Skip to main content

We offer multiple pathways for your Technology and Talent solutions to impact national security by matching threats with real-world capabilities.

Work With Us - Open Pathways

Find the Right Path to Working With DIU

Pathways through Commercial Solutions Openings (CSO)

If your company has a proven track record of commercial viability with commercial off-the-shelf products and tech, you’re in a great position to work with us. We actively work with companies both in the U.S. and internationally, across allied countries.

You can submit your technical solutions to posted solicitations under our Commercial Solutions Opening (CSO) process and Other Transaction (OT) authority - a fast, flexible way that allows us to competitively solicit proposals for DoD projects, often awarding within 60-90 days.

Open Solicitations —

Project Janus


Responses Due By

2025-12-15 23:59:59 US/Eastern Time

Problem Statement

Ensuring consistent, resilient energy across military installations and operational theaters has become an increasingly complex challenge for the U.S. military. Aging infrastructure, dependence on vulnerable civilian power grids, complex liquid fuel logistics, and rising energy demands from advanced technologies all threaten mission assurance. Frequent electricity outages, grid disruptions, and limited backup capacity jeopardize critical systems responsible for command, control, communications, and logistics. This directly undermines readiness, training, and operational effectiveness. These vulnerabilities underscore the urgent need for secure, scalable, and independent energy solutions that ensure continuous power for the warfighter to operate anytime, anywhere, regardless of external grid instability or supply chain disruptions.


The U.S. Army, alongside the Defense Innovation Unit, seeks to prototype Microreactor Power Plant(s) (MPPs) capable of developing a suite of advanced nuclear power plant energy solutions to meet the needs of the U.S. Department of War (DoW). These MPPs will leverage recent advances in the nuclear industry to provide continuous and reliable power in all DoW scenarios and will be demonstrated on a military installation within the United States by 2030.


Background

On 23 May 2025, four executive orders (EOs) were issued that aimed at modernizing America’s nuclear energy posture, with direct implications for the Army and the broader DoW. In particular, EO 14299 Deploying Advanced Nuclear Reactor Technologies for National Security, states that “it is the policy of the United States to ensure the rapid development, deployment, and use of advanced nuclear technologies to support national security objectives, such as the protection and operation of critical infrastructure, critical defense facilities, and other mission capability resources.” These orders represent a strategic shift towards immediately and impactfully leveraging advanced nuclear technologies. Meeting the objectives of EO14299 requires a focus on both installation and operational energy goals through a coordinated prototype program that leverages MPP technologies to address the Department of War’s energy needs. 


Project Approach

The broader Department of the Army’s Janus program objective is to develop a suite of prototype solutions for MPPs that can supply power for both installations and non-permanent operations. The Janus project approach under the DIU CSO will use an iterative prototype development process to provide a clear path to transition of the successful commercially demonstrated technology solutions. “Suite” refers to the DoW’s intent to select multiple reactor designs for the OTA Agreement, each to be paired with an Army installation by the Army after contract award. This will involve prototyping a First of a Kind (FOAK) MPP under the Army’s regulatory authority, followed shortly after by a Second of a Kind (SOAK) MPP, also using the Army’s regulatory authority. The Department is seeking fission-based solution sets for installation and defense purposes. 


Vendors will be paired with Army installations after the OTA contract award. Vendors will develop their FOAK prototype for demonstration on that installation and commence design of the SOAK prototype near the end of FOAK design. The SOAK prototype is expected to build on lessons learned from the FOAK and include design changes from the FOAK prototype, through iterative prototyping. 


Vendor solutions submitted under the AOI are highly encouraged to use the FOAK and SOAK approach in their proposals, and discuss the path from SOAK to Nth-of-a-kind production. Solutions may utilize the operating life of both the FOAK and SOAK MPPs in series to reach the 30-year lifetime power generation, assuming continuity of power across the 30-year period. 


The Army will be announcing the selection of the initial group of installations for the Janus project MPP prototypes at a later date. Vendors are prohibited from contacting or responding to queries from the installations regarding any aspect of CSO HQ084520SC001 or the Janus project. Vendors who do not comply with the prohibition may be removed from participation in the Janus Project. 


Project Objectives

The Department is seeking solution briefs for the full lifecycle of MPPs that would notionally start operations at an Army installation located in the United States before the end of calendar year 2030. Solution briefs should include all stages of an MPP’s lifecycle: design, testing, regulation, construction, operations, deconstruction, and returning the site to an unrestricted release status.


The objectives of the prototype include: 

  • Provide mission assurance through energy resilience for a range of defense applications. 
  • Assemble and operate prototype MPPs on military installations within the United States to demonstrate the capability of the MPP designs to provide safe, secure, reliable, and environmentally compliant electricity and thermal energy (if needed) in support of readiness goals for mission critical assets.
  • Engage with the government and privatized distribution providers, transmission providers, and commodity providers currently serving U.S. Military installations to facilitate seamless and resilient energy regardless of commercial grid conditions.

