Innovation Funding Database

Choose Your Area of Innovation:

  • Advanced Materials & Manufacturing

  • Aerospace & Spacetech

  • Agtech & Foodtech

  • Artificial Intelligence & Machines Learning

  • Biotech

  • Cleantech & Climatetech

  • Cybersecurity

  • Defensetech & Dual-Use Tech

  • eXtended Reality

  • Healthtech

  • Medtech

  • Other Tech

  • Quantum & Photonics

  • Robotics & Autonomous Systems

Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

DIU: Robotic Exclusion & Engagement Framework (REEF)

Deadline: April 3rd

Funding Award Size: $500k -$2m

Description: Apply to the REEF CSO for funding to develop underwater detection, tracking, and defense systems for U.S. and UK applications. Deadline: 2026-04-03

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

Executive Summary:

The Robotic Exclusion & Engagement Framework (REEF) is a bilateral U.S.–UK Commercial Solutions Opening (CSO) seeking technologies to detect, track, classify, and defeat underwater threats such as AUVs, UUVs, and semi-submersibles targeting ports and critical waterways. Solutions can address individual components or provide a full system, with preference for approaches that can integrate into a broader REEF architecture.

Selected vendors will work directly with U.S. and UK government teams and must be prepared to integrate and conduct in-water testing within 90 days of award.

Application deadline: 2026-04-03 23:59:59 US/Eastern Time.

How much funding would I receive?

Not specified in the solicitation, but typically will lead to awards between $500k - $2m.

What could I use the funding for?

Funding supports development and demonstration across four REEF components:

1. Detect, Track, and Classify

  • Subsea detection (bearing, range, tracking data)

  • Multi-sensor tracking and classification (including AI/ML)

  • False alarm and clutter reduction

  • Sensors (e.g., sonar, EO/IR, acoustic, magnetic, fiber optic sensing)

  • Deployable fixed and mobile systems (USVs, UUVs, UAVs, buoys)

  • Open architecture, MOSA-compliant systems

2. Defeat Capabilities

  • Non-kinetic: nets, barriers, bubble curtains

  • Kinetic: payloads, directed energy, physical disruption

  • Decoy systems

3. Data and Network Architecture

  • Secure, near real-time data transmission

  • Encrypted systems compliant with DoD interfaces

4. COP/C2 (Command and Control)

  • Common Operating Picture integration or standalone tools

  • AI/ML decision support

  • Multi-modal sensor fusion (AIS, radar, RF, acoustic, EO)

Are there any additional benefits I would receive?

  • Direct path to follow-on production without further competition under 10 U.S.C. 4022(f)

  • Opportunity for adoption across multiple DoD organizations

  • Collaboration with U.S. and UK government teams

  • Participation in technical development sessions

  • Integration into a broader multi-vendor system

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

  • Application deadline: 2026-04-03 23:59:59 US/Eastern Time

Post-award requirements:

  • Participate in several week-long technical development sessions

  • Be ready for:

    • Integration with other systems within 90 days of Other Transaction award

    • In-water testing within that same timeframe

Where does this funding come from?

  • Commercial companies

  • U.S. and UK

  • Non-U.S. companies may apply, subject to export control compliance

Additional requirements:

  • Only one submission per vendor

  • Must clearly identify which REEF component(s) the solution addresses

Who is eligible to apply?

  • All sources capable of addressing the objectives of this CSO are eligible

Additional requirements:

  • Must comply with security requirements (including DoD classification guidance)

  • Must be able to operate in DoD cloud environments (IL5 with scalability to IL6)

What companies and projects are likely to win?

The government indicates preference for solutions that:

  • Show a credible path to a full REEF system

  • Are modular, scalable, and rapidly deployable

  • Comply with open architecture (MOSA)

  • Support the full Detect–Track–Classify–Defeat chain

  • Perform reliably in complex maritime environments

  • Can integrate with other vendors and systems

Both component-level and end-to-end solutions are encouraged.

Are there any restrictions I should know about?

  • Export Controls:

    • U.S. EAR and ITAR provisions apply (with UK-specific exemptions)

    • UK companies may use General Export Authorisation No. 001

    • Non-U.S. companies must comply with home-nation export laws

  • Submission limits:

    • Maximum 15 slides or 5-page whitepaper

    • Only one submission per vendor

  • Collaboration requirement:

    • Vendors must work with other vendors and government partners

How long will it take me to prepare an application?

  • Based on requirements:

    • A 15-slide or 5-page submission

    • Clear mapping to REEF components

This is structured for rapid preparation, especially for teams with existing technology.

How can BW&CO help?

  • Identify the strongest REEF component fit for your solution

  • Position your offering for system-level integration

  • Translate capabilities into clear defense outcomes

  • Ensure compliance with CSO format and evaluator expectations

  • Build a concise, high-impact submission (slides or whitepaper)

How much would BW&CO Charge?

We have both fractional engagements ($250 an hour) and full engagements ($9,000 + 5%) available.

Additional Resources

Review the solicitation here.

Read More
Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

ERDC: Geospatial Research Laboratory - Commercial Solutions Openings (CSO)

Deadline: June 30th, 2026

Funding Award Size: $500k - $5m

Description: Apply for the ERDC Geospatial Research Laboratory Commercial Solutions Opening (CSO) for innovative geospatial, mapping, remote sensing, and navigation technologies.

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

Executive Summary:

The Engineer Research and Development Center (ERDC) – Geospatial Research Laboratory (GRL) is accepting solutions through a Commercial Solutions Opening (CSO) for innovative geospatial, mapping, sensing, and navigation technologies that could improve Army mission capabilities.

This opportunity allows companies to propose commercial technologies, services, or R&D solutions aligned with ERDC-GRL research priorities such as 3D mapping, remote sensing, and terrain-based navigation.

Solutions must be submitted through 5PM CST, 30 June 2026 via the ERDCWERX submission portal. Proposals are evaluated quickly—often within 10 days of submission—making this a fast pathway for companies with relevant technology to secure government contracts.

How much funding would I receive?

Awards typically range from $500k - $5m. Key funding notes:

  • Funding availability is determined on a proposal-by-proposal basis.

  • The government may not have funds available for every technically selectable proposal.

  • Offerors are encouraged to provide flexible quantities or pricing options to maximize award potential.

All resulting awards will be firm-fixed-price contracts.

What could I use the funding for?

Funding supports commercial technologies, services, and research & development solutions that advance ERDC-GRL mission areas.

The solicitation lists six Areas of Interest (AOIs):

  • Mission Command decision environments

  • Establishing full-3D mapping capabilities

  • Building a holistic geospatial foundation

  • Remote sensing and mapping capabilities

  • Terrain-based positioning and navigation technologies

  • Earth system dynamics for situational understanding

Solutions may include:

  • New technologies

  • New applications of existing technologies

  • Commercial products adapted for government missions

  • Research and development projects

All proposed items and services are treated as commercial items under the CSO.

Are there any additional benefits I would receive?

This CSO provides several advantages compared with traditional government programs:

  • Fast evaluation timelines (often within 10 days of submission)

  • Ability to submit existing commercial technologies

  • Potential for prototype agreements, including Other Transaction Agreements (OTAs)

  • Opportunities to demonstrate technology during optional Demo Day or site visits

  • Collaboration with the government to develop the Performance Work Statement (PWS) before award

The government may also provide feedback to unsuccessful offerors at its discretion.

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

Key dates and timing from the solicitation:

  • Solution submission deadline: 5PM CST, 30 June 2026

  • Evaluation timeline: Generally completed within 10 days of submission

  • Awards: Issued after evaluation and price reasonableness determination

The CSO is structured as an open-continuous solicitation, meaning solutions can be submitted anytime before the deadline.

The government may use either:

  • One-step evaluation: direct award decision

  • Two-step evaluation: initial review followed by a virtual or in-person demonstration

Where does this funding come from?

Funding comes from the U.S. Army Engineer Research and Development Center (ERDC) through its Geospatial Research Laboratory (GRL).

ERDC conducts projects for:

  • Assistant Secretary of the Army (Acquisition, Logistics, and Technology)

  • Army Futures Command

  • U.S. Army Corps of Engineers

  • Other government organizations

The solicitation is issued under Department of Defense Commercial Solutions Opening authority.

Who is eligible to apply?

The following requirements are explicitly stated:

  • Offerors must be registered in the System for Award Management (SAM.gov).

  • Entities must be registered to bid on contracts, not just grants.

  • Offerors must provide a CAGE Code and Unique Entity ID in their submission.

All items, technologies, and services submitted under this CSO are treated as commercial items.

What companies and projects are likely to win?

The government evaluates proposals using three factors:

  1. Technical merit

    • Innovation of the solution

    • Feasibility of solving the agency challenge

  2. Importance to agency programs

    • Potential to enhance mission effectiveness

  3. Funds availability

Strong proposals typically demonstrate:

  • Clear alignment with an Area of Interest

  • Evidence the solution works in the commercial marketplace

  • Technical feasibility and practical application

  • Clear explanation of how the technology improves mission capabilities

Are there any restrictions I should know about?

Key restrictions include:

  • No classified data or sensitive information may be included in submissions

  • Proprietary information must be clearly marked

  • Prices must remain valid for at least 90 days after submission

  • Proposal documents must follow specific file naming conventions

  • SAM registration must match the company address listed in the proposal

  • The government may choose not to fund any proposals

Additionally, security requirements may apply for projects performed at military installations.

How long will it take me to prepare an application?

The application is designed to be relatively lightweight.

Required materials include:

Cover Letter (max 2 pages)
Must include:

  • Area of Interest

  • Team members

  • Solution validity date

  • Company overview

  • Contact information

  • CAGE code and DUNS

  • SAM registration screenshot

  • Relevant NAICS code

Technical Volume

  • Solution brief (max 5 pages)

  • Pitch deck (max 15 slides)

  • Optional 5-minute video demonstration

Price Volume

  • Proposed pricing

  • Delivery date or period of performance

Many companies can prepare submissions within a few weeks depending on readiness of materials.

How can BW&CO help?

BW&CO supports companies pursuing defense innovation and CSO opportunities like this one.

