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
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.
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.
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:
Teaming: Vendors (e.g., Design/Build Firms, Design/Build Joint Ventures) are permitted to submit proposals as part of a team.
Scope of Objectives: Vendor or vendor teams may submit a solution brief that addresses one, multiple, or all of the BR-IC objectives.
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?
Teams with verified IC delivery experience: three completed IC projects in the last 10 years, each >$20M, with sustainability certification.
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.
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.