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
AFRL - Multi-Spectrum Defensive Electronic Warfare (MSDEW) Advanced Research Announcement (ARA)
Deadline: Rolling Submission Deadline
Funding Award Size: $20M–$100M
Description: AFRL MSDEW ARA offers $20M–$100M awards for electronic warfare, sensor fusion, and defense systems. Rolling calls open through 13 JULY 2027.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
This is a rolling Air Force Research Laboratory (AFRL) Advanced Research Announcement (ARA) for the Multi-Spectrum Defensive Electronic Warfare (MSDEW) program. It does not accept proposals directly—you must apply through future “calls” released under this ARA.
The ARA remains open for calls until 13 JULY 2027. Each call will define its own requirements, funding, and deadlines. If you are building advanced electronic warfare, sensor fusion, or multi-domain defense technologies, this is a long-running, high-budget entry point into AFRL funding—but you must actively monitor and respond to individual calls as they are released.
How much funding would I receive?
Total program value: $396,600,000.00
Typical award size:
$20,000,000.00 to $100,000,000.00 per award
Number of awards:
Multiple awards expected
No limit per offeror
The Air Force reserves the right to exceed these amounts if in its best interest
What could I use the funding for?
Funding supports R&D and prototyping in multi-spectrum electronic warfare systems, including:
Sensor development across RF and electro-optical domains
Threat warning and countermeasure systems
Integration of multi-sensor systems across air, space, and cyber
Modeling, simulation, and analysis (MS&A)
Testing, experimentation, and demonstration (including flight tests)
Software development (signal processing, algorithms, interfaces)
System architecture (open systems, integration frameworks)
Transitioning technologies to operational systems
Core technical areas include:
Electro-optic & multi-spectrum countermeasures
Directed energy threat warning
Missile warning systems
Cyber-secure and open EW systems
Are there any additional benefits I would receive?
Potential access to large-scale DoD test environments, including flight testing
Opportunity to transition technologies into Air Force operational systems
Flexible award structures:
FAR-based contracts
Other Transactions (OTs)
Ongoing opportunity to compete for multiple awards over several years
What is the timeline to apply and when would I receive funding?
ARA open through: 13 JULY 2027
Proposal deadlines:
To be determined (TBD) on individual calls
Award timing:
TBD per individual call
Notification typically ~30 days after proposal submission
Period of performance:
TBD per individual call
Where does this funding come from?
Air Force Research Laboratory (AFRL), Sensors Directorate (AFRL/RYW)
Funding supports U.S. national defense and electronic warfare capability development
Who is eligible to apply?
Unrestricted solicitation
Eligible applicants:
Businesses of all sizes
Educational institutions
No cost sharing required
Additional notes:
FFRDCs subject to eligibility determinations
Foreign participation:
Not anticipated but may be allowed case-by-case
No limit on number of proposals per offeror
What companies and projects are likely to win?
Proposals are evaluated primarily on:
Technical Merit (highest priority):
Clear understanding of the problem
Strong, feasible technical approach
Relevant experience and qualified team
Ability to advance the state of the art
Potential to transition to operational use
Cost/Price (secondary):
Realistic and justified cost structure
Projects that are most competitive will:
Integrate multiple sensing modalities
Demonstrate real-world applicability (lab + field/flight testing)
Align with Air Force mission needs
Enable transition to future defense systems
Are there any restrictions I should know about?
Many awards will require Top Secret security capabilities
Export control (ITAR/EAR) may apply
Data rights heavily favor the Government (including unlimited rights for government-funded work)
Strict proposal formatting and submission requirements
Accounting system requirements for cost-reimbursement contracts
Compliance with:
OPSEC
Program Protection Plan (PPP)
Safety regulations
Foreign involvement may be restricted per call
How long will it take me to prepare an application?
Not specified in the solicitation
However:
Proposals are submitted in response to individual calls
Each call will define:
Page limits
Technical and cost requirements
Submissions include both technical/management and cost/business volumes
How can BW&CO help?
BW&CO can support you across the full lifecycle of this ARA:
Monitor and identify relevant MSDEW calls
Position your technology against AFRL priorities
Develop compliant technical and cost proposals
Structure OT vs FAR contract strategy
Build transition narratives aligned to Air Force needs
Manage complex submission requirements and timelines
How much would BW&CO Charge?