We help by:

  • Identifying the best Area of Interest alignment

  • Structuring your solution brief and pitch deck

  • Positioning your technology around Army mission needs

  • Building a compliant proposal package

  • Preparing your pricing and commercialization narrative

  • Supporting Demo Day preparation if invited

Our goal is to maximize your chances of selection while minimizing internal time spent on proposal preparation.

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.

Read More
Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

ERDC: Cold Regions Research and Engineering Laboratory - Commercial Solutions Openings (CSO)

Deadline: December 31st, 2026

Funding Award Size: $500k - $5m

Description: The U.S. Army ERDC Cold Regions Research and Engineering Laboratory (CRREL) is accepting proposals for innovative commercial technologies supporting cold-region operations.

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

Executive Summary:

The Engineer Research and Development Center (ERDC) Cold Regions Research and Engineering Laboratory (CRREL) is accepting proposals through Commercial Solutions Opening (CSO) Solicitation W913E526SC001 for innovative commercial technologies that advance cold regions science and engineering capabilities. The program seeks solutions across areas such as cold-region domain awareness, mobility and maneuver in extreme cold, ice operations, advanced materials, resilient energy systems, and cryospheric biochemical applications.

This is a rolling submission opportunity, meaning proposals are reviewed as they are received and awards may be issued shortly thereafter. The solicitation is open from 01 Jan 2026 through 31 December 2026, and submissions must be received through 5PM EST, the date of closing posted at the start of this solicitation. Companies are encouraged to submit early since funding decisions occur on a rolling basis.

How much funding would I receive?

Awards typically range from $500k - $5m. Key funding details stated in the solicitation:

  • Awards may be made as firm-fixed-price contracts.

  • The government may also award prototype agreements (e.g., Other Transaction Agreements) under 10 U.S.C. §4022 if deemed appropriate.

  • Funding availability is one of the evaluation factors, meaning some technically strong proposals may not receive awards if funding is unavailable.

Because no specific funding amounts are provided, the award value will depend on the proposed solution and available program funding.

What could I use the funding for?

Funding supports innovative commercial items, technologies, and services, including research and development, that advance cold-region capabilities.

Solutions should address one or more of the following research thrust areas:

  • Building Cold Region Domain Awareness

  • Enhancing Mobility and Maneuver in Cold Region Environments

  • Integrated Ice Operations

  • Advanced Materials Development and Applications in Extreme Cold Environments

  • Resilient Cold Region Energy Systems

  • Advancements in Cryospheric Biochemical Applications

“Innovative” is defined as:

  • A technology, process, or method that is new as of the date of proposal submission, or

  • A new application of an existing technology or method.

Solutions may include existing commercial technologies or new R&D approaches that improve mission capabilities.

Are there any additional benefits I would receive?

Potential benefits include:

  • Direct contracts with the U.S. Army / Department of Defense.

  • The possibility of prototype agreements (Other Transaction Agreements) when appropriate.

  • Opportunities to demonstrate technology to government evaluators if selected for a demonstration step.

  • Potential inclusion of proposals in a government “library” for future funding consideration if technically promising but unfunded initially.

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

Solicitation open period

  • 01 Jan 2026 through 31 December 2026

Submission deadline

  • Submissions must be received through 5PM EST, the date of closing posted at the start of this solicitation.

Review timeline

  • Proposals are reviewed as they are received.

  • Evaluation is generally completed within 10 days of submission, though it may take longer for complex submissions or high submission volumes.

Because this is a rolling solicitation, companies are encouraged to submit early rather than waiting for the final closing date.

Where does this funding come from?

Funding comes from the U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL).

CRREL executes projects on behalf of:

  • Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT))

  • Army Futures Command

  • U.S. Army Corps of Engineers

  • Other government organizations.

The CSO is authorized under Department of Defense Class Deviation 2022-O0007, allowing DoD organizations to procure innovative commercial solutions.

Who is eligible to apply?

The following requirements are explicitly stated:

  • Offerors must be registered in the System for Award Management (SAM.gov).

  • Entities must be registered to bid on contracts, not just grants.

  • Offerors must provide a CAGE Code and Unique Entity ID in their submission.

All items, technologies, and services submitted under this CSO are treated as commercial items.

What companies and projects are likely to win?

Proposals are evaluated using three primary factors:

  1. Technical merit

    • How innovative the solution is.

    • Whether the solution is technically feasible.

  2. Importance to agency programs

    • Whether the solution enhances the agency’s mission effectiveness.

  3. Funds availability

    • Whether sufficient funding exists to procure the solution.

Solutions are more likely to succeed if they:

  • Demonstrate clear innovation or a new application of existing technology.

  • Show commercial viability or existing market use.

  • Provide convincing evidence that the technology solves a real agency challenge.

Are there any restrictions I should know about?

Key restrictions include:

  • No classified or sensitive information may be included in submissions.

  • All proposal materials must be submitted as PDFs and the combined package must be 15 MB or less.

  • All prices must remain valid for at least 90 days after the response date.

  • Hardcopy submissions are not accepted; submissions must be made electronically.

Additionally:

  • The government may request additional documentation prior to award, including a contractor-developed Performance Work Statement (PWS).

  • The government reserves the right to select none of the submissions.

How long will it take me to prepare an application?

The proposal package is relatively lightweight compared to many federal R&D programs.

Required components include:

  • Cover Letter (max 2 pages)

  • Technical Volume

    • Solution brief (max 5 pages)

    • Pitch deck (max 15 slides)

    • Optional video demonstration (max 5 minutes)

  • Price Volume (no page limit)

Because of the short format and slide deck option, many companies can typically prepare a submission within a few weeks, depending on technical complexity.

How can BW&CO help?

BW&CO helps companies turn promising technologies into clear, competitive government submissions for CSO and BAA opportunities like this one.

We support clients by:

  • Translating technical solutions into government-ready proposal narratives

  • Developing the technical brief and pitch deck

  • Positioning your solution to align with CRREL’s Areas of Interest

  • Preparing the price volume and submission package

  • Managing submission through the ERDCWERX portal

Our goal is to help you present your innovation in a way that clearly demonstrates technical merit and mission impact.

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.

Read More
Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

ERDC: Construction Engineering Research Laboratory - Commercial Solutions Openings (CSO)

Deadline: October 30th, 2026

Funding Award Size: $500k - $5m

Description: The U.S. Army ERDC CERL Commercial Solutions Opening seeks innovative technologies in energy systems, robotics, additive construction, infrastructure management, and environmental monitoring.

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

Executive Summary:

The U.S. Army Engineer Research and Development Center (ERDC), Construction Engineering Research Laboratory (CERL) is seeking innovative commercial technologies, products, and services that support military infrastructure, energy systems, robotics, additive construction, environmental management, and facility lifecycle optimization.

This opportunity uses a Commercial Solutions Opening (CSO) to identify promising technologies that could later receive contracts if funding becomes available.

Companies must first submit a short solution brief describing their technology. If the government determines the solution is promising and funding is available, the company may be invited to submit a full proposal and potentially receive a contract.

Solution submissions will be accepted through 5PM CST, 30 October 2026, and companies may submit at any time prior to this deadline.

How much funding would I receive?

The document states that Areas of Interest generally have no known funding specifically available, and funding may become available later through Individual Program Requirements (IPRs).

If a solution is selected and funding is available, the government may request a full proposal and proceed toward an award.

Contracts issued under this solicitation will be firm-fixed-price. Awards typically range from $500k - $5m.

What could I use the funding for?

Funding would support technologies and services aligned with ERDC-CERL mission areas. The solicitation identifies the following Areas of Interest (AOIs):

Materials and Structures

  • Sustainable engineered wood, mass timber, and bio-structural building solutions

  • Bio-based building insulating and finishing solutions

Installation Energy

Technologies that improve energy and water efficiency and security, including:

  • Combined heat and power generation

  • Fuel cells and reformers

  • Renewable energy systems (wind, solar, hydropower)

  • Water treatment, recycling, and storage systems

  • Waste-to-energy technologies

Warfighter Engineering

  • Additive construction and deployable 3D printing systems

  • Autonomous material processing and construction equipment

  • Robotics for engineering operations

  • Autonomous terrain shaping and infrastructure inspection systems

Operational Energy

  • Hybrid power systems

  • Energy storage and monitoring technologies

  • Power generation systems

  • Energy management software and infrastructure

Training Lands and Heritage

  • Natural infrastructure condition assessment

  • Soil and plant monitoring systems

  • Environmental analytics and forecasting tools

Sustainment Management Systems

  • Facility lifecycle investment optimization tools

  • Building sensor analytics and digital infrastructure management

  • Risk-based decision systems for facility maintenance and modernization

Solutions may include research and development, products, technologies, or services, and they do not need to be commercially available at the time of submission.

Are there any additional benefits I would receive?

Companies selected under this CSO may receive:

  • Firm-fixed-price government contracts

  • Potential use of Other Transaction Authorities (OTAs) if appropriate

  • Collaboration with government teams to develop performance work statements (PWS) and project details

  • Opportunities to demonstrate technologies through virtual or in-person demonstrations

Additionally, solutions that are technically promising but lack immediate funding may remain in the government’s library for consideration for up to three years after submission.

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

Submission deadline

Solution submissions will be accepted through 5PM CST, 30 October 2026.

Application process

Step 1 – Solution Brief Submission

Companies submit a short package including:

  • Cover letter (maximum 2 pages)

  • Technical solution brief (maximum 5 pages)

  • Pitch deck (maximum 15 slides)

  • Optional 5-minute video

  • Pricing information

Step 2 – Government Evaluation

The government evaluates submissions based on:

  • Technical merit and innovation

  • Importance to agency programs

  • Availability of funds

Step 3 – Request for Full Proposal (if selected)

If the solution is selected and funding is available, the government may issue a Request for Proposal (RFP).

If funding is not immediately available, the solution may be retained for consideration for up to three years.

Companies whose solutions are not selected will generally be notified within 30 days of submission.

Where does this funding come from?

Funding comes from the U.S. Army Engineer Research and Development Center (ERDC), specifically the Construction Engineering Research Laboratory (CERL).

The program is administered under Commercial Solutions Opening (CSO) authority pursuant to DFARS 212.70.

