H92240-26-S-C001 Naval Special Warfare Command Commercial Solutions Opening (CSO)

Below is a brief summary. Please check the full solicitation before applying (link in resources section).

Executive Summary:

Naval Special Warfare Command (NSWC) has released Commercial Solutions Opening (CSO) H92240-26-S-C001 to rapidly acquire innovative unmanned systems (UxS) capabilities for Special Operations Forces (SOF).

NSWC intends to award FAR-based Firm-Fixed-Price contracts and/or Other Transaction (OT) Agreements under 10 U.S.C. §§ 4021–23 to support:

  • “UxS as a Service” subscription-based solutions

  • First Person View (FPV) ISR operations

  • FPV Kinetic operations

This is a multi-phase competitive process running throughout 2026/2027.

Deadlines:

  • AOI 1 submissions are due 25 January 2026.

  • AOI 2 and AOI 3 submissions are due 9 January 2026, 9 April 2026, 9 July 2026, and 9 October 2026.

If you have a deployable UxS platform, FPV ISR capability, or FPV kinetic solution with strong production readiness and compliance posture, this is an active acquisition pathway—not just research funding. Early submission increases the likelihood of engagement and Phase II selection.

How much funding would I receive?

The solicitation does not specify award amounts, funding ceilings, number of awards, or total program value.

Awards may be made as:

  • FAR Part 12 Firm-Fixed-Price contracts

  • Other Transaction (OT) Agreements under 10 U.S.C. 4022–23

Multiple awards may be made if solutions meet technical criteria and funds are available.

If an OT Prototype Project is awarded, there is potential for a noncompetitive follow-on production agreement under 10 U.S.C. 4022(f), subject to successful prototype completion.

What could I use the funding for?

Funding is intended to deliver operational unmanned system capabilities to NSWC and SOF operators.

AOI 1: “UxS as a Service”

Subscription-based models providing:

  • Complete UxS systems

  • Platforms and payloads

  • Communications and data transfer equipment

  • Software, AI, PED systems

  • Command and Control (C2) software and AI

  • Launch/recovery systems

  • Attachments and modular components

  • Updates, upgrades, training, maintenance, and spare parts

Offerors must clearly define:

  • Number of systems available

  • Delivery speed and replenishment rate

  • Interoperability with C2 systems

  • Modular Open Systems Approach compliance

  • Regulatory and compliance posture

AOI 2: FPV ISR Operations

Solutions that improve individual operator situational awareness using FPV systems capable of:

  • Locating, identifying, and reporting targets

  • Multi-mission ISR configurations

  • Advanced ease-of-use and operational capability

AOI 3: FPV Kinetic Operations

FPV systems that enable operators to kinetically engage targets, including:

  • Configurable ISR/kinetic capability

  • Payload flexibility

  • Advanced control modes

Technical characteristics of interest include:

  • 0m–50K operational distance

  • 45–60 minute duration

  • Autonomous capability

  • Swarm and saturation capability

  • GNSS resilience

  • EMI resilience

  • Maritime launch capability

  • Waterproof ISR sUAS sub-surface launch

  • Modular payload integration

  • Ability to supply at least three (3) prototypes (if applicable)

The period of performance should generally be no greater than 12 months unless otherwise negotiated.

Are there any additional benefits I would receive?

This CSO offers:

  • Direct access to NSWC and USSOCOM experimentation venues

  • Potential collaborative Statement of Work development

  • Eligibility for OT prototype awards

  • Potential follow-on noncompetitive production agreements

  • Possible external Venture Capital interest from strategic Government partners

Solutions are treated as commercial items under DFARS 212.70.

What is the timeline to apply and when would I receive funding?

Phase I – Solution Brief (White Paper / Scout Card)

Submit via Vulcan.

Deadlines:

  • AOI 1: 25 January 2026

  • AOI 2 & AOI 3: 9 January 2026, 9 April 2026, 9 July 2026, 9 October 2026

Government aims to provide:

  • Phase I evaluation response within 45 days after submission

  • Phase II evaluation notification within 30 calendar days of the demonstration/experimentation

Phase II – Demonstration / Pitch

  • Conducted at NSWC or USSOCOM venues

  • At offeror’s expense

  • Must provide ROM pricing and schedule

  • May require at least three (3) operational units and two (2) trained operators

Phase III – Proposal

  • Invitation-only

  • Collaborative SOW development

  • Contract/OT negotiation

The solicitation does not specify award issuance timing beyond these evaluation targets.

Where does this funding come from?

Funding comes from:

  • Naval Special Warfare Command (NSWC)

  • United States Special Operations Command (USSOCOM)

  • Department of War (DoW) (as referenced in the solicitation)

Awards are made under:

  • FAR Part 12

  • 10 U.S.C. §§ 4021–23 (Other Transaction Authority)

Who is eligible to apply?

Eligible applicants include:

  • Traditional defense contractors

  • Non-traditional defense contractors (as defined in 10 U.S.C. 2302(9))

  • Foreign-owned businesses (independently or via teaming with U.S.-owned businesses)

Requirements:

  • Registration in SAM.gov

  • Registration in WAWF for invoicing

  • Ability to meet export control requirements (if applicable)

  • All Phase I submissions must be unclassified

Note: Some Phase II discussions may require personnel clearances depending on venue.

What companies and projects are likely to win?

Solutions will be evaluated individually based on:

Technical

  • Merit and feasibility

  • Relevance to AOI

  • Ability to address vulnerabilities

  • Innovation (as defined under DFARS 212.7001)

Importance to Agency Programs

  • Operational relevance

  • Business viability

  • Commercial viability

Affordability

  • Price and budgetary considerations

Strong candidates will demonstrate:

  • Production readiness

  • Supply chain transparency

  • Compliance with NDAA and regulatory requirements

  • Modular, interoperable architectures

  • Clear operational utility to SOF

The Government reserves the right to move directly to award without demonstration.

Are there any restrictions I should know about?

  • Phase II participation is at the offeror’s expense.

  • Costs of preparing submissions are not reimbursed.

  • Technical data may require export approvals.

  • Compliance may include:

    • NDAA compliance

    • Remote ID

    • FAA/ICAO/DoW compliance

    • Cybersecurity

    • Insurance/liability

  • Submissions must not exceed five (5) pages for Phase I Solution Brief (12-point font).

  • Only a warranted Contracting or Agreements Officer can obligate the Government.

How long will it take me to prepare an application?

Phase I submission requirements:

  • Maximum five (5) pages

  • 12-point font

  • Concise, substantive response

  • Technical and business overview

  • Capability differentiators

  • Readiness timeline

  • Rough Order of Magnitude schedule and budget

For companies with a mature UxS product and clear business model, preparation time is typically measured in weeks rather than months.

How can BW&CO help?

BW&CO can:

  • Position your UxS or FPV capability against the correct AOI

  • Refine your five-page Solution Brief to align with NSWC evaluation criteria

  • Strengthen innovation framing under DFARS 212.7001

  • Develop ROM pricing strategy

  • Prepare you for Phase II demonstration requirements

  • Support OT negotiation strategy and Phase III proposal development

This is an operational acquisition pathway. Positioning and clarity matter.

How much would BW&CO Charge?

We have both fractional engagements ($250 an hour) and full engagements ($13,000 + 5%) available.

Additional Resources

Review the solicitation here.

Next
Next

OUSW-R&E/P&E Joint Rapid Fielding Activity