Final solutions will follow a process under the U.S. Army Regulatory Authority for the entire lifecycle. The U.S. Army’s regulatory authority is derived from section 91b of the Atomic Energy Act (42 U.S.C. § 2121(b)), as implemented pursuant to the Presidential Directive of 23 September 1961. Vendors will follow the Army regulatory process as documented in AR 50-7 (2016), although additional guidance will be provided during Phase 2 and throughout the FOAK design. AR 50-7 can be found at: https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/r50-7_Web_FINAL.pdf


Awarded vendors will be given opportunities to provide feedback on gaps in Army regulatory processes as additional regulatory guidance is provided. Additional regulatory requirements, such as transportation of nuclear material on public highways, should be addressed by Vendors during their proposals.


Reviews and implementation during the MPP prototype development process will include an integrated and phased approach to compliance with planning and design, planning and construction, architecture and engineering, building construction, environmental, operating, safety and physical/cyber protection, emergency response planning, deconstruction, and spent fuel management requirements. 


A successful MPP prototype will provide a sound and demonstrated technological solution for commercial operations. A successful prototype will complete fuel load and testing phases and will be permitted by the Army Regulator to begin normal operations. The OTA prototype will transition to unrestricted operations as a COCO MPP with a Power Purchase Agreement (PPA), production OTA, or other Federal Acquisition Regulation (FAR) based contract.


Desired Solution Features 

Desired solution features include the following attributes and capabilities: 

  • Incorporates nuclear fuel that is enriched to 20% or less U-235 and that is legal for defense purposes. The fuel must be qualified, available, and fabricated on a timeline that will meet program timelines.  
    • Defense-purpose feedstock may be made available as Government Furnished Equipment (GFE) for FOAK and SOAK MPPs through an Army fuel allocation process. If feedstock is provided as GFE, vendors will be responsible for transportation, blending, and fabrication of the fuel. 
    • Vendors should address the implications of a) the Government not providing feedstock as GFE, b) of the Government providing feedstock as GFE for only the first fueling, and c) the Government providing feedstock as GFE for the operational life of the MPP.
  • Capable of producing electrical power in the range of kW-level up to 20MWe (up to 60 MWth). Capable of local control and dispatch and integrated to the greatest extent practicable into existing infrastructure, operations centers (if applicable), workflows, and operations and maintenance systems. 
  • Capable of startup/shutdown and monitoring operations both with and without commercial power availability (both black start and grid-connected start capability). 
  • Capable of MPP operations with a commercial power connection, and an alternative credited independent power source as a backup. 
  • The MPP should be operated only from the control room located within the Army installation (remote or wireless operation is not allowed). 
    • MPPs with remote maintenance and diagnostics capabilities that comply with relevant cybersecurity U.S. Government standards, e.g., NIST 800-171 Rev. 2 for Federal Contractors, may be considered. 
    • The MPP control room must be designed to accommodate two operators, with space for an additional person, at a minimum. 
  • The MPP design should include passive safety features to the extent practical to ensure MPP key safety functions are satisfied under all conditions, states, and modes. 
  • Radiation exposure at the MPP site boundary should not exceed the limits provided in 10 CFR 20 during routine operations. Proposals must sufficiently account for relevant factors, including sky shine, emissions from activated site materials, and surrounding buildings at various elevations around the site boundary. 
  • The MPP design must address Natural Hazard Phenomena, including seismic loads, external floods, and other potential hazards.
  • The MPP design must have clearly articulated systems and safety case approaches, including an initial set of proposed design criteria and design safety strategy.
  • Vendor strategy and capability to continuously provide full power supply for up to 30 years, including operations, maintenance, sustainment, and refueling activities. 
    • There are no restrictions on the proposed strategy to achieve 30-years of continuous power (e.g., refueling or ‘replaceable’ modules to maintain continuity of operations). 
    • The overall lifecycle strategy of the MPP by the Vendor will be evaluated and must include associated costs/risks with the proposed strategy for long-term operations.
  • Non-core irradiated material should be removed or qualified for unrestricted release within 2 years upon completion or termination of the power production contract. An initial irradiated material disposal plan, along with an associated finance structure, must be approved by the Army before design permitting. 
  • Irradiated core material should be removed from the site notionally within 5 years of completion or termination of the power production contract, or as otherwise agreed upon by the Army. An initial core decommissioning plan, along with an associated finance structure, must be approved by the Army before MPP operations are permitted. 
  • A target site area should be sized appropriately for FOAK (and SOAK if co-located) to ensure compliance with Federal radiation limits in 10 CFR 20 and the anticipated Seismic Design Category. Selected Vendors will be paired with an installation post-OTA award.
  • Reasonable and appropriate safety, physical, cyber, and safeguards measures should be implemented in the design consistent with best practices. Army-specific requirements will be provided to vendors invited to participate in Phase 2 Pitches. 
  • In addition to the above desired solution features, solutions must address the aspects below: 
    • A nuclear supply chain for nuclear-grade equipment that is clearly identified and credibly available to supply equipment to meet the notional timeline. The nuclear supply chain identified must meet defense-purpose limitations; any part of the nuclear supply chain reliant on international sources must be identified and mitigated with a plan approved by the Army.
    • Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) for equipment included in the design. The TRL and MRL readiness levels will be evaluated in depth during Phase 2 Pitches. 
    • Identified gaps in available Computational analytical tools, Codes, or Standards accepted for nuclear use. Identified analytical tools, Codes, or Standards for which the design will operate outside the approved range 
    • (e.g., the MPP operates at a higher temperature than existing foundational data).
    • Identified gaps in available material performance data for safety or reliability-related equipment under anticipated operating conditions.
    • Plans and approaches to move from FOAK to SOAK, to Nth-of-a-Kind development and production. Plans to commercialize or develop commercial versions of proposed MPP prototype designs.
    • Long-term plans for fuel acquisition and manufacturing, including the status of negotiations or agreements with miners, enrichers and/or fabricators.


