezvous and proximity operations.
    • Communications: Unified S-Band (USB) protocol compliance for data transfer with government ground infrastructure.
    • NSA Encryption: National Security Agency (NSA) Type 1 Encryption to protect transmitted data.
  • Mission Payload:
    • Resolution: Deliver fully resolved imagery of an ESPA grande sized spacecraft and its key subsystems (i.e star tracker, communications payload, mission payload) from a distance of no closer than 10 km.
  • Ground Integration:
    • Joint Antenna Marketplace (JAM): Compliance with United States Space Force (USSF) Space Systems Command (SSC) JAM.
    • Mission Unique Software (MUS): Containerized MUS compliant with Astro UXSD standards, Command and Control Messaging Specification (C2MS) and the cybersecurity controls of the government owned and operated ground system.
    • Dynamic Space Simulator (DSS): Delivery of a space vehicle simulator (DSS) to be used for testing, verification, anomaly resolution, and TTP development.

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 mission flexibility and long-term cost efficiencies.

  • Additional DRMs: The ability to perform the following design reference missions: M vs 1, Natural Motion Circumnavigation (NMC), Forced Motion Circumnavigation (FMC), Solar Phase Shift, Positive & Combat Identification (PID/CID) and Battle Damage Assessment (BDA).
  • Surveillance: Capability focused on:1) the detection and localization of untracked or non-cooperative RSOs, and 2) high-fidelity tracking of RSOs to maintain seamless custody of all RSOs within the field of regard.
  • Refuelability: Ability to increase dV to extend spacecraft lifespan, increase maneuverability for follow-on missions, and reduce replacement cadence.

DRM Definitions

  • Drive-By (Sub or Super Sync): Phased approach to RSO to optimize in either above or below GEO altitude on arrival that supports good solar illumination of tasked RSO.
  • Incline Track: Similar to Drive-By with additional phasing required to ensure arrival matches object’s nodal crossing and SV slews to match inclination rates.
  • M v. 1: Utilizes several SVs to support collection of tasked RSO. Used to support collection for uncooperative RSOs.
  • FMC/NMC: SV tasked to perform full circumnavigation of a tasked object to support multi-face collection over 24 hours.
  • Solar Phase Shift: Unique application of Drive-By and/or Incline Track where RSO may not be in favorable lighting conditions.
  • Rapid PID/CID/BDA (Partial Constellation): SVs tasked via coordinated and optimized campaign plan to perform Drive-By/Inclined Track to quickly image select RSOs over compressed timelines.




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. In addition to Space Vehicle providers, will solutions only containing bus providers or EO payload providers be considered?


A. Yes. 


Q. Will submission for subsystem providers (i.e Reaction Wheels, Propulsion Subsystem, etc) be considered?


A. No.


Q. Service Level Agreement for “30-day revisit rate for every GEO RSO in the public catalog over a 10-year period”


A. Provide an approach for building out a constellation that maintains a 30 day revisit rate across the GEO public catalog. Please list assuming semi major axis (sma) and inclination bounds for which you can reasonably service with Drive-by (Sub or Super Sync) or Incline Track DRMs. Refer to websites like Space-Track or SPACEBOOK by COMSPOC for information about the public GEO catalog. 



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.