Our services range from an hourly engagement at $250 an hour to a full service at $15,000 + 5%.
Additional Resources
NAVAL AIR WARFARE CENTER AIRCRAFT DIVISIONAIR SYSTEMS GROUP, PROPULSION & POWER ENGINEERING BAA
Deadline: September 30th
Funding Award Size: Est. $500K to $5M
Description: Apply for FY26 Navy propulsion and power R&D funding through NAWCAD’s open BAA. Submit white papers by 30 September 2026 across energy, propulsion, and aircraft systems.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
This is a Fiscal Year 2026 Broad Agency Announcement (BAA) from the Naval Air Warfare Center Aircraft Division (NAWCAD) focused on propulsion and power technologies for future Naval aircraft. It is a rolling opportunity covering multiple technical areas (BAA 121–125) with a continuous submission window until 30 September 2026.
The Navy is actively seeking white papers and proposals across electrical power systems, fuels and lubricants, operational energy, maintenance/health monitoring, and propulsion systems. Awards are made on a rolling basis, and funding availability is uncertain—so early engagement is critical.
How much funding would I receive?
Number of Awards: Multiple awards anticipated
Estimated: $500K to $5 million. Award Size: Not predetermined; varies based on technical merit, relevance, and available funding
Period of Performance: Varies by project
Possible Award Instruments:
Procurement contracts
Grants
Cooperative agreements
Other Transaction (OT) agreements for research or prototypes
The Government reserves the right to fund all, some, or none of the submitted proposals and may fund efforts incrementally or with options.
What could I use the funding for?
Funding supports R&D programs aligned to five technical areas:
BAA 121: Advanced aircraft electrical power systems
BAA 122: Fuel and lubricant technology
BAA 123: Aircraft operational energy technology
BAA 124: Condition-based maintenance, diagnostics, and health monitoring
BAA 125: Advanced propulsion system technology
Across these areas, funding can be used for:
Concept feasibility studies
Modeling and simulation
Design and engineering
Prototype development
Testing and demonstration
Data analysis and validation
Programs are expected to include structured phases such as design, fabrication, and verification.
Are there any additional benefits I would receive?
Opportunity to transition technology into Navy aircraft systems
Potential for follow-on funding tied to program success
Direct alignment with Naval Air Systems Command priorities
Ability to structure proposals with optional components for incremental funding
Additional benefits are not explicitly specified beyond contract award and potential transition opportunities.
What is the timeline to apply and when would I receive funding?
Submission window: Open continuously until 30 September 2026
Process:
Step 1: Submit White Paper (≤30 pages)
Step 2: If invited, submit full technical and cost proposal
Expected award timing: Fiscal Years 2025–2029
Awards are made on a rolling basis depending on funding availability and program interest.
Where does this funding come from?
Naval Air Warfare Center Aircraft Division (NAWCAD)
Air Systems Group, Propulsion & Power Engineering Department
U.S. Navy / Naval Air Systems Command (NAVAIR)
Who is eligible to apply?
Eligible applicants include:
Private companies and contractors
Educational institutions
Small businesses and disadvantaged businesses
HBCUs and Minority Institutions
Veteran-owned and women-owned small businesses
Requirements:
Must meet Federal Acquisition Regulation (FAR) responsibility standards
Must be registered in SAM prior to award
Must have adequate accounting systems (for cost-reimbursable contracts)
Not eligible:
Foreign governments or foreign entities
What companies and projects are likely to win?
Proposals are evaluated primarily on:
Primary criteria (equal weight):
Scientific and technical merit
Relevance and contribution to Navy propulsion, power, and energy objectives
Secondary criteria:
Team capabilities and past performance
Cost realism and reasonableness
Winning projects will:
Align tightly with one of the defined BAA technical areas
Demonstrate clear military utility and transition potential
Show strong technical feasibility and ROI
Be ready for transition (especially for operational energy topics targeting near-term deployment)
Are there any restrictions I should know about?
Foreign entities are not allowed to apply
Organizational conflicts of interest must be disclosed and mitigated
SETA contractors cannot simultaneously perform R&D without approval
Subcontracting plans required for proposals over $700,000 (with small business participation goals)
Cost-reimbursable contracts require compliant accounting systems
Government is not obligated to provide requested equipment
Failure to disclose conflicts or meet requirements may result in rejection without evaluation.