Awards may be issued using:

  • FAR-based contracts

  • Other Transaction agreements (OTAs)

  • Other appropriate contracting vehicles

Who is eligible to apply?

The solicitation is issued on a full and open basis, meaning companies of any size may apply.

Applicants must:

  • Be registered in SAM.gov

  • Have a valid UEI and CAGE code

  • Be registered to bid on contracts, not just grants

Entities not properly registered in SAM at the time of award are not eligible to receive a contract.

What companies and projects are likely to win?

ERDC-CERL evaluates submissions based on three factors:

  1. Technical merit and innovation

    • The solution must represent a new technology, process, method, or new application of an existing technology.

  2. Importance to agency programs

    • The solution must demonstrate potential to improve the effectiveness of CERL mission areas.

  3. Funding availability

The government also encourages submissions that include:

  • Evidence of commercialization or market use

  • Demonstrations or full-scale examples

  • Visual materials such as diagrams or models

  • Real-world use cases showing feasibility

Are there any restrictions I should know about?

Key restrictions include:

  • Proposals must not contain classified data or sensitive information.

  • Proprietary information must be clearly marked.

  • Prices must remain valid for at least 90 days after the response date.

  • If the proposed solution is valued above $900,000 and the company is not a small business, the proposal must include a subcontracting plan prepared in accordance with FAR 19.704.

  • The government may conduct site visits or product demonstrations, but participation does not guarantee award.

How long will it take me to prepare an application?

The initial submission is relatively lightweight and typically includes:

  • 2-page cover letter

  • 5-page solution brief

  • 15-slide pitch deck

  • Pricing information

  • Optional 5-minute video

For most companies, preparing the initial submission typically requires a short proposal effort, though the solicitation does not specify a preparation timeline.

A more detailed proposal may be required later if the government requests a full solution proposal.

How can BW&CO help?

BW&CO can support your application by:

  • Determining which Area of Interest best fits your technology

  • Developing a high-impact solution brief and pitch deck

  • Positioning your technology around CERL’s evaluation criteria

  • Preparing the pricing volume and commercialization narrative

  • Supporting any full proposal or follow-on RFP request

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.

Read More
Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

MYSTIC DEPOT - Vendor-Agnostic AI Evaluation Infrastructure

Deadline: March 24th

Funding Award Size: $500k - $5m

Description: Apply for the DIU MYSTIC DEPOT opportunity to build vendor-agnostic AI evaluation infrastructure and benchmarks for national security missions.

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

Executive Summary:

The Defense Innovation Unit (DIU) is seeking commercial solutions for MYSTIC DEPOT: Vendor-Agnostic AI Evaluation Infrastructure, a capability to rigorously evaluate artificial intelligence systems used in national security contexts. The government wants infrastructure that can continuously test new AI models, agents, and human-AI teaming workflows against mission-specific benchmarks as AI capabilities evolve.

The solicitation closes on 2026-03-24 23:59:59 US/Eastern Time, and companies must submit a short solution brief through DIU’s Commercial Solutions Opening (CSO) portal before that deadline.

The government is seeking two types of capabilities:

  • Evaluation Harness Infrastructure that connects AI models to benchmarks and generates standardized evaluation results.

  • Benchmark Development and Methodology that defines how government-specific AI capabilities should be tested across classified and unclassified mission environments.

Prototype awards may lead directly to follow-on production contracts without further competition, which could significantly expand the size of the opportunity.

How much funding would I receive?

The solicitation states that awards will be issued as Prototype Other Transaction (OT) agreements under 10 U.S.C. 4022. Awards typically range from $500k - $5m.

What could I use the funding for?

Funding would support the development and demonstration of solutions addressing one or both of the following Lines of Effort (LOE):

LOE 1: Evaluation Harness

Infrastructure that enables standardized, reproducible evaluation of AI systems.

Key capabilities include:

  • Model Interface to connect diverse AI systems to the evaluation harness

  • Execution Engine for orchestrating evaluation workflows

  • Measurement and Scoring System for benchmarking model outputs

  • Human-in-the-loop evaluation to measure performance of human-AI teams

  • Output and reporting tools that export results in open, non-proprietary formats

  • Continuous monitoring and analytics for ongoing model performance tracking

  • Benchmark configuration management

  • Simulation of degraded or denied environments (DDIL)

  • Agentic AI evaluation for multi-step autonomous behavior

  • Adversarial testing and red-teaming

  • Multimodal evaluation including video and audio inputs

Solutions should also support:

  • Modular architecture

  • Containerized deployment

  • Deployment across unclassified, classified cloud, and air-gapped environments

  • Interoperability between evaluation infrastructure and benchmark content

  • Access controls and sensitive data protection

LOE 2: Benchmark Development and Methodology

Creation of mission-relevant AI evaluation benchmarks across unclassified, secret, and top secret workflows.

Benchmark development should address:

  • Mission capability requirements

  • Task decomposition into measurable evaluations

  • Realistic operational scenarios

  • Scoring criteria and interpretability

  • Baseline model performance

  • Validation of reliability and fairness

  • Resistance to benchmark gaming

  • Ongoing benchmark maintenance

Vendors must also provide training materials so government personnel can maintain benchmarks independently.

Are there any additional benefits I would receive?

Prototype awards may lead to direct follow-on production contracts without additional competition.

Potential follow-on activities include:

  • Deployment across additional classification levels and environments

  • Expansion of benchmark suites for new mission areas

  • Ongoing system maintenance and capability upgrades

  • Training and support for government personnel

The solicitation states that the follow-on production award may be significantly larger than the prototype OT agreement.

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

Submission deadline:
2026-03-24 23:59:59 US/Eastern Time

Application process:

  1. Companies submit a solution brief through the DIU submission portal.

  2. DIU reviews submissions and may invite selected companies to provide a pitch and full proposal.

  3. If selected, companies will negotiate the terms of a prototype OT agreement.

The solicitation states that DIU aims to respond within 30 days if it is interested in moving forward with a pitch.

Where does this funding come from?

The opportunity is issued by the Defense Innovation Unit (DIU) using the Commercial Solutions Opening (CSO) process.

Awards are made under the authority of 10 U.S.C. 4022, which allows the Department of Defense to issue Other Transaction (OT) agreements for prototype projects.

The solicitation references the DIU CSO HQ0845-20-S-C001, originally posted to SAM.gov on 23 March 2020.

The program is conducted in partnership with the Office of the Director of National Intelligence (ODNI).

Who is eligible to apply?

Eligible applicants include vendors that are eligible to receive an Other Transaction award in accordance with 10 U.S.C. 4022.

Companies should demonstrate expertise in areas such as:

  • AI evaluation methodology

  • Benchmark design and measurement

  • Security testing and adversarial AI evaluation

Preferred qualifications include:

  • Published research on evaluation methodologies

  • Contributions to AI evaluation frameworks or benchmarks

  • Collaboration with frontier AI labs

  • Experience working with government AI evaluation initiatives

  • Personnel with Secret clearance minimum (TS/SCI preferred) or the ability to obtain clearance

  • Experience deploying systems in DoD or Intelligence Community environments

  • Familiarity with national security mission contexts

  • Experience evaluating human-machine teaming performance

Vendors may apply individually or in partnership.

What companies and projects are likely to win?

The government is seeking solutions that demonstrate:

  • Proven expertise in AI evaluation infrastructure or benchmark development

  • Ability to support vendor-agnostic evaluation of diverse AI systems

  • Experience deploying technology in secure government environments

  • Capability to evaluate human-AI team performance

  • Infrastructure that supports agentic AI evaluation, adversarial testing, and multimodal inputs

Solutions should be designed for broad applicability across government programs, rather than optimized for a single use case.

Are there any restrictions I should know about?

Key restrictions include:

  • Submissions must be unclassified and contain no data above Controlled Unclassified Information (CUI).

  • Solution briefs must be PDF files under 10MB.

  • Briefs should be approximately:

    • 5 pages or fewer, or

    • 15 slides or fewer.

  • Vendors must comply with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019.

How long will it take me to prepare an application?

The application requires a solution brief describing your technology and how it meets the desired solution attributes.

Because the submission is limited to approximately 5 pages or 15 slides, most qualified teams can typically prepare a competitive submission within a short timeframe.

How can BW&CO help?

BW&CO helps startups and technology companies develop competitive DIU solution briefs and prototype proposals.

Support typically includes:

  • Interpreting the solicitation requirements

  • Positioning your technology against LOE 1 or LOE 2

  • Writing and designing the solution brief

  • Preparing technical narratives and evaluation plans

  • Preparing teams for DIU pitch sessions

  • Supporting negotiations for prototype OT agreements

Our goal is to translate your technology into language that aligns with DIU mission priorities and evaluation criteria.

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.

Read More
Broad Topic, Active Josiah Wegner Broad Topic, Active Josiah Wegner

DIU: AI Assisted Triage & Treatment Challenge

Deadline: March, 2nd 2026

Funding Award Size: $999k

Description: DIU AI Assisted Triage & Treatment Challenge. $999,000 prize pool. Responses due by 2026-03-02 23:59:59 US/Eastern Time. Potential Prototype OT.

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

Executive Summary:

The AI Assisted Triage & Treatment Challenge is a Defense Innovation Unit (DIU) prize challenge seeking portable, network-capable hemodynamic monitoring systems for forward combat medical environments. The goal is to enable real-time triage and predictive warning of dangerous physiological conditions in austere and Denied, Disrupted, Intermittent, and Limited (DDIL) settings.

Up to eight (8) finalists will share a $999,000 total prize pool and demonstrate at Sword 2026. Top performers may be invited to pursue a Prototype Other Transaction (OT) under 10 U.S.C. § 4022 without further competition.

Responses Due By: 2026-03-02 23:59:59 US/Eastern Time.

How much funding would I receive?

  • $999,000 total prize pool, split among up to eight (8) finalist companies.

  • Exact distribution per company is not specified.

  • DIU has approved a budget and execution plan to negotiate Prototype Other Transaction (OT) projects pursuant to 10 U.S.C. § 4022 following Sword 26.

  • The amount of any future OT award is not specified.

What could I use the funding for?

Prize funds are awarded through the Challenge.