FAQs

Question #1: Is DIU open to us submitting solutions that would provide support to Project Janus rather than embedded as part of a full microreactor-builder-led proposal? Would DIU like us to submit RDT&E support ideas to this solicitation even if they don't address the full requirements of the solicitation?

Response #1: Please refer to the entirety of the AOI for submission requirements - any deviations may render a vendor ineligible to receive an Agreement Award. 


Question #2: I would like to confirm that the solutions briefs are in fact 5 to 20 written page or in the 20 to 40 slide range. The submission section for this particular solution brief still indicates the typical range at this time; that is 5 or fewer pages and 15 or fewer slides.

Response #2: : Yes. The Government confirms solutions briefs are 5 to 20 written page or in the 20 to 40 slide range. Additionally, per CSO HQ084520SC001, Section 3.2, Phase 1 Solution Brief, "These limits are not requirements but are strongly recommended." 


Question #3: Can you please clarify what is meant by legal for defense purposes" for qualified fuel in the desired solution features section. Our industry partner has notated that there is a difference between what university and commercial reactors can use, especially as it relates to power supply versus defensive weapons.

Response #3: "Legal for defense purpose” in this context provides flexibility to a “for only peaceful purposes” restriction in the statute and may allow for supporting electrical power supply to critical infrastructure dedicated to national defense purposes within the United States. This allows for consideration of a potentially broader range of nuclear fuel sources.


Question #4: For the FOAK prototype phase, does DIU require respondents to propose a notional deployment site, or will site selection be determined exclusively through the Army’s internal process?

Response #4: The pairing will be done by the Army, as stated in the AOI: ""Vendors will be paired with Army installations after the OTA contract award.""


Question #5: Is a high-level, credible outline of a HALEU acquisition pathway sufficient, with additional detail to be provided during later CSO phases?

Response #5: Access to fuel is a key consideration for all advanced reactor projects and programs. Vendors should provide a sufficient level of detail to show their microreactor has a credible fuel supply strategy.


Question #6: Should respondents frame capabilities primarily around installation-level energy resilience, or will DIU also evaluate solutions in terms of mission-specific energy assurance (e.g., critical loads, operational continuity)?

Response #6: As stated in the AOI, the Janus Program is targeting development of a suite of MPP technologies for mission needs, including both installation and operational energy use cases.


Question #7: May subject-matter experts from universities, DOE national laboratories, or FFRDCs contribute to proposal preparation in a non-evaluation, advisory capacity, provided appropriate firewalls are upheld?

Response #7: Vendors may work with any experts they deem appropriate. However, any expert who participates in response development with any vendor will be precluded from participating in Army/DIU evaluation of responses throughout the CSO process.


Question #8: Are foreign born nationals permitted to support proposal preparation in a non-evaluation, advisory capacity, provided appropriate firewalls are upheld?

Response #8: Vendors may work with any experts they deem appropriate. However, vendors awarded an OTA agreement will be subject to the security classification requirements of the various aspects of the Janus program and must ensure appropriate firewalls are in place.


Question #9: For Phase 1 initial solution briefs, does DIU expect respondents to demonstrate private financing outreach and preparations only?

Response #9: Vendor financing strategies/plans will not be included in the Phase 1 of Army/DIU evaluation of AOI responses.


Question #10: For lifecycle planning, should respondents assume a commercially owned and operated model throughout deployment, or are other ownership or operator structures acceptable under Project Janus?

Response #10: Only contractor owned and operated solutions are in scope for prototypes developed under the Janus Program.

Eligibility Requirements

Vendors may submit multiple solutions. Proposed teaming arrangements will be considered when pairing proposed solutions with installations.


Vendors who successfully meet the evaluation requirements of Phase I (as stated within the CSO), and who are invited to Phase 2 pitches, will be requested to participate in substantial dialogue with the Government. 



In Phase 2, Prototype solutions must articulate vendor strategies that include private financing or funding for development activities, in addition to government funded milestones. Proposals that rely entirely on government funding without vendor supported financial contributions for MPP prototypes, will not be considered.