How long will it take me to prepare an application?
White Papers are expected to be a few pages up to ~15 pages (max 30 pages)
Full proposals (if invited) require detailed technical and cost volumes
Preparation time is not explicitly specified, but the two-step process is designed to reduce upfront effort by screening via White Papers first.
How can BW&CO help?
BW&CO can:
Identify the strongest-fit technical area (BAA 121–125)
Develop a compliant and compelling White Paper
Position your technology for Navy transition and ROI
Build a full technical and cost proposal if invited
Structure optional work packages to maximize award likelihood
How much would BW&CO Charge?
Our full service support is available for a flat fee of $5,000 for the White Paper Submission.
Fractional support is $300 per hour, with most AFRL proposal projects requiring 10-20 hours of expert support from strategy through submission of full proposal.
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
Review solicitation here.
Engage SOF (eSOF) Capabilities of Interest – U.S. Special Operations Command (USSOCOM)
Deadline: Rolling deadline until December 31, 2026
Funding Award Size: Est. $500K to $5M
Description: Rolling submission program connecting commercial technologies to USSOCOM needs across AI, ISR, cyber, mobility, medical, and more, with multiple non-dilutive funding pathways.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
USSOCOM’s Engage SOF (eSOF) program provides a rolling pathway for companies to submit technologies aligned with Special Operations Forces (SOF) capability needs. Selected solutions may receive funding through contracts, OTAs, SBIR/STTR, or other mechanisms. Submissions are open through December 31, 2026.
How much funding would I receive?
Estimated $500K to $5 Million - Funding is not fixed. Awards vary depending on the pathway and may include contracts, OTAs, SBIR/STTR, CRADAs, or prize competitions.
What could I use the funding for?
Projects must align with USSOCOM Capabilities of Interest (CoIs), including (full list here):
Aviation Systems
Biometrics and Forensics
Command, Control, Communications, and Computers (C4)
Cyberspace Operations
Human Performance/Human Machine Interface
Information Operations
Intelligence, Surveillance, and Reconnaissance (ISR)
Irregular Warfare
Medical Technology
Canine Medicine
Mobility
Power and Energy
Soldier Systems
Weapons and Electronic Attack
Are there any additional benefits I would receive?
Beyond direct funding, there are significant indirect benefits:
Government Validation and Credibility: Selection by USSOCOM signals strong alignment with real-world defense needs and increases trust with DoD stakeholders, primes, and investors.
Direct Access to End Users: eSOF connects companies directly with Program Executive Offices, Directorates, and operators for real-world feedback and validation.
Multiple Contracting Pathways: Companies can transition into OTAs, FAR contracts, CRADAs, or prototype programs without starting from scratch.
Follow-on Opportunities: Successful technologies may progress into experimentation, prototyping, and eventual procurement pathways.
Stronger Exit Potential: Government-backed validation and nondilutive funding can significantly increase company valuation and acquisition interest.
What is the timeline to apply and when would I receive funding?
Submissions are accepted on a rolling basis from March 26, 2026 through December 31, 2026.
Funding timing varies depending on the pathway and evaluation process after submission.
Where does this funding come from?
Funding comes from U.S. Special Operations Command (USSOCOM) and is executed through various federal acquisition and research mechanisms including OTAs, FAR contracts, SBIR/STTR, and others.
Who is eligible to apply?
Any organization capable of providing relevant commercial technologies may apply. Submissions must present unclassified information and align with published Capabilities of Interest.
What companies and projects are likely to win?
Clearly match one or more published Capabilities of Interest
Demonstrate strong technical maturity and real-world applicability
Show measurable impact on SOF mission effectiveness
Meet security and compliance requirements
Provide evidence supporting performance and readiness
Are there any restrictions I should know about?
Submissions must be UNCLASSIFIED
Solutions must align with current Capabilities of Interest to be prioritized
May require CMMC compliance and security vetting
Some pathways may involve classified applications and facility clearance requirements
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?
We have both fractional engagements ($250 an hour) and full engagements ($15,000 + 5%) available (Only $4,000 for preliminary application).