If selected for a Prototype OT under 10 U.S.C. § 4022, funding would support development and prototyping of:

  • Portable, network-capable hemodynamic monitoring devices

  • Hardware, software, and networking components

  • Demonstration and battlefield testing (up to 30 systems expected for Phase 3 testing)

Specific allowable cost categories are not detailed in the announcement.

Are there any additional benefits I would receive?

Selected teams may receive:

  • Invitation to submit a Prototype OT proposal without further competition

  • Participation in Sword 2026 (May 8–12, 2026)

  • Engagement with DoW stakeholders and mission partners

  • Potential participation in future exercises

  • Consideration for scaling solutions into operational capabilities

DIU may assist in accelerating timelines for research approvals, subject to applicable processes and approvals.

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

Responses Due By: 2026-03-02 23:59:59 US/Eastern Time.

All dates are tentative and subject to change.

Prize Challenge Phases 1–3

  • Feb 17, 2026: Open Call Release

  • Feb 26, 2026: AMA Session (11:00 AM ET)

  • Mar 2, 2026: Open Call Submission Window Closes

  • Week of Mar 9, 2026: Semi-finalists Notified

  • Apr 7–8, 2026: Virtual Pitches & Interviews

  • Apr 10, 2026: Finalists Notified

  • May 8–12, 2026: Sword 2026 Demonstration Event

  • Week of Jun 8, 2026: Winners Announced

Prototype OT Phase

  • June 2026: Top performers from Sword 2026 may be invited to submit a proposal for a Prototype OT pursuant to 10 U.S.C. § 4022, without further competition.

Prize payment timing is not specified.

Where does this funding come from?

This Challenge is issued by the Defense Innovation Unit (DIU) in partnership with Project Manager Soldier Medical Devices and other Department of War (DoW) stakeholders.

Who is eligible to apply?

Eligibility includes:

  • Any U.S. or International Participants (subject to security screening before acceptance to finals)

  • Ability to demonstrate capabilities at a Department-determined test site in Europe by May 2026

  • Small businesses and non-traditional defense vendors are encouraged to apply

If advancing to Phase 4 (Prototype OT), teams must either:

  • Include at least one non-traditional defense contractor or non-profit research institution with significant participation, or

  • Ensure at least one-third of total OT costs are paid by parties other than the government

Companies must:

  • Register in SAM and obtain a CAGE code (if selected for a Prototype agreement)

Non-Traditional Defense Contractor definition is provided in accordance with 10 U.S.C 2302(9).

What companies and projects are likely to win?

The DoW seeks:

  • Portable, ruggedized, lightweight hemodynamic monitoring devices

  • Minimum 72-hour operation without recharge

  • Wireless data transmission

  • Predictive warning indicators for dangerous hemodynamic status

  • Usability by medical and non-medically trained personnel

  • Integration with DoW and allied systems (e.g., electronic health record, BATDOK, ATAK)

  • Cloud and on-premise functionality

  • Internal data logging for DDIL environments

Additional favorable attributes:

  • Extensibility to TCCC, CASEVAC, MEDEVAC, resupply

  • Rapid fielding capability and exportability to allies

  • Existing ATO or system-of-record certification

  • FedRAMP Moderate and DISA IL-5 (PA), with final product compliant with FedRAMP High

  • U.S. National Security Facility Clearance

  • Manufacturing capacity for up to 15,000 units in first production year

White papers are judged on:

  1. Introduction

  2. System Effectiveness

  3. Technical Feasibility

  4. System Scalability/Economics

  5. Commercial Viability

  6. Submission Quality

Are there any restrictions I should know about?

  • White paper limited to five (5) pages, 11-point Calibri, single-spaced

  • Must use provided template

  • Submit as PDF

  • Footnotes not permitted

  • References must be within page limit

  • Must acknowledge familiarity with DoW Ethical Principles for AI and DIU Responsible AI Guidelines

  • Must comply with 32 CFR 219 and DoDI 3216.02 if human subjects research is required

  • Medical devices must seek FDA 510(k) clearance (minimally in trauma patients) and receive clearance before procurement and fielding

  • Vendors with cloud solutions must meet FedRAMP and DISA IL requirements as stated

  • DIU reserves the right to cancel, suspend, or modify the Challenge

How long will it take me to prepare an application?

Preparation time will depend on:

  • Maturity of your technical solution

  • Readiness to address regulatory (FDA), security (FedRAMP, DISA IL-5), and manufacturing scale requirements

  • Ability to align with Responsible AI Guidelines

How can BW&CO help?

BW&CO can support you by:

  • Assessing eligibility and OT strategy

  • Structuring your white paper against the six evaluation criteria

  • Positioning your solution for both prize selection and follow-on Prototype OT

  • Clarifying Responsible AI, regulatory, and security alignment narratives

  • Preparing you for the April 7–8, 2026 pitch event

Our goal is to help you compete not just for the prize pool, but for the potential 10 U.S.C. § 4022 Prototype OT without further competition.

How much would BW&CO Charge?

We have both fractional engagements ($250 an hour) and full engagements for submitting application ($9,000) available.

Additional Resources

Review the solicitation here.

Read More
Inactive, Broad Topic Josiah Wegner Inactive, Broad Topic Josiah Wegner

DIU: Runway Independent Maritime & Expeditionary Strike (RIMES)

Deadline: February 27, 2026

Description: Apply to DIU’s Runway Independent Maritime & Expeditionary Strike (RIMES) opportunity. Prototype OT funding for long-range unmanned aerial systems. Deadline: February 27, 2026 at 23:59:59 US/Eastern Time.

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

Executive Summary:

This is a DIU Commercial Solutions Opening (CSO) that invites companies with novel unmanned aerial systems (UAS) capable of providing long-range strike support for naval surface combatants—without relying on large runways or flight decks—to submit a solution. It is a fast, flexible path to a prototype Other Transaction (OT) award that could potentially lead to follow-on production contracts across the U.S. Department of Defense. Proposals are due February 27, 2026 at 23:59:59 US/Eastern Time.

How much funding would I receive?

The DIU CSO does not specify a fixed award amount on the posting. Instead, selected vendors typically negotiate a prototype Other Transaction (OT) agreement. Funding levels vary based on solution complexity and scope, and successful prototype awards can lead to larger follow-on production arrangements.

What could I use the funding for?

You may propose funding for:

  • Technical development of a long-range UAS capability that meets the challenge criteria

  • Prototyping of vehicle hardware, autonomy software, and integration with naval systems

  • Test, evaluation, and demonstration efforts

  • Integration and safety risk reduction activities

  • Personnel, materials, subcontractors, and other direct costs aligned with system delivery and prototype execution

DIU’s focus is mission-relevant prototyping that can be transitioned rapidly to DoD users.

Are there any additional benefits I would receive?

If your prototype is successful:

  • You may be considered for follow-on production contracts or agreements that do not require further competitive procedures, under 10 U.S.C. 4022(f).

  • DIU’s CSO process provides strategic exposure and faster contracting than traditional DoD pathways.

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

Submission Deadline: February 27, 2026 at 23:59:59 US/Easternsubmit solution brief by this time.

After submission:

  • DIU reviews briefs and may invite you to pitch or submit a full proposal.

  • Prototype OT awards are typically executed weeks to a few months after selection, depending on evaluations and negotiations.

Where does this funding come from?

This solicitation is run by the Defense Innovation Unit (DIU) — a Department of Defense organization that accelerates commercial technology adoption for national security missions. It uses Other Transaction Authority (OTA) to award prototype agreements directly to commercial tech companies.

Who is eligible to apply?

  • U.S. and foreign owned businesses are generally eligible; eligibility specifics are governed by the broader CSO requirements.

  • Companies must register in SAM.gov and obtain a CAGE code prior to award if not already registered.

  • A CMMC Level 2 (Self) cybersecurity posture is required before award.

DIU encourages commercial entities of all sizes — including first-time defense contractors — to submit solutions.

What companies and projects are likely to win?

Strong candidates will offer a UAS that:

  • Operates without runways or large flight decks

  • Has ≥1400 NM one-way range with a ~1000-lb payload of standard naval munitions

  • Integrates with existing combat systems

  • Demonstrates mission autonomy and resilience in contested environments

  • Offers cost-effective, maintainable, and scalable approaches

  • Supports rapid prototyping and field demonstration within 12 months

Projects that show technical maturity, clear operational benefit, and transition readiness are most competitive.

Are there any restrictions I should know about?

  • Solutions must meet DIU CSO format and content requirements, typically not exceeding five pages or fifteen slides.

  • CMMC Level 2 (Self) compliance is required before award.

  • Any award will include compliance with applicable laws such as Section 889 NDAA requirements.

How long will it take me to prepare an application?

  • A compliant Solution Brief should take a few weeks of focused effort to develop, including company overview, technical description, risk assessment, and linkage to challenge attributes.

  • For competitive positioning, start well before the deadline to refine mission relevance and prototype feasibility.

How can BW&CO help?

BW&CO can help you:
Translate your technical capabilities into a competitive DIU solution brief.
Strategize on Line of Effort selection and demo readiness.
Prepare compliance documentation and security coordination plans.
Draft a high-impact live demonstration plan that aligns with DIU and DoD expectations.

How much would BW&CO Charge?

We have an hourly rate to strategize, review, and edit applications of $250.

Additional Resources

Review the solicitation here.

Read More
Inactive, Broad Topic Josiah Wegner Inactive, Broad Topic Josiah Wegner

DIU: Counter UAS Sensing for Homeland and Mobile Defense

Deadline: February 26, 2026

Description: DIU seeks commercial counter-UAS sensing solutions for homeland and mobile defense. Solution briefs due February 26, 2026 at 23:59:59 ET.

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

Executive Summary:

The Defense Innovation Unit (DIU) seeks commercial sensing solutions to detect, track, and classify small unmanned aerial systems (sUAS) for fixed homeland defense and mobile tactical use. This Commercial Solutions Opening (CSO) is urgent due to evolving UAS threats, and responses are due by February 26, 2026 at 23:59:59 US Eastern Time. Selected companies may be invited to a Phase 2 live demonstration at Yuma Proving Ground (AZ) in Spring 2026 — at the company’s expense — making quick readiness and regulatory compliance essential.

How much funding would I receive?