Solution Briefs should be in the five (5) to twenty (20) written page range using 12-point font or, alternatively, Solution Briefs may take the form of briefing slides which should be in the twenty (20) to forty (40) slide range. These limits are not requirements but are strongly recommended. 


Awarding Instrument 

This Area of Interest and subsequent phases will proceed in accordance with the Commercial Solutions Opening (CSO) process and evaluation criteria detailed within HQ0845-20-S-C001 (DIU CSO), posted to Sam.gov in March 2020. 


Follow-on Production and Transition 

There are multiple pathways for transition. Successful prototypes are eligible to enter into a follow-on MPP production contract(s) or electricity production agreement(s) for the continued purchase of electricity until the end of the operating life. 

Transition pathways for the prototypes will include COCO Power Purchase Agreements (PPA) arrangements, in addition to production OTA Agreements or Federal Acquisition Regulations (FAR) based contracts.


Pathways through Challenges or Commercial Acceleration Opportunities

Are you building something innovative, but it’s not yet fully commercialized? If your technology is still in development or you're testing scalability, we’ve designed pathways specifically for you.

We regularly seek proposals from both U.S.- and internationally-based ventures and early-stage companies just like you. Apply through DIU’s Challenges or Commercial Acceleration Opportunities to showcase your potential and get tailored support.

Open Challenges and Commercial Acceleration Opportunities —

Project G.I.


Responses Due By

2025-12-31 23:59:59 US/Eastern Time

***11 Dec update: There is an issue affecting some submissions through the web portal. If you do not receive an email confirming successful submission, contact us at project-gi@diu.mil with all the details of the error that you can provide. If you receive an email confirming successful submission, do NOT contact us asking for confirmation your submission was received. ***



Project G.I. (Prize Challenge)

Updated 1 Dec 2025: This challenge is now accepting solutions for DRM 4: Extreme Cold Weather ISR. Please see below for full details and submission deadline. 


Background


Modern peer and near-peer threats are accelerating the development and deployment of advanced uncrewed systems (UxS) across all domains of warfare. These technologies are reshaping the character of war, specifically by democratizing the ability for persistent surveillance, precision targeting, electronic disruption, and low-cost mass effects at scale. As adversaries adopt UxS capabilities with increasing speed and sophistication, the U.S. Department of War (DoW) must identify, assess, and integrate next-generation UxS solutions at a faster pace to maintain tactical and strategic overmatch.


Furthermore, traditional requirement and acquisition timelines do not support the needs of our warfighters, the Services, or Combatant Commands. The Department of War requires a more agile and effective mechanism to evaluate emerging capabilities, embed end-users early in the product development cycle, and accelerate the prototyping and fielding of transformative technologies that can deliver operational advantage at speed.


Problem


DIU and its DoW partners seek “ready-now” uncrewed systems (UxS) solutions to enhance the speed and lethality for small, dispersed targeting-strike cells operating under Denied, Disrupted, Intermittent, and Low-Bandwidth (DDIL) conditions. Solutions should fundamentally improve how tactical formations sense, decide, and strike, independent of consistent communication or extensive logistical support.


UxS solutions interest include uncrewed aerial systems (UAS), electronic warfare (EW), and uncrewed ground vehicles (UGV). Companies are welcome to collaborate and submit joint proposals.


Attributes


Proposed challenge solutions must enhance a tactical formation’s lethality, survivability, or overall mission effectiveness within the specified Design Reference Mission (DRM). Submissions should feature mature, mission-ready—ideally mission-proven—capabilities that can participate in live evaluations within three months of this solicitation’s release. Companies should only submit when their solution meets this mission-ready standard. Future iterations will support related but separate DRMs, focused on expanded environments, units, or tactical missions. Submissions will be evaluated for overall utility to the broad interest areas and for specific applicability to the unique use cases for each specific DRM. The FAQ section provides additional details for specific DRM’s.


Solicitation, Competitive Process, and Iteration Overview


This challenge will allow for flexibility and scalability for DIU’s Project G.I. effort and will serve the needs of a variety of DoW customers. DIU intends to execute successive evaluations based on this AoI, with each “iteration” focusing on a specified DRM–with specific mission context, operational constraints, and desired attributes.

Each iteration will follow a three-phase competitive process:


  • Phase 1 - Proposal evaluation and down selection. Companies selected to go to Phase 2 are eligible for up to $50K per company contingent on successful attendance and execution at the live Phase 2 demonstration event.
  • Phase 2 - Live demonstration event oriented on a specific DRM. Based on user feedback and evaluation during the demonstration event, vendors will receive notification of selection to Phase 3.
  • Phase 3 - Based on performance in Phase 2, end-user feedback, capability maturity, and available funding, the Government may pursue one or more of the following actions:
    • Provide cash prizes under 10 USC 4025 Prize Challenge authority to incentivize further maturation. Eligible for up to $3M per company through successful completion of Phase 3 increments which will be conducted as “sprint” development cycles. 
    • Procure and deliver selected systems to partner units for extended testing, assessment, and training.
    • The Government may issue a Request for Prototype Proposal (RPP) and award a Prototype Other Transaction (OT) agreement for further prototyping.