Additional Resources
NRL Long Range Broad Agency Announcement (BAA) for Basic and Applied Research - Naval Research Laboratory (NRL)
Deadline: Rolling Deadline Until September 30, 2026
Funding Award Size: Est. $500K to $5M
Description: Funding for basic and applied research across defense-critical areas including AI, materials, energy, cybersecurity, sensing, and space systems to advance U.S. Navy capabilities.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
The Naval Research Laboratory (NRL) is seeking innovative basic and applied research proposals across a wide range of scientific and engineering disciplines. Organizations can submit White Papers through September 30, 2026, with potential follow-on contracts, grants, or other agreements awarded based on technical merit.
How much funding would I receive?
Est. $500k to $5 million.
What could I use the funding for?
Funding supports basic and applied research aligned with Navy priorities, including (verbatim/high-level categories from the BAA):
Systems Directorate (e.g., radar, antennas, computational electromagnetics, information systems, AI/ML, human systems integration)
Materials Science and Component Technology (e.g., energy storage, corrosion, materials processing, bio/chemical detection)
Ocean and Atmospheric Science (e.g., ocean acoustics, remote sensing, environmental modeling)
Space Technology (e.g., spacecraft systems, sensors, propulsion, hypersonics)
Specific topic areas include (selected verbatim examples):
“Virtual simulations and mixed reality systems… situational awareness, and training”
“Data management and exploitation technologies that apply emerging mathematics and machine learning techniques”
“Multi-agent and multi-robot systems, reinforcement learning, game theory”
“Electrochemical energy storage and conversion systems such as batteries and fuel cells”
“Optical sciences… lasers, sensors, and photonic technologies”
“Cyber security, cryptographic technologies, and high assurance computing”
“Spacecraft payloads; spacecraft propulsion systems; advanced materials for spaceflight use”
Many More Topics are listed in the Solicitation (See below).
Are there any additional benefits I would receive?
Beyond the formal funding award, there are significant indirect benefits:
Government Validation and Credibility:
Being selected by the Naval Research Laboratory signals strong technical credibility and alignment with U.S. Navy and DoD priorities.
Access to Defense Ecosystem:
Awardees gain exposure to Navy researchers, program managers, and potential transition partners across defense and aerospace.
Flexible Contracting Pathways:
The BAA allows for multiple award mechanisms (contracts, grants, OTAs), enabling faster and more flexible engagement than traditional procurement.
Follow-On Funding Opportunities:
Successful projects may lead to additional funding phases or expanded research programs based on performance.
Increased Strategic Positioning:
Participation positions companies for future DoD funding, partnerships, and potential acquisition interest.
What is the timeline to apply and when would I receive funding?
White Papers Due: September 30, 2026 (4:00 PM EDT)
Rolling evaluation and invitation for full proposals after White Paper review
Funding timing varies based on evaluation and award negotiations
Where does this funding come from?
Department of Defense (DoD) → Department of the Navy → Office of Naval Research (ONR) → Naval Research Laboratory (NRL)
Who is eligible to apply?
Educational institutions
Small businesses
Small disadvantaged businesses
Historically Black Colleges and Universities (HBCUs)
Minority institutions
Other qualified organizations
What companies and projects are likely to win?
Selections are based on:
Technical merit and scientific quality of the proposed approach
Relevance to NRL research priorities
Potential benefit to the Government relative to cost
Feasibility and innovation of the solution
Cost realism and overall value
Are there any restrictions I should know about?
Must submit a White Paper first before a full proposal
Some topics may require security clearances or classified work
Awards depend on availability of funding
Government may select all, some, or none of proposals
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?
We have both fractional engagements ($250 an hour) and full engagements ($15,000 + 5%) available.
Additional Resources
Small UAS & Asymmetric Capabilities CSO Call 001 - Department of the Air Force
Deadline: April 20, 2026
Funding Award Size: Est. $500K to $5M
Description: Funding for development of small, low-cost unmanned aircraft systems capable of autonomous, high-speed, long-range operations in contested environments for asymmetric warfare missions.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
The U.S. Air Force is soliciting innovative commercial solutions for small unmanned aircraft systems (sUAS) to support asymmetric warfare missions. Awards may be issued as FAR-based contracts or Other Transaction (OT) prototype agreements, with potential follow-on production. Phase 1 submissions are due April 20, 2026.