DIU does not list a specific award amount on the submission page. As a CSO, funding typically depends on the solution’s relevance and negotiation between DIU, the DoD sponsor, and the vendor — often structured as an Other Transaction (OT) prototyping agreement. Follow-on production awards can be significantly larger if the prototype is successful.

What could I use the funding for?

Prototypes should deliver scalable, survivable, life-saving sUAS sensing capabilities in two categories:
• Line of Effort 1 — Homeland Defense Sensing:

  • Persistent fixed-site sensing near population centers and congested airspace.

  • Must include a radar sensor with high-performance detection, tracking, and classification.
    • Line of Effort 2 — Mobile Tactical Sensing:

  • Resilient, low-signature systems that operate stationary and on-the-move in GNSS-denied or contested environments.
    Proposals must demonstrate technical performance, integration paths, and operational readiness.

Are there any additional benefits I would receive?

• Rapid engagement with the U.S. Department of Defense through DIU’s CSO process.
• Potential transition to follow-on production contracts without further competition if your prototype meets success criteria under 10 U.S.C. 4022(f) authority.
• Exposure to DoD partners and Program Managers at demonstration events (e.g., Yuma Proving Ground).

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

• Solution briefs due: February 26, 2026 @ 23:59:59 US Eastern Time.
• Phase 2 live demonstration: Planned for Spring 2026 at Yuma Proving Ground, AZ.
Funding awards are typically announced after Phase 1 evaluation and negotiation, which can occur within DIU’s standard 60-90 day CSO window once a solution is selected for full proposal submission.

Where does this funding come from?

This project is funded by the U.S. Department of Defense (DoD) and administered by the Defense Innovation Unit (DIU) through its Commercial Solutions Opening (CSO) process, leveraging Other Transaction Authority (OTA).

Who is eligible to apply?

Any commercial entity or individual with a mature sensing solution or applicable commercial-ready technology can respond. DIU encourages both established defense contractors and nontraditional vendors to submit.

What companies and projects are likely to win?

Competitively favored proposals will:
• Address either or both LOEs fully and clearly.
• Demonstrate proven sensing performance (e.g., range, tracking, classification).
• Provide integration paths with DoD systems and readiness for live demonstration.
• Be commercially mature or near production — especially for Homeland Defense sensing.

Are there any restrictions I should know about?

  • If selected for live demonstrations, companies must coordinate security protocols (varies for U.S. vs. non-U.S. citizens) and supply a DD Form 1494 with the Phase 1 proposal.

  • Proposals must comply with DoD cybersecurity frameworks (e.g., RMF and ATO).

  • Nontraditional defense contractors may enable faster OT awards; traditional contractors might need a cost share per DIU CSO rules.

How long will it take me to prepare an application?

Expect 2–6 weeks to prepare a compelling solution brief depending on:
• Technical readiness of your system.
• Teaming arrangements and integration plans.
• Supporting data on detection performance.
• Required compliance forms (e.g., DD 1494).

How can BW&CO help?

BW&CO can help you:
Translate your technical capabilities into a competitive DIU solution brief.
Strategize on Line of Effort selection and demo readiness.
Prepare compliance documentation and security coordination plans.
Draft a high-impact live demonstration plan that aligns with DIU and DoD expectations.

How much would BW&CO Charge?

We have an hourly rate to strategize, review, and edit applications of $250.

Additional Resources

Review the solicitation here.

Read More
Inactive, Broad Topic Josiah Wegner Inactive, Broad Topic Josiah Wegner

DIU - Containerized Autonomous Drone Delivery System (CADDS)

Deadline: February 17, 2026 at 23:59:59 US/Eastern Time

Funding Award Size: $300K to $5M+

Description: Apply for DIU funding for containerized autonomous drone delivery systems. OT prototype contracts with DoD. Deadline Feb 17, 2026.

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

Executive Summary:

DIU’s Commercial Solutions Opening (CSO) solicitation PROJ00637 — Containerized Autonomous Drone Delivery System (CADDS) seeks innovative commercial solutions to enable rapid deployment and autonomous operation of large numbers of unmanned aerial systems (UAS) from containerized platforms. This opportunity closes February 17, 2026 at 23:59:59 US Eastern Timeurgent submission recommended.

How much funding would I receive?

The exact award amount is not specified online. DIU typically awards prototype contracts under Other Transaction (OT) authority, with budgets determined during negotiation based on solution scope and DoD partner need. Follow-on production contracts may be possible if the prototype is successful.

What could I use the funding for?

This solicitation is looking for solutions that:

  • Enable rapid, large-scale UAS deployment from containerized platforms.

  • Automate storage, launch, recovery, and refit for multi-agent systems.

  • Provide rapid transport and emplacement using military/commercial vehicles.

  • Support resilient command and control interfaces and open architecture integration.

  • Reduce human operator burden and minimize required crew size.

You’d be expected to demonstrate capabilities within ~90 days of award.

Are there any additional benefits I would receive?

  • Potential follow-on production contracts without additional competition under 10 U.S.C. § 4022 if the prototype succeeds.

  • A fast-moving path into Department of Defense fielding and contracting.

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

  • Proposal Deadline: February 17, 2026 @ 23:59:59 US/Eastern.

  • DIU typically reviews solution briefs first, then invites selected teams to pitch/submit full proposals (often within ~30 days).

  • Prototype projects are generally expected to be demonstrable within ~90 days of award.

Where does this funding come from?

DIU is part of the U.S. Department of Defense, focused on accelerating commercial tech adoption for defense applications. Funding is administered under Other Transaction (OT) authority — a flexible contracting approach outside traditional FAR rules.

Who is eligible to apply?

U.S. and international vendors are eligible to respond.

  1. To use an OT agreement, requirements of 10 U.S.C. § 4022 must be satisfied (e.g., contributions by nontraditional defense contractors, small business participants, or cost sharing).

What companies and projects are likely to win?

Competitive submissions will:

  • Clearly align with rapid autonomous UAS deployment at scale.

  • Demonstrate modularity, open architecture, and operational utility.

  • Show ability to reduce human operator burden and handle austere environments.

  • Present clear pathway to meet the ~90-day demonstration target.

Are there any restrictions I should know about?

Compliance with Section 889 of the John S. McCain NDAA is required for award.

  1. IP is generally retained by the company, with negotiated DoD use rights.

  2. OT agreements have specific cost-sharing and contractor status rules under 10 U.S.C. § 4022.

How long will it take me to prepare an application?

  • Solution briefs are typically ~5 pages (or ~15 slides) and can be prepared in 1–3 weeks with focused effort.

  • Full proposals (if invited) will require detailed technical and project execution plans.

How can BW&CO help?

BW&CO can assist with:

  • Crafting solution briefs that clearly align with DIU’s mission and review criteria.

  • Developing full OT proposals with technical, cost, and operational plans.

  • Strategizing for rapid prototype demonstration and DoD transition pathways.

How much would BW&CO Charge?

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

Review the solicitation here.

Read More
Inactive, Broad Topic Josiah Wegner Inactive, Broad Topic Josiah Wegner

DIU - Sensors and Seekers For Fire Control

Deadline: February 17, 2026 at 23:59:59 US/Eastern Time

Funding Award Size: $300K to $5M+

Description: Funding for development of advanced sensor and seeker systems for interceptor fire control against ballistic and hypersonic threats.

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

Executive Summary:

Act now — Responses due February 13, 2026 at 23:59:59 US/Eastern for Deorbit as a Service, a high-priority Defense Innovation Unit (DIU) Commercial Solutions Opening (CSO) to solve a strategic orbital debris and space sustainability challenge. This solicitation funds scalable autonomous technologies that can deorbit unprepared satellites safely and reliably, reducing orbital congestion and enabling future space operations. This is a rare fast-paced opportunity to partner with the U.S. Department of Defense (DoD) using flexible Other Transaction Authority with potential follow-on production contracts without further competition — massive market potential.

You’ll submit a Solution Brief that directly addresses specific detection, tracking, and discrimination capabilities using commercial sensing technologies. If selected, DIU can award a Prototype Other Transaction (OT) agreement and potentially a follow-on production contract if the prototype is successful.

How much funding would I receive?

DIU does not publicly list a fixed award size on this solicitation page. Funding amounts for DIU prototype OT agreements vary based on technical scope and negotiated project budgets with selected vendors.

What could I use the funding for?

Funding may be used to develop and demonstrate prototypes that meet the Government’s technical needs, including:

A. Sensor System Development

  • LIDAR/LADAR, EO/IR, RF, or combined modalities that enable high-fidelity detection, tracking, and discrimination under extreme conditions.

B. Fire Control Enablement

  • Systems capable of providing real-time, fire-control-quality tracking data (range, angular resolution, update rates) for engagements against ICBMs or hypersonic glide vehicles.

C. Prototyping & Demonstrations

  • Bench-top or lab demonstrations within ~6–9 months.

  • On-orbit demonstrations as a hosted payload within ~12–24 months (if applicable).

Are there any additional benefits I would receive?

Yes. Commercial companies participating through DIU can gain:

  • Access to DoD customers and mission partners who care about real outcomes.

  • A potential follow-on production contract without a new competition after satisfactory prototype completion (per 10 U.S.C. §4022(f)).

  • Exposure to broader government adoption via Success Memos that other DoD entities can use.

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

  • Application Deadline:
    🔹 February 17, 2026 at 23:59:59 US/Eastern Time

    Typical DIU CSO timeline:

    • Solution Brief submission → evaluation

    • ~30 days to get invited to pitch if selected

    • Contracts negotiated and awarded typically within ~60–90 days after selection (varies).

    Prototype execution milestones generally include lab demos within 6–9 months and potential on-orbit demos within 12–24 months, as outlined by this project.

Where does this funding come from?

The funding is provided through the Department of Defense (DoD) via the Defense Innovation Unit (DIU) using its Commercial Solutions Opening (CSO) process under Other Transaction (OT) Authority (10 U.S.C. 4022).

Who is eligible to apply?

U.S. and international vendors with relevant sensor and seeker technologies.

  • Companies must satisfy OT authority requirements per 10 U.S.C. 4022(d) (e.g., participation of nontraditional firms, small business involvement, or non-government funding share).

No specific size, revenue, or TRL ceiling is listed, but solutions must be technically relevant and commercially viable.