Below are the current planned iterations, associated DRMs, and timelines. Submissions received after the deadlines listed below will be evaluated for other potential partner use cases.


DRM 1: FPV Effects (Closed, no further submissions accepted)

  • Description: Tactical employment of kinetic effects in denied environments 
  • Timeline: Submissions must be received by 2359 EST on 10 July to be evaluated. Selection notifications will be sent out NLT 10 Aug.  
  • Phase 2: 20 Aug - 30 Sept 2025.


DRM 2: Kill Chain (Closed, no further submissions accepted)

  • Description: Accelerate the kill chain for small, expeditious units in denied environments.
  • Timeline: Submissions must be received by 2359 EST on 08 Aug to be evaluated. Selection notifications will be sent out NLT 08 Sept. 
  • Phase 2: 06 – 09 Oct. 


DRM 3: Frontier Dominance (Closed, no further submissions accepted)

  • Description: Technologies that enable dispersed forces to see and sense farther, last longer, and remain undetected in contested environments.
  • Timeline: Submissions must be received by 2359 EST on 16 November 2025 to be evaluated. Selection notifications will be sent out NLT 20 December.  
  • Phase 2: One week in February 2026 (exact dates TBD).  

DRM 4: Extreme Cold Weather ISR

  • Description: Technologies that enable dispersed forces within the INDOPACOM theater to sustain UAS ISR operations despite low temperatures and other high latitude complications.
  • Timeline: Submissions must be received by 2359 EST on 15 December 2025 to be evaluated. Selection notifications will be sent out NLT 06 January 2026.  
  • Phase 2: 2-8 February 2026.


Evaluation Criteria


Phase 1 –Proposal Evaluation

  • Technical Viability and Alignment: Demonstrates technical feasibility and clear alignment with identified technical capability areas (listed below).
  • Team & Company Viability: Demonstrated ability and expertise of the team/company to successfully develop, deliver, and sustain the proposed solution.
  • Cost & Scalability: Cost, time, and other requirements or considerations needed to scale the capability.
  • Quality of Proposal: A clear and thorough explanation of how the solution improves Soldier effectiveness in design reference mission.

Phase 2 – Live Demonstration and Pitch Evaluation (Phase 1 evaluation criteria plus the below)

  • Operational Effectiveness: Demonstrated effectiveness of the solution under realistic operational conditions.
  • End-User Feedback: Direct feedback and assessments from end users based on hands-on testing, observation, and interaction during live demonstrations.
  • Quality of the Pitch: Effectively communicates the solution’s value to the mission and alignment with end-user needs; clearly addresses additional technical and business-related questions and details requested by the government.

Phase 3 - Award and User-Driven Iteration


  • Unit-focused field assessments: Deliver selected systems to operational units for extended evaluation, training, and user-driven feedback. These efforts will support real-world assessment of the capability’s effectiveness, usability, and integration potential in representative mission environments. This Phase will require delivery of substantial numbers of systems shortly after completing Phase 2. Prizes awarded in Phase 3 will take into account the direct user feedback of operational units as they train and test systems and capabilities provided by vendors. 

Note: Additional evaluation criteria may be applied during Phases 2 and any follow on Phases in response to changing operational end user needs.


Technical Capabilities List:


To maximize relevance and competitiveness, proposed solutions should align as closely as possible with the following system preferences and evaluation priorities:


Architecture: Phase 1 and beyond criteria

  • Standardization
  • Interoperability / modularity / openness

Cybersecurity & Compliance: Phase 1 and beyond criteria

Platform Characteristics (as applicable): Phase 1 and beyond criteria

  • Flight / operational performance
  • Electromagnetic interference (EMI) resilience / radio(s) used / means of communication and Command and Control in an EMI environment
  • Flight range and endurance
  • Cargo capacity
  • Modularity
  • Global Navigation Satellite System (GNSS) resilience and alternative navigation capabilities
  • Payloads (cargo and sensors the platform can host / platforms the payload can be hosted by / ability of software to work with multiple platforms)
  • Weatherproofing (ingress protection, or IP rating)
  • Setup / deployment time and effort
  • Available Size, Weight, and Power (SWaP) for additional Payloads (or SWAP required if “partial” solution or enabling payload) 
  • Relevance to geographic and climactic environments
  • Ability to supply at least 3 prototypes by the dates listed in the FAQ’s. Some capabilities will not need to have 3 prototypes due to their design or employment. If that is relevant to your submission, please note it. 

End user integration

  • Describe your procedures to collaborate with end users and integrate their feedback. 

