Skip to main content
Responses Due By

2026-04-08 23:59:59 US/Eastern Time

View CSO Procedure

Work With Us - Commercial Companies - Submit Solution

Emulation Module for Unmanned Systems (EMU)


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

Project Description

Emulation Module for Unmanned Systems (EMU)


Problem Statement

The Department of the Navy and the Department of War (DoW), in accordance with the National Security Strategy and the Chief of Naval Operations’ Navigation Plan, maintain freedom of navigation and access to the seas. This access is vital to the free flow of goods and national security, but the current fleet lacks sufficient assets to maintain a constant physical presence in many critical maritime areas.


To extend its presence more effectively, the Navy is developing a hybrid fleet that combines crewed ships with a network of unmanned and autonomous platforms. However, many new sensors and software feeding the maritime common operational picture (COP) must be trained and calibrated using realistic radio frequency signals produced by ships in diverse conditions. Using crewed ships for this work is costly and labor-intensive, while current unmanned vehicles (UxVs) cannot carry full sets of radar and communications equipment due to strict limits on size, weight, and power (SWaP).


As a result, there is currently no practical way to create and control realistic ship signals remotely on unmanned platforms to train and test these tools at scale. This gap slows the integration of Blue sensor feeds into the COP, reduces confidence in automated detection, and delays reliable situational awareness. Pacific Fleet units need an effective means to produce and manage realistic ship signals on unmanned platforms (remotely, without onboard crews, and at acceptable cost) to maintain an accurate, shared picture of the maritime environment across the INDOPACOM AOR. 


Project Schedule


  • Land-based emulation within 90 days of contract award
  • On water test within 180 days of contract award


Desired Solution Attributes

The DoW seeks a remotely operated, modular signal-generation and control capability that can be integrated across diverse unmanned vehicles. The Government explicitly seeks solutions that can provide either single-band or multi-band emulation capabilities, provided they meet the fidelity requirements. The solution must produce extremely realistic ship-ship and ship-shore communications and/or radar signals to train and calibrate new sensors and software that are designed to suppress false positives, while fitting within the SWaP and environmental limits of unmanned platforms (e.g. small unmanned surface vessels around 16 - 24 ft in length).


Required solution characteristics:

  • High-Fidelity Signal Generation: Payloads may target a single band (e.g., S-band, X-band, Iridium, or UHF / VHF waveforms) or multiple bands (e.g., Iridium and UHF/VHF). Strong preference will be given to payloads that demonstrate exceptional fidelity and realistic emulation of a single band (e.g. only S-band) over solutions that offer multiple bands with lower fidelity.
  • SWaP-C Optimization: A small, sea-worthy form factor with low size, weight, and power suitable for mounting on different unmanned platforms.
  • Rapid Adaptation: Ability to swiftly adapt to new emitters and operational demands.
  • Maritime Durability: Must maintain full functionality in Sea State 3 or higher, surviving high-motion mechanical stress.

Preferred solution characteristics:

  • Controllable Emissions: Users must be able to control power, directionality, and timing to target specific sensors under test.
  • Integration Flexibility: The solution should integrate with existing unmanned surface vessels (sUSVs) and be adaptable to future platforms, with integration kits for power, data and networking, C2, and autonomy systems.
  • Remote Command and Control (C2): Capability to remotely select, schedule, and adjust signals in real-time, manage power use, monitor status, and tailor emissions without onboard crews.
  • Data Validation: Capabilities for data logging and reference "ground truth" to verify calibration outcomes and support sensor integration.
  • Commercial Standards: Leveraging standardized APIs for integration into USV autonomy stacks is highly desirable.

Solution must not include:

  • Proprietary Interfaces: Software and hardware should utilize open commercial standards for external communications where possible to facilitate integration. Design architecture should take a Modular Open Systems Approach (MOSA) to enable on-going integration.
  • High SWaP-C: Solutions requiring the power or weight of traditional destroyer-class systems are not suitable for this effort.
  • Load generators that evaluate link budgets and band availability.
  • Record and replay signal emulator with no differentiation of endpoints and unique sessions.

Preference will be given to proposals that demonstrate product maturity and deployment validation (i.e., products that readily fit or can be adapted for the solicited purpose with the least amount of non-recurrent engineering). Please be clear in the proposals to articulate the status of current production equipment and estimated level of effort/time to customize for the Government's purpose.


Companies must have experience working in classified environments and cleared personnel who can work up to TS//SCI (teaming arrangements will satisfy this requirement).


The Government intends to team successful vendors with a number of existing autonomous vehicles and other prototype solutions in a rapid iteration and test environment. Solution providers should expect to participate in a shared development space with other vendors, operators and government developers to rapidly iterate on solutions. Solutions providers may be asked to collaborate and/or participate in cross functional efforts that may exist under previously established contractual vehicles.  


Considering there are multiple solution areas appropriate for signal generation and array development, we do not expect a single vendor to cover all possible alternatives. As such, partial solutions that uniquely address specific requirements (e.g., software signal generation, chassis ruggedization and power, or hardware RF instruments) are welcome and will be considered for this solicitation. Submissions offering modular approaches are encouraged. Due to the complexity of this solicitation, for vendors with partial solutions, we highly recommend that you pre-emptively seek out partners to come up with an integrated solution; preference will be given to submissions that demonstrate concrete integration and interoperability.

Eligibility Requirements

Awarding Instrument 

This solicitation follows the Commercial Solutions Opening (CSO) process detailed in SAM.gov posting HQ0845-20-S-C001, Amendment 001 (effective 13 March). You can also click “View CSO Procedure” found on this webpage. Any resulting award(s) will be an Other Transaction Agreement under 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).

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?


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.