What companies and projects are likely to win?

Winners will propose solutions that demonstrate:

  • High-performance sensing and discrimination across threat scenarios.

  • Commercially scalable designs (design for manufacturability and low unit cost).

  • Plan for integration into aerospace or space platforms.

  • Capacity to meet aggressive prototyping timelines.

Companies offering modular, commercially producible systems that leverage dual-use technology trends have a competitive edge

Are there any restrictions I should know about?

Must comply with 10 USC 4022 OT authority requirements for award eligibility.

  • All submissions must certify no Controlled Unclassified Information (CUI) unless expressly allowed.

  • Awarded agreements will include compliance language for Section 889 of the 2019 NDAA.

How long will it take me to prepare an application?

Most DIU Solution Briefs are 5 pages or ~15 slides and should specifically address the challenge and key solution attributes. Preparation time depends on your level of readiness but planning 2–6 weeks to align technical, programmatic, and compliance content is reasonable.

How can BW&CO help?

BW&CO can support you to:

  • Translate DIU requirements into a winning Solution Brief that aligns with your tech and DoD’s need.

  • Craft compelling narrative for detection, tracking, and fire-control relevance.

  • Map technical milestones and prototyping costs for rapid award.

  • Prepare compliant attachments (e.g., SAM/SAM.gov, CAGE, IP/Section 889 compliance).

How much would BW&CO Charge?

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

Review the solicitation here.

Read More
Inactive, Broad Topic Josiah Wegner Inactive, Broad Topic Josiah Wegner

DIU - Deorbit as a Service

Deadline: February 13, 2026 at 23:59:59 US/Eastern

Funding Award Size: $300K to $5M+

Description: Funding for autonomous satellite deorbit, space sustainability, rendezvous & proximity operations

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

Executive Summary:

Act now — Responses due February 13, 2026 at 23:59:59 US/Eastern for Deorbit as a Service, a high-priority Defense Innovation Unit (DIU) Commercial Solutions Opening (CSO) to solve a strategic orbital debris and space sustainability challenge. This solicitation funds scalable autonomous technologies that can deorbit unprepared satellites safely and reliably, reducing orbital congestion and enabling future space operations. This is a rare fast-paced opportunity to partner with the U.S. Department of Defense (DoD) using flexible Other Transaction Authority with potential follow-on production contracts without further competition — massive market potential.

How much funding would I receive?

The BAA does not specify a fixed award size; funding will depend on DIU’s evaluation and negotiation of selected prototypes under the CSO. Awards are issued as Prototype Other Transaction (OT) agreements and can scale into larger production contracts if prototypes meet performance milestones.

What could I use the funding for?

This funding is intended to support:

  • Development of scalable deorbit systems (hardware + software).

  • Rapid prototyping and integrated testing within 18–24 months.

  • Safety & CONOPS development for rendezvous, proximity ops, and deorbit.

  • Risk-mitigation engineering for non-cooperative satellite interaction.

  • Commercial-ready production and launch planning.

Are there any additional benefits I would receive?

Yes — strategic advantages include:

  • Fast DIU prototype contracting using Other Transaction Authority.

  • Potential for follow-on production contracts without a new competitive process upon successful prototype completion.

  • Direct DoD engagement and visibility.

  • Entry into the defense space ecosystem with future technology transition opportunities.

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

  • Application Deadline: February 13, 2026 at 23:59:59 US/Eastern — no extensions guaranteed.

  • Phase 1 Evaluation: Review of Solution Briefs.

  • Phase 2 (if selected): Pitch & potential invitation to full proposal.

  • Prototype Award: Typically within weeks/months after Phase 2 selection.

  • Prototype Delivery: 18–24 months expected.

Where does this funding come from?

Funding is provided through the Defense Innovation Unit (DIU) under the DoD’s Commercial Solutions Opening (CSO) process, using Other Transaction Authority (OTA) that enables rapid non-FAR contracting to prototype commercial solutions relevant to national security.

Who is eligible to apply?

U.S. and international companies can submit.

  1. Must satisfy 10 USC §4022(d) conditions for OT eligibility: significant nontraditional contribution or required small business participation, or non-government cost share.

  2. Companies without a CAGE code must register in SAM.gov early.

What companies and projects are likely to win?

Solutions that demonstrate:

  • System-level capability for autonomous deorbit operations.

  • Proven hardware + software maturity suitable for prototyping/launch.

  • Clear safety and fault-management plans.

  • Commercial scalability and cost-efficient operations.

  • Collaborative readiness with government and commercial partners.

Are there any restrictions I should know about?

Your Solution Brief must be PDF, ≤10MB with recommended ~5 pages or ~15 slides.

  1. Data must not exceed Controlled Unclassified Information unless certified.

  2. Must comply with Section 889 of the FY2019 NDAA (restricting certain telecom equipment).

How long will it take me to prepare an application?

Preparation time varies by team readiness:

  • Fast track: 1–2 weeks with existing conceptual materials.

  • Full brief + detailed CONOPS: 3–6+ weeks if ramping from scratch.

Given the February 13 deadline, start now — opportunities like this are rare and high impact.

How can BW&CO help?

BW&CO can:

  • Convert your technology narrative into a winning Solution Brief tailored for DIU evaluation criteria.

  • Advise on risk mitigation, CONOPS articulation, and transition planning to increase award likelihood.

  • Support teaming strategies with complementary partners to bolster competitiveness.

How much would BW&CO Charge?

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

Review the solicitation here.

Read More
Inactive Josiah Wegner Inactive Josiah Wegner

DIU Project Janus – Advanced Nuclear Microreactor Power Plant Prototyping

Deadline: December 15, 2025

Funding Award Size: $20 Million+

Description: The U.S. Army and DIU seek commercial partners to design, prototype, and deliver first-of-a-kind (FOAK) and second-of-a-kind (SOAK) Microreactor Power Plants (MPP) capable of providing continuous, resilient, 30-year nuclear power for military installations and defense missions. Demonstrations must occur on a U.S. Army installation by 2030.

Executive Summary:

Project Janus is soliciting commercial solutions to design, prototype, and deploy advanced nuclear Microreactor Power Plants (MPPs) that can provide continuous, resilient power across Army installations. Awarded vendors will prototype both a First-of-a-Kind (FOAK) and a Second-of-a-Kind (SOAK) MPP, leading to potential follow-on production and long-term power purchase agreements. Solution Briefs are due December 15, 2025, so companies should begin preparing ASAP.

How much funding would I receive?

DIU does not publish fixed award amounts, but nuclear prototyping OTAs typically fall within the multi-million to tens-of-millions range, depending on complexity and vendor contributions.

Importantly, DIU OTAs can lead directly to large follow-on production contracts or long-term electricity PPAs without further competition, enabling far greater lifetime contract value.

What could I use the funding for?

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. 

Are there any additional benefits I would receive?

Beyond direct prototype funding, awardees gain substantial strategic advantages:

Government Validation & National Credibility
Winning a DIU/Army nuclear award signals unmatched credibility in defense nuclear innovation. This accelerates alignment with primes, utilities, and capital markets.

Path to Long-Term, Non-Dilutive Revenue
Successful prototypes can transition into 30-year Power Purchase Agreements, production OTAs, or FAR contracts, representing massive long-term revenue potential.

Increased Market Visibility
Awardees gain visibility across DoD, DOE, and national energy/security communities—often resulting in media coverage and faster customer traction.

Supply Chain & Regulatory Acceleration
Participation provides exposure to Army regulators, national labs, nuclear fuel providers, and defense-focused supply chain partners—accelerating commercialization beyond the defense market.

Higher Exit and Valuation Potential
Nondilutive support for FOAK/SOAK nuclear builds significantly increases company valuation, technical defensibility, and acquisition potential for defense, energy, and infrastructure buyers.

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

  • Solution Brief Due: December 15, 2025

  • DIU Review: ~30 days for down-select

  • Phase 2 Pitch: Invitation-only, early 2026

  • Full Proposal (Phase 3): Following successful pitch

  • Prototype Awards: Rolling upon approval and funding availability

  • FOAK Operation Goal: Before end of 2030

  • SOAK Development: Begins near completion of FOAK design

Where does this funding come from?

Project Janus is funded through the U.S. Army and executed under the Defense Innovation Unit's Commercial Solutions Opening (CSO) process. Awards are made using Other Transaction Agreements (OTAs) under 10 U.S.C. § 4022 (formerly § 2371b).

Who is eligible to apply?

U.S. and foreign-owned commercial companies

  • Companies proposing fission-based microreactor designs

  • Teams including reactor designers, fabricators, integrators, fuel cycle partners

  • Vendors able to provide private financial contributions (projects relying solely on government funds are not eligible)

  • Vendors able to comply with Section 889 and Army nuclear regulatory requirements

Multiple submissions and teaming arrangements are allowed.

What companies and projects are likely to win?

Competitive applicants will:

  • Demonstrate credible, deployable microreactor designs at TRL/MRL levels suitable for FOAK prototyping

  • Present a robust plan for 30 years of operations, including refueling or replaceable module strategies

  • Show credible nuclear supply chain access for fuel, components, and safety-critical systems

  • Provide a realistic path from FOAK → SOAK → Nth-of-a-kind commercialization

  • Demonstrate ability to meet Army regulatory requirements under AR 50-7

  • Provide private cost share or financial contributions, as required in Phase 2

  • Address cybersecurity, safety, passive safety features, and natural hazard requirements

  • Show strong corporate viability and commercial market strategy (a key DIU evaluation factor)

Are there any restrictions I should know about?

  • Remote or wireless operation of the MPP is not allowed; control room must be on-installation

  • Vendors may not contact Army installations

  • All proposals must be unclassified; CUI is not allowed

  • Foreign-owned firms must be able to secure necessary clearances

  • Vendors must address implications of fuel as GFE vs. vendor-supplied

  • Submissions must comply with Army radiation exposure limits and 10 CFR 20

  • Private financing participation is required to advance to Phase 2 and Phase 3

How long will it take me to prepare an application?

For a first-time applicant, preparing a competitive solutions brief will take 50-75 hours in total.

How can BW&CO help?