Business & Market Analysis: Phase 1 and beyond criteria

  • Current production rate
  • Cost (provide a range of pricing to accommodate different volumes, payloads, training, and warranty options)
  • Ability to provide at least 3 fully operational examples by Day 1 of the DRM window your submission is for and 2 trained operators
  • Lifetime delivered sales of the proposed solution

Operator Feedback: Phase 2 and Phase 3

  • Ease of use
  • Learning curve
  • Ability to address current capability gaps
  • Impact on unit Tactics, Techniques, Procedures (TTPs)

Demonstrations at the event will occur in all relevant conditions and all submissions will be tested and operated by a designated team of DoW end users to the maximum extent possible. As with any test event, the possibility of damage or destruction exists. Companies understand that DoW and participants are not liable for accidents and will be required to sign a waiver to participate. 


To maximize participation, DIU will acquire a blanket exception to policy waiver for all participating submissions that require one.


Pitch Deck Submission Requirements:


Teams will submit a pitch deck outlining their solution that addresses the features above. Pitch decks should meet the following format requirements:

  • Sized 16:9 (1920x1080 pixels)
  • Horizontal presentation
  • PDF file
  • Maximum 8 slides plus 1 slide for each of the specific DRM’s you are applying to
  • Link to a recorded video of your solution in real life operation and using the functionality proposed.

If selected to attend the event, companies shall provide training documentation and materials ahead of time to allow at least three DoW operators to complete the recommended training before the event. 


There is no guarantee that submissions will be selected. If invited, companies may incur costs not covered by the Prize Award and should be willing and able to do so. 


Feedback to Phase 2 selectees will be provided at the conclusion of each Phase 2 DRM. 


NDAA compliance and cybersecurity will be verified if selected as a winner of the Prize Challenge before any sort of prototype contract will be issued. 


FAQ’s and additional details on the Design Reference Missions for demonstrations can be viewed in the FAQ’s. 


Background Information:


Information about DIU and the DIU Blue UAS List and Blue UAS Framework can be found here https://www.diu.mil/blue-uas


An example of cybersecurity evaluation that may be conducted on winning submissions can be found here: https://dronewolf.darkwolf.io/intro 


About the Defense Innovation Unit:

The Defense Innovation Unit (DIU) strengthens national security by accelerating the adoption of commercial technology in the Department of War and bolstering our allied and national security innovation bases. DIU partners with organizations across the DoW to rapidly prototype and field dual-use capabilities that solve operational challenges at speed and scale. With offices in Silicon Valley, Boston, Austin, Chicago and Washington, DC, DIU is the Department’s gateway to leading technology companies across the country.


Intellectual Property Considerations:

Applicants retain ownership of existing Intellectual Property (IP) submitted under this Challenge and agree that their submissions are their original work. Applicants are presumed to have sufficient rights to submit the submission. For any submission made to the Challenge, you grant DIU a limited license to use this IP for testing and evaluation for efforts specifically related to the Challenge. DIU will negotiate with individual competitors in the event additional usage, integration, or development is contemplated.


Other Transaction Authority:

This DIU Challenge public announcement is an open call to small businesses and non-traditional defense contractors seeking innovative, commercial technologies proposed to create new DoW solutions or potential new capabilities fulfilling requirements, closing capability gaps, or providing potential technological advancements, technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities improving commercial technologies, existing Government-owned capabilities, or concepts for broad Defense application(s). As such, the Government reserves the right to award a contract or an Other Transaction agreement for any purpose, to include a prototype or research, under this public announcement. The Federal Government is not responsible for any monies expended by the applicant before award and is under no obligation to pursue such Other Transactions.


Satisfying Competition Requirements:

This DIU Challenge Open Call Announcement is considered to have potential for further efforts that may be accomplished via FAR-based contracting instruments, Other Transaction Authority (OTA) for Prototype Projects 10 USC 4022 and Research 10 USC 4021, Prizes for advanced technology achievements 10 USC 4025, and/or Prize Competitions 15 USC 3719. The public open call announcement made on the DIU website is considered to satisfy the reasonable effort to obtain competition in accordance with 10 USC 4025(b), 15 USC 3719 (e) and 10 USC 4022 (b)(2). Accordingly, FAR-based actions will follow announcement procedures per FAR 5.201(b).


DIU reserves the right to cancel, suspend, and/or modify the Challenge, or any part of it, for any reason, at DIU’s sole discretion.