How much funding would I receive?
Est. $500k to $5 million.
What could I use the funding for?
Funding is intended to develop short-range, one-way attack UAS platforms with the following characteristics:
Operate at ranges 50+ nautical miles
Speeds exceeding 200 mph
Ground-launched, containerized for mass deployment
Fire-and-forget autonomy with in-flight targeting
Coordination with other platforms
Operation in denied, degraded, intermittent, or low-bandwidth (DDIL) environments
Beyond line-of-sight (BLOS) capability
Low observability
Additional required areas:
Mission planning software integration
Modular hardware/software with open interfaces
Passive sensing capabilities (RF, EO/IR, acoustic, etc.)
Scalable manufacturing and production plans
Training and operational deployment concepts
Are there any additional benefits I would receive?
Beyond the formal funding award, there are significant indirect benefits:
Government Validation and Credibility: Selection by the U.S. Air Force signals strong technical credibility and alignment with national defense priorities, increasing trust with primes, investors, and partners.
Follow-on Production Opportunities: Successful prototype projects under OT authority may lead directly to production contracts without further competition.
Enhanced Market Visibility: Participation positions your company within the defense innovation ecosystem and may lead to additional DoD opportunities.
Ecosystem Access: Engagement with Air Force stakeholders and integration into operational environments can unlock future contracts and partnerships.
Stronger Exit Potential: Demonstrating operational capability under government funding can significantly increase valuation and acquisition interest.
What is the timeline to apply and when would I receive funding?
Phase 1 Solution Brief Deadline: April 20, 2026
Phase 2 Pitch Sessions: April 21 – April 28, 2026
Phase 3 Proposals: By invitation only (date provided after Phase 2)
Funding Timing: Not explicitly stated; occurs after Phase 3 award decisions
Where does this funding come from?
Department of Defense (DoD), specifically:
Department of the Air Force
Air Force Life Cycle Management Center (AFLCMC)
Who is eligible to apply?
Open to U.S. and international vendors
Companies must register in SAM.gov if selected
Must be able to meet potential security clearance requirements (up to SECRET for later phases)
What companies and projects are likely to win?
Demonstrate technically credible, scalable UAS solutions
Show ability to operate in DDIL and GNSS-denied environments
Provide modular, open-architecture systems (no proprietary lock-in)
Prove performance via testing data and reliability metrics
Present clear production scalability and cost efficiency
Are there any restrictions I should know about?
Must comply with:
FY2020 NDAA Section 848
FY2023 NDAA Section 817
2024 American Security Drone Act
Must pass DoD cybersecurity requirements (RMF)
Proprietary interfaces requiring vendor lock-in are not permitted
Potential requirement for facility and personnel security clearances (Phase 3+)
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?
We have both fractional engagements ($250 an hour) and full engagements ($15,000 + 5%) available.
Additional Resources
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
Ground Vehicle System Center (GVSC) Commercial Solutions Opening (CSO)
Deadline: April 6th, 2026
Funding Award Size: $500k - $2m
Description: Apply for U.S. Army GVSC funding through a Commercial Solutions Opening (CSO). Open to innovative commercial technologies in autonomy, power systems, AI, and defense. Key deadline: April 6, 2026.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
The U.S. Army DEVCOM Ground Vehicle Systems Center (GVSC) is seeking innovative commercial technologies to support next-generation ground vehicle systems through a Commercial Solutions Opening (CSO). This is a rolling, multi-phase opportunity covering a wide range of Areas of Interest (AoIs), including power systems, autonomy, survivability, robotics, logistics, and advanced manufacturing.
Critical deadline: The “Durable Replacement Track System for M88A2 Vehicle” AoI deadline has been extended to 06 April 2026.
Most other AoIs are open on a continuous basis unless a specific suspense date is listed, meaning companies can submit at any time—but priority is given to time-sensitive topics.
This is a flexible, non-traditional DoD contracting pathway designed to move quickly from concept to award, including pilots, prototypes, and commercially ready solutions.
How much funding would I receive?
Not specified in the solicitation, but typically between $500k - $2m.