Our team specializes in complex federal R&D proposals and can:

  • Triple your likelihood of success through proven strategy and insider-aligned proposal development

  • Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations

  • Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.

How much would BW&CO Charge?

Our full service support is available for the Solution Brief for $5000. Pitch & Full proposal quoted upon invitation.

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

View the Solicitation Here.



Read More
Inactive Josiah Wegner Inactive Josiah Wegner

Adaptive Manufacturing and Integration at Scale (10^n)

Deadline: November 21, 2025

Funding Award Size: $20 Million+

Description: Seeks commercial solutions to prototype and demonstrate responsive, adaptive, and scalable production methods—including digital design, AI-enabled software, 3D printing, CNC, automated molding, and software-defined manufacturing—to strengthen and expand the U.S. domestic space supply chain. The goal is to achieve on-demand production of space systems and components at scale (hundreds per month, thousands per year), enabling a resilient, agile, and commercially viable industrial base capable of supporting defense and dual-use space missions.

Executive Summary:

The Department of War (using the DIU Commercial Solutions Opening process) is seeking commercial prototypes that demonstrate responsive, adaptive, and scalable production methods (e.g., digital design, AI-enabled software, 3D printing, CNC, automated molding, software-defined manufacturing) to create a resilient domestic space supply chain capable of on-demand production at unprecedented scale.
Responses are due by November 21, 2025, meaning companies should begin preparing today and seek additional help in order to meet this deadline.

How much funding would I receive?

Funding levels are not pre-set. Awards are made under Other Transaction (OT) authority, which allows the government to negotiate prototype agreements of varying scale based on project scope and relevance. Vendors selected for Phase 2 will provide a Rough Order of Magnitude (ROM) cost estimate. Follow-on production contracts—potentially of significantly larger magnitude—may be awarded without further competition if the prototype is successful.

What could I use the funding for?

Background and Problem Statement: The current domestic space supply chain, is oriented towards low-volume, exquisite production of bespoke components for highly specialized spacecraft. This model involves long lead times, high costs, and minimal bench stock. Suppliers are typically small and specialized entities that produce components in units of tens, not hundreds or thousands.

This legacy approach cannot meet current demand, which is driven by a dramatic increase in heavy lift launch capacity, cadence (trending towards a launch every day),  and the need for proliferated satellite architectures. The existing exquisite supply chain will not scale without significant government investment and is unlikely to achieve the production levels needed to support the warfighter in times of conflict.

In response, the Department of War (DoW) is seeking commercial solutions to address production rate and capacity challenges in the U.S. space supply chain. This initiative aims to leverage digital design, AI-enabled software, adaptive manufacturing, and agile testing to rapidly produce dual- use space systems on demand and at commercial scale. Developing responsive, scalable and affordable  space systems is critical for maintaining U.S. technological leadership in the space domain.

The Desired Solution and Key Objectives

The DoW seeks commercial solutions to prototype and demonstrate responsive and adaptive production methods (e.g., design for manufacturing (DFM), artificial intelligence (AI), 3D printing, computer numerical control (CNC), automated molding, software-defined manufacturing) with the goal of creating a resilient, adaptive, and agile domestic space supply chain capable of on-demand production at an unprecedented scale.

Key objectives include:

  • Achieve economies of scale in the U.S. space supply chain 

  • Disrupt DoW’s dependence on exquisite sources of parts requiring long lead times

  • Demonstrate on-demand production rates of hundreds of units per month (10²/mo) to thousands per year (≥10³/yr).

  • Team commercial suppliers, advanced manufacturers, and defense integrators to address critical supply chain shortfalls as appropriate.

  • Accelerate the advancement of space manufacturing readiness level (MRL).

  • Employ an agile Design-Build-Test and Validate/Qualify iterative process to retain technological relevance.

Participant Roles

We will form teaming arrangements from the down-selected companies to collectively meet the needs of this AOI through an iterative process of digital design, adaptive building, operational test, and independent qualification.

Companies applying should identify with one of the following roles:

  • Defense Integrators: Defense contractors with a successful history of executing DoW contracts for system-level production units (e.g., spacecraft, aerospace systems).

  • Adaptive Manufacturers: Established companies experienced in scaling design-to-production throughput, including smart factories and agile supply chains.

  • Disruptive Innovators: Companies of any size that have developed disruptive technologies or manufacturing capabilities that enable economies of scale (e.g., unique software, robotics, AI algorithms).

Success will be measured by the DoW’s ability to demonstrate substantial economies of scale in the mass production and integration of critical space components and systems.

Mandatory Attributes: 

  • Must have an established production capability (e.g. technology, process, or facility) to meet the specified production rates (10²/mo or 10³/yr).

  • Must be able to collaborate digitally throughout all prototype phases.

  • Must be agile and able to source components at the speed of relevance.

  • Defense Integrators must be willing to team with selected commercial companies.

Desired Attributes for Compelling Solutions:

  • Ready to produce key elements of flight-ready hardware within 3 months of the award.

  • Designed for autonomous operation.

  • Produced domestically or via friendly foreign supply chains.

  • Responsive and cost-effective at production scale.

  • Solutions should be commercially viable independent of this specific government use case.

Product/Capabilities Exemplars

There are known critical space manufacturing supply chain bottlenecks and these challenges range from Tier 1 Systems, Tier 2 Sub Systems, Tier 3 Assemblies, Tier 4 Components and Parts, or Tier 5 Hardware and Materials. Examples include, but are not limited to, propulsion tanks, power supplies, star trackers, thrusters, rad-hard electronics, batteries, modems, crypto, harnesses, and/or domestic commodities production for space applications. It is anticipated that defense integrators include discussion of Tier 1 and Tier 2 supply chain bottleneck solutions while adaptive manufacturers and disruptive innovators can highlight specific Tier 3, 4, and 5 products/capabilities they consider candidates for this CSO.  Capabilities that enable scaled production rates (10²/mo or 10³/yr) are an example.  

Are there any additional benefits I would receive?

Beyond the direct funding, participation offers major strategic advantages:

Government Validation and Credibility:
Selection through the DIU CSO process signals that your company’s industrialized construction approach meets urgent defense infrastructure modernization goals. That endorsement strengthens credibility with defense primes, base infrastructure offices, and private investors.

Enhanced Market Visibility and Notoriety:
Awardees gain visibility through DIU announcements, government communications, and defense industry press—establishing your firm as a recognized innovator in resilient military housing and off-site manufacturing.

Follow-On Production Opportunities:
Successful prototypes can transition directly to follow-on production agreements without further competition, potentially unlocking multi-installation, multi-year build programs.

Nondilutive Growth and Exit Value:
Winning an OT award provides nondilutive capital and validation, often leading to higher valuations and stronger acquisition potential for defense and construction-tech firms.

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

  • Phase 1 Submission Deadline: November 21, 2025 (11:59 PM ET)

  • Phase 2 Pitches

  • Phase 3 Full Proposals

  • Awards: Prototype OT agreements are often executed within 60–90 days of selection under the above process.

Where does this funding come from?

Funding is provided through the Department of War (DoW) under the Defense Innovation Unit (DIU) using Other Transaction (OT) authority (10 U.S.C. § 4022). This allows flexible, competitive awards to commercial vendors outside of traditional Federal Acquisition Regulations (FAR).

Who is eligible to apply?

Eligible applicants include:

  • Defense Integrators – Established DoD contractors capable of system-level production and integration.

  • Adaptive Manufacturers – Companies experienced in high-throughput, smart, or autonomous production systems.

  • Disruptive Innovators – Any company (including startups and SMEs) offering breakthrough technologies that enable large-scale or cost-efficient production, such as AI-driven design or robotic manufacturing.

What companies and projects are likely to win?

Defense Integrators:

  • Have a track record of successful DoD system-level production (e.g., spacecraft or aerospace systems).

  • Present clear plans to integrate adaptive manufacturers and innovators into their production pipelines.

  • Address Tier 1 and Tier 2 bottlenecks such as propulsion systems, payload integration, or power architectures.

  • Demonstrate the ability to rapidly qualify and field flight-ready units at scale.

Adaptive Manufacturers:

  • Operate established or emerging smart factories capable of scaling throughput from tens to hundreds or thousands of units per year.

  • Showcase agile, AI-enabled, or software-defined production methods (e.g., CNC automation, additive manufacturing, digital twins).

  • Emphasize cost-efficient, domestic, and responsive production capacity.

  • Target Tier 3 and Tier 4 assemblies or components where scale and speed are critical.

Disruptive Innovators:

  • Bring novel technologies or processes that could redefine production economics (e.g., new materials, robotics, or design automation tools).

  • Demonstrate a path to integration with larger production ecosystems via teaming with integrators or manufacturers.

  • Highlight proof-of-concept or prototype performance showing transformative potential for space manufacturing readiness.

  • Focus on Tier 4 and Tier 5 hardware and materials, such as rad-hard electronics, sensors, or propulsion subcomponents.

Are there any restrictions I should know about?

  • All production must be domestic or via allied supply chains.

  • Companies must comply with ITAR and DoD security requirements.

  • Participants must be able to share and collaborate digitally throughout prototype phases.

  • Defense integrators are required to team with selected commercial companies.

How long will it take me to prepare an application?

For a first-time applicant, preparing a competitive solutions brief will take 50-75 hours in total.

How can BW&CO help?

Our team specializes in complex federal R&D proposals and can:

  • Triple your likelihood of success through proven strategy and insider-aligned proposal development

  • Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations

  • Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.

How much would BW&CO Charge?

Our full service support is available for the Solution Brief for $5000. Pitch & Full proposal quoted upon invitation.

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

View the Solicitation Here.



Read More
Inactive Josiah Wegner Inactive Josiah Wegner

Barracks Resilience Through Industrialized Construction (BR-IC)

Deadline: November 25, 2025

Funding Award Size: $20 Million+

Description: Supports development of industrialized, modular, and advanced-manufacturing construction solutions that can deliver high-quality, sustainable, and energy-resilient military barracks on accelerated timelines—reducing design and build cycles by 30% and costs by 20% or more compared to traditional methods.