FAQs

FAQ section:


  1. Can problem descriptions and dates change?
    1. Yes. We will modify problem descriptions in response to changing end user needs and modify timelines as required to meet end users needs. We encourage you to monitor the website to remain abreast of any changes. Submissions received that do not align to updated problem descriptions or new timelines will not be considered.
  2. For additional context that discusses many of the underlying intentions behind Project G.I., please read Unleashing U.S. Military Drone Dominance by Kateryna Bondar from CSIS. This report outlines multiple recommendations around requirements, commercial sector R&D, warfighter involvement throughout the entire process, and procuring "good enough" solutions available now rather than technically "perfect" solutions available at some undetermined point in the future.
  3. Where can I submit additional questions not answered in this FAQ? 
    1. Questions can be submitted to project-gi@diu.mil. If relevant, answers will be posted to this FAQ.
  4. I have additional questions and want to talk to someone. 
    1. While Project G.I. remains open, no meetings with individuals or specific companies will be held on this topic in order to maintain a fair and competitive process. 
  5. Who will operate capabilities selected for Phases 2 and 3? 
    1. There will be a training period by companies for DoW operators beginning several days prior to the week of the demonstration events. To the maximum extent possible, military members will operate platforms. 
  6. Will there be follow on contracts?
    1. Being designated as a winner of a prize challenge under US Code 4025 makes your solution eligible for follow-on Prototype OTs. 
    2. There is no guarantee that any follow-on awards or contracts will be awarded. 
  7. What happens at the end of Phase 2? 
    1. Companies may be selected to continue to Phase 3 where they will provide capabilities and support to the partner unit over a period of 6-9 months for feedback and iterative product development. Additional prize funding will be awarded if selected for Phase 3. 
  8. If I’m already on the Blue UAS List, do I need to compete? 
    1. Yes. 
  9. Can I team up with a partner?
    1. The DoW understands vendors may not address all attributes in this solicitation fully; teaming proposals are welcome. Due to the preference to demonstrate within three months of this solicitation, preference will be given to individual or team solutions with demonstrated performance to date.
  10. Will proprietary solutions be accepted? 
    1. While a modicum of integration is always required, solutions that are walled off or require extensive time, labor, and expense to integrate additional third party options will not be considered. 
  11. What should I put in my proposal? 
    1. The criteria outlined in the AOI should be addressed. Key details should include size, weight, power, cost (SWaP-C), performance, ruggedness (e.g., IP rating), and ease of setup. Vendors should also outline delivery timelines, training plans, and their ability to scale production.
  12. I have a great idea but it’s not called out as needed in this solicitation. Should I submit it? 
    1. No. 
  13. Will I get feedback on my submission? 
    1. Individual feedback will be provided for submissions selected for Phases 2 and 3. 
    2. Industry wide feedback will be provided for common trends for success and failure of submissions selected / non-selected during Phase 1.
  14. Can I submit components to Project G.I.? 
    1. Yes, if they are relevant to the DRM’s described.
  15. Do I need to submit a full platform, or can individual components be submitted?
    1. Yes, at this point we anticipate adding components to the Blue UAS Framework and individual components can be submitted.
  16. When do the 3 fully operational examples need to be ready?
    1. They must be ready by the first day listed for Phase 2 for each of the DRM's you submit to.
  17. Is the production rate, costs and Lifetime delivered sales expected for the specific DRM product / solution? Or for all company offerings?
    1. This question refers to the specific DRM product / solution.
  18. What documents need to be submitted?
    1. You should submit a pitch deck, pdf format, with a maximum of 8 slides plus 1 slide for each specific DRM you are applying to and include a link to a video of your solution in real life operation using the functionality proposed.
  19. Will there be another Ask Me Anything (AMA)?
    1. We recommend following the DIU LinkedIn account for awareness of when future AMA's are scheduled.
  20. What are the specific weight / range / payload / endurance / etc. requirements you want?
    1. We are seeking solutions that address the problem sets as described. Solutions can encompass a wide range of variations on tangible metrics. The intent is to have commercial industry propose solutions in order to allow a competitive marketplace generate the most optimal solutions for end users rather than having the government dictate solution characteristics.
  21. Is there a preferred video submission solution?
    1. Evaluators from across the DoW will have to view the files over the period that the Prize Challenge remains open. Links must remain accessible throughout the entire period that your submission may be judged. Files also need to be accessible on DoW networks. If required, DIU can download video and provide access to DoW evaluators.
  22. Can non US firms participate?
    1. Yes, as long as they are not from a covered country.
  23. How were the DRM's chosen?
    1. They were developed by the partner units to deal with pressing and emerging problems they need to be capable of dealing with.
  24. Can portions of a submission occur across multiple submissions? For example, can an individual component be used across multiple platforms?
    1. Yes.
  25. You want solutions now, but you also say you "want companies to successfully develop, deliver, and sustain". What does that mean?
    1. Submissions need to be mission ready, but companies are also expected to make their solutions better over time. Iteration of capabilities in response to user feedback and a changing battlefield is what develop means-capabilities need to be thought of as a continuous journey, not a single static one time deliverable.
  26. What time do submissions have to be submitted for consideration?
    1. Submissions must be received by DIU no later than 2359 EST for the date listed for each DRM. Submissions not received in DIU's system by those times will only be considered for future DRM's.
  27. I want to submit a classified proposal. Is that ok?
    1. No. We will not accept classified submissions.
  28. How long can our presentation be?
    1. 8 slides, plus one additional slide for each DRM your proposal is relevant for. The counting of slides starts with the beginning of your presentation.
  29. Should I register with SAM.gov if my company is not already registered?
    1. Yes. In order to move on from Phase 2, SAM.gov registration is required.
  30. I'm having trouble submitting my proposal. What should I do?
    1. Follow the trouble shooting steps outlined here.


Design Reference Missions


Design Reference Mission #1 - Contested Spectrum Kinetic Employment

(Closed)

Design Reference Mission #2 - Expeditious Targeting Operations

(Closed)

Design Reference Mission #3: Frontier Dominance - See Farther, Last Longer, Stay Hidden

(Closed)


Design Reference Mission #4: Extreme Cold Weather ISR - Operate and Sense in Multi-domain Cold Weather Environments

Problem Statement

The Arctic and other cold regions are strategic landscapes where global powers vie for influence. To maintain a competitive edge, the U.S. military requires robust and reliable environmental assessment capabilities, particularly in challenging high-latitude environments and adverse weather conditions. As such, the Department of War is seeking solutions that enable dispersed forces within the Indo-Pacific Command (INDOPACOM) theater to sustain UAS related Intelligence, Surveillance, and Reconnaissance (ISR) operations,conduct shipboard launch and recovery despite low temperatures, minimal infrastructure, and confined launch and recovery.

Operating Environment: Solutions must function reliably in all geographic regions where the Polar Security Cutter, Arctic Security Cutter, and US Army cold weather operations are expected to operate. This includes extreme cold, gusting/high winds, low-temperature fogs, maritime salt-spray, and varying visibility conditions.


Key capabilities:


Modularity and Adaptability: The UAS should be designed with a modular payload system to easily accommodate different sensors and configurations depending on the specific mission requirements. This should include quick and tool-less sensor swapping capabilities.


Core Payload (Regardless of Mission)

These are essential payloads that should be included on all missions for safety, communication, and redundancy.

  • Communications Relay: A system to extend the range of radio communications between the cutter, other vessels, and personnel on the ground.
  • SATCOM (Satellite Communications): A satellite communication system for beyond-line-of-sight communication and data transfer.
  • Integrated Alternative Navigation Solution: A navigation system that can operate independently of GPS, using inertial measurement units (IMU), visual odometry, quantum, or other techniques.
  • Modular Payload Interface: A standardized interface (mechanical, electrical, data) for rapidly integrating and swapping different sensor payloads while easily and rapidly balancing the vehicle's center of gravity.

Desired Solution Attributes:

Launch:

  • Deployable by 1-2 servicemembers; other systems are also of interest.
  • Ability to launch from confined space and/or moving platform.
  • Capable of launch and recovery at density altitudes up to 8,000 feet.
  • Capable of shipboard launch and recovery, such as from shipboard helicopter landing pads, while employing minimal non-organic infrastructure.

Flight:

  • Achieve long-endurance, long-range flight – specifically, a flight range of at least 40 nautical miles and a flight duration of 8 hours – in ambient temperatures as low as -40°F.
  • Ability to take off and land in snowy, frozen conditions.
  • Navigation capability sufficient to return to the launch site, in daytime and nighttime, while receiving degraded GNSS signals and degraded magnetic signals, common at latitudes greater than 70°.  
  • Navigation and targeting capability, functional in a DDIL environment, nighttime, and while receiving degraded GNSS and magnetic signals common at latitudes greater than 70°.
  • Capable of flight in rainy conditions.

Observe:

  • Subcomponents and payloads capable of effectively performing in adverse weather conditions.

Recover:

  • Ability to land in uneven and icy/snowfield conditions.
  • Capable of landing on a confined space and/or moving platform.

Sustain:

  • Technologies that speed deployment, longevity of operations, or return to mission of cold weather and high altitude ISR systems, payloads, and subcomponents.

Note:

  • Vendors may be asked to team with or integrate other technologies into their system which would enhance their ability to effectively operate in the cold inclement weather.
  • Additional Foreign Governmental Partners allied to the interests of the United States may be directly involved during or after the prize challenge period.


Sample System Use Cases

Environmental Monitoring: UAS can be used to monitor ice floes, wildlife and wildlife habitats, and other environmental factors, providing valuable data to support conservation and management efforts.

Maritime Domain Awareness: UAS can be used to provide surveillance and reconnaissance of maritime traffic over vast areas, helping to detect and prevent illegal activities such as piracy, smuggling, and illegal fishing. 

Reconnaissance, Surveillance, and Target Acquisition (RSTA): Conduct surveillance, detection, classification, and identification (SDCI) of a wide range of targets of interest (TOI). Imagery and data generated by the UAS will be transmitted in real time to the host unit. At a minimum, the UAS will transmit imagery to other assets properly equipped to receive the data.

 

Ice Operations: UAS can be used to provide real-time imagery and data to support icebreaking operations, helping to identify the most effective routes and reduce the risk of damage to vessels or the environment.


Note: Partial solutions that enhance cold weather UAS operations will be accepted. For example, batteries or battery management systems capable of extreme cold weather operations, cameras able to function in polar conditions, software for alternative means of navigation, hybridized propulsion systems etc.