Executive Summary:

The Department of War, through the Defense Innovation Unit (DIU), is soliciting proposals under its Commercial Solutions Opening (CSO) process for the Barracks Resilience Through Industrialized Construction (BR-IC) initiative. This effort seeks to prototype and scale advanced manufacturing and modular construction solutions to modernize and rebuild military barracks that are energy-efficient, durable, and rapidly deployable.
Responses are due by November 25, 2025, meaning companies should begin preparing today and seek additional help in order to meet this deadline.

How much funding would I receive?

Funding levels are not pre-set. Awards are made under Other Transaction (OT) authority, which allows the government to negotiate prototype agreements of varying scale based on project scope and relevance. Vendors selected for Phase 2 will provide a Rough Order of Magnitude (ROM) cost estimate. Follow-on production contracts—potentially of significantly larger magnitude—may be awarded without further competition if the prototype is successful.

What could I use the funding for?

Problem Statement

The Department of War (DoW) faces a critical challenge in modernizing its aging infrastructure, particularly barracks, which continue to degrade due to poor environmental conditions, structural inefficiencies, and outdated building systems. Issues such as mold, pests, and inadequate HVAC performance directly affect the health, safety, and morale of service members, ultimately diminishing force readiness and retention.

Current military construction (MILCON) processes are characterized by lengthy design cycles, fragmented delivery models, and escalating costs. These legacy approaches cannot meet the speed or scalability required to align infrastructure modernization with operational tempo and strategic readiness goals.

Secretary of War Pete Hegseth, in announcing the formation of the Barracks Taskforce on October 7, emphasized this urgency: “How can we expect them to be ready for anything on the battlefield when their own living space is a constant source of stress and frustration?”

To address these challenges, the DoW seeks to prototype and scale advanced manufacturing and industrialized construction (IC) solutions capable of delivering high-quality, energy-efficient, and resilient facilities at accelerated timelines and reduced lifecycle costs. The objective is to establish repeatable, modular design and construction methodologies that can be rapidly deployed across installations—improving quality of life and ensuring the warfighter’s environment matches the standard of excellence expected on the battlefield.

Desired BR-IC Solution Objectives 

DIU is seeking vendor solutions from the commercial sector that directly address the challenges listed above. 

The Department is seeking a transformative approach to military construction, one that leverages controlled factory environments to shift significant portions of work off-site. This model enables automation, mechanization, and digital precision, allowing for simultaneous site preparation and module fabrication while ensuring superior consistency and quality. The result is accelerated delivery, improved cost predictability, and durable, high-performance structures that enhance warfighter readiness both domestically and abroad.

Through this effort, DIU aims to prototype IC solutions for repeatable military facility types, showcasing how commercial innovation can revolutionize defense construction. These prototypes will demonstrate how industrialized building methods can deliver faster timelines, reduced costs, and resilient, scalable infrastructure that meets the evolving demands of the DoW.

Proposed vendor solutions should address the following:

  • Innovative IC building methodologies, such as volumetric modular, hybrid, and Kit of Parts

  • Structure(s) that are adaptable for a variety of geographical locations, both domestic and international

  • Organization of specialized roles that often are siloed in traditional construction which need to come together to effectively implement Industrialized Construction, organized into project delivery lifecycle: Design, Manufacturing, Assembly, and onsite construction

  • Advanced manufacturing methodologies that can deliver high-quality barracks that ensure both performance and durability

  • Faster delivery by reducing design and build timelines 30% or more compared to traditional construction. Proposed structure(s) must be capable of being designed, reviewed, and approved within a 9 to 12 month time frame

  • Greater cost predictability by reducing design and construction costs by 20% or more as compared to traditional construction

  • A comprehensive prototype that encompasses BR-IC design, manufacturing, and building methodologies while employing advanced manufacturing techniques

  • Adaptable designs for barracks.

  • Process Efficiency: Describe in as much detail as possible, the vendor’s unique BR-IC process, through design and prototyping, as well as estimates for increased efficiencies in terms of scale, cost, and deliverability

  • High Performance Sustainable Buildings: Buildings must be energy resilient high performance sustainable buildings and validated by a third-party certification

Complementary Capabilities

In addition, the DoW is interested in the following optional complementary capabilities:

  • Utilities: Vendors may propose solutions that consider Enhanced Use Leases, Intergovernmental Support Agreement (IGSA), Energy Resilience Contracts and/or Power Purchase Agreements 

  • Finance: Vendors may propose private capital investment, with little or no government upfront capital investment. For example, proposals may leverage third party/private financing, either independently or through a public private partnership

  • Owned, Operations and Maintenance Services: Vendors may propose post-construction building operations and maintenance services

Vendors are requested to provide BR-IC design, manufacturing, and construction solution briefs that include the following; 

  • Effective cost and schedule control in all phases (design, manufacturing, construction, integration, performance and servicing) 

  • Provide design construction process improvements

  • Demonstrate the use of technology/AI to provide a scalable, faster, and reliable aid to design efforts

  • Ensure design for manufacturing and assembly 

DoD building standards are typically established by the Whole Building Design Guide (WBDG) and DoD Unified Facility Criteria (UFC). Vendors are free to propose alternative means of ensuring building longevity, life/safety requirements, and force protection standards are met.

Vendor Solution Brief Submission Options

Vendors have flexibility in how they submit their solution briefs, which can be proposed either independently or through a teaming arrangement:

  1. Teaming: Vendors (e.g., Design/Build Firms, Design/Build Joint Ventures) are permitted to submit proposals as part of a team.

  2. Scope of Objectives: Vendor or vendor teams may submit a solution brief that addresses one, multiple, or all of the BR-IC objectives.

  3. Complementary Capabilities: Vendor or vendor teams may also submit a solution brief that focuses exclusively on one or more of the complementary capabilities.

Expectations 

The successful vendor(s),or team will work collaboratively with DoW personnel to meet the following expectations: 

  • Design, manufacture, construct, and commission BR-IC 

  • Develop detailed project requirements to meet objectives 

  • Submit detailed proposal(s) for completing the design, manufacturing and construction for barracks

  • Develop and negotiate design, manufacturing and construction agreements 

  • Perform quality control and collaborate with DoW quality management personnel

    • Functions of quality control will be the responsibility of the vendor

    • Functions of quality assurance will reside with the DoW

  • Vendor(s) must have the ability to conduct the projects at DoW installations in CONUS and/or OCONUS

Desired solutions should demonstrate relevant and verified experience, as well as descriptions of past examples of designing and constructing BR-IC commercial buildings that are energy efficient with reduced life cycle costs.

Vendors or vendor teams are to provide examples and descriptions of designing and building three completed IC projects within the past 10 years with each project value exceeding $20,000,000. Past building projects must include achievement of sustainable third-party certification. 

The selected vendors/teams will initially demonstrate these approaches by designing, constructing, and commissioning new building(s); some examples include: 

(a) AND/OR ~100,000 SF for ~160 rooms (~300 personnel) multi-story Barracks

(b) AND/OR ~440,000 SF for a 600 room (1200 personnel) multi-story Student Housing

(c) AND/OR ~100,000 SF for 200 rooms (200 personnel) multi-story Unaccompanied Personnel dormitory 

Are there any additional benefits I would receive?

Beyond the direct funding, BR-IC participation offers major strategic advantages:

Government Validation and Credibility:
Selection through the DIU CSO process signals that your company’s industrialized construction approach meets urgent defense infrastructure modernization goals. That endorsement strengthens credibility with defense primes, base infrastructure offices, and private investors.

Enhanced Market Visibility and Notoriety:
Awardees gain visibility through DIU announcements, government communications, and defense industry press—establishing your firm as a recognized innovator in resilient military housing and off-site manufacturing.

Follow-On Production Opportunities:
Successful prototypes can transition directly to follow-on production agreements without further competition, potentially unlocking multi-installation, multi-year build programs.

Nondilutive Growth and Exit Value:
Winning an OT award provides nondilutive capital and validation, often leading to higher valuations and stronger acquisition potential for defense and construction-tech firms.

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

  • Phase 1 Submission Deadline: November 21, 2025 (11:59 PM ET)

  • Phase 2 Pitches

  • Phase 3 Full Proposals

  • Awards: Prototype OT agreements are often executed within 60–90 days of selection under the above proce

Where does this funding come from?

Funding is provided through the Department of War (DoW) under the Defense Innovation Unit (DIU) using Other Transaction (OT) authority (10 U.S.C. § 4022). This allows flexible, competitive awards to commercial vendors outside of traditional Federal Acquisition Regulations (FAR).

Who is eligible to apply?

This opportunity is open to both U.S. and international vendors across allied nations. To receive an OT award, companies must satisfy 10 U.S.C. § 4022(d) by demonstrating at least one of the following:

  • Significant participation from a nontraditional defense contractor.

  • All participants are small businesses.

  • At least one-third of project cost is funded with non-Federal sources.

What companies and projects are likely to win?

  1. Teams with verified IC delivery experience: three completed IC projects in the last 10 years, each >$20M, with sustainability certification.

  2. Solutions demonstrating repeatable, modular IC methodologies that:

    • Cut design/build timelines by ≥30% (capable of 9–12 month design/review/approval),

    • Improve cost predictability by ≥20%, and

    • Deliver durable, energy-resilient, high-performance facilities across CONUS/OCONUS.

  3. Organizations showing integrated capability across Design → Manufacturing → Assembly → On-site construction, strong quality control, and scalable delivery.

Are there any restrictions I should know about?

  • Companies must be registered in SAM.gov prior to award.

  • Proposals must comply with CSO HQ0845-20-S-C001 evaluation criteria.

  • Vendors must meet DoD building standards (Whole Building Design Guide and Unified Facility Criteria) or propose equivalent alternatives ensuring durability and force protection.

  • Projects will be conducted at DoW installations in CONUS and/or OCONUS locations.

How long will it take me to prepare an application?

For a first-time applicant, preparing a competitive solutions brief will take 50-75 hours in total.

How can BW&CO help?

Our team specializes in complex federal R&D proposals and can:

  • Triple your likelihood of success through proven strategy and insider-aligned proposal development

  • Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations

  • Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.

How much would BW&CO Charge?

Our full service support is available for the Solution Brief for $5000. Pitch & Full proposal quoted upon invitation.

Fractional support is $300 per hour.

For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.

Additional Resources

View the Solicitation Here.



Read More