The CSO explicitly states that:
“no specific dollars have been reserved for awards”
awards are subject to availability of government funds
What could I use the funding for?
Funding can support development, demonstration, and deployment of innovative commercial technologies relevant to Army ground vehicle systems.
Examples across AoIs include:
Power generation, propulsion, and energy systems
Autonomous systems and robotics
AI/ML-enabled vehicle capabilities
Cybersecurity and software systems
Logistics, maintenance, and supply chain technologies
Advanced manufacturing and materials
Vehicle survivability and protection systems
Modeling, simulation, and training systems
Projects may include:
Commercial technologies already available
Adaptations of existing commercial products
Concept demonstrations and pilots
Incremental improvements to existing systems
Are there any additional benefits I would receive?
Access to multiple award pathways, including:
FAR Part 12 contracts
Other Transaction Agreements (10 U.S.C. 4022)
Cooperative Agreements
Ability to work directly with Army technical teams
Opportunity for follow-on awards and scaling
Flexible contracting with potential for industry-standard terms
Potential to establish long-term partnerships with GVSC
What is the timeline to apply and when would I receive funding?
Application timeline:
The CSO is open through 2029 unless extended
Most AoIs are continuously open unless a specific deadline is listed
Example:
Durable Replacement Track System for M88A2 Vehicle: 06 April 2026
Process timeline:
Phase 1: Solution Brief submission
Phase 2: Presentation (if invited)
Phase 3: Full proposal (CSP)
Additional timing details:
Presentations remain valid for 90 days
CSP proposals must be valid for 180 days
Awards occur only if funding becomes available
The Government may move quickly through phases if priorities are urgent.
Where does this funding come from?
Funding comes from the U.S. Army DEVCOM Ground Vehicle Systems Center (GVSC) under the authority of:
10 U.S.C. 3458 (Commercial Solutions Opening authority)
Other DoD acquisition authorities including 10 U.S.C. 4022
GVSC operates under the U.S. Army Futures Command (AFC).
Who is eligible to apply?
The solicitation does not restrict eligibility to a specific entity type. Eligible participants may include:
Commercial companies
Small businesses
Nontraditional defense contractors
Nonprofits
Foreign-owned companies (subject to approvals and clearances)
To receive an award, companies must:
Have a Unique Entity ID (UEI)
Be registered in SAM.gov
Not be suspended or debarred
What companies and projects are likely to win?
Projects are evaluated based on:
Relevance to the specific AoI
Technical merit and feasibility
Level of innovation
Commercial readiness or near-term applicability
Risk (technical, schedule, pricing)
Availability of funding
Priority is placed on:
Commercially available or near-term solutions
Technologies that can be demonstrated quickly
Solutions aligned with Army modernization priorities
High-TRL technologies with clear transition pathways
Are there any restrictions I should know about?
Key restrictions include:
No reimbursement for proposal or solution brief preparation costs
Submissions must be unclassified
Export-controlled data may require approvals
Awards are not guaranteed, even after proposal submission
Government may:
Skip phases
Cancel opportunities
Award to all, some, or none of applicants
Additional constraints:
Typical period of performance is generally no greater than 12 months unless otherwise specified
Intellectual property terms may be negotiated
How long will it take me to prepare an application?
Initial submission (Phase 1):
Solution brief: up to 5 pages or 15 slides
This is relatively lightweight and can typically be prepared quickly.
Later phases (if invited):
Presentation (Phase 2)
Full proposal with technical and pricing volumes (Phase 3)
Effort increases significantly in Phase 3 depending on project complexity.
How can BW&CO help?
BW&CO can:
Identify the right AoI for your technology
Position your solution for maximum relevance and competitiveness
Develop a high-impact solution brief aligned with evaluation criteria
Support Phase 2 presentations and Phase 3 proposals
Help structure pricing and commercialization strategy
Navigate DoD contracting pathways and compliance requirements
How much would BW&CO Charge?
We have both fractional engagements ($250 an hour) and full engagements ($13,000 + 5%) available.
Additional Resources
DevX Autonomy: Open Call Solicitation for Innovative AUS Solutions
Deadline: TBD
Funding Award Size: $500k - $2m
Description: Apply to the Army Applications Lab DevX Autonomy Open Call for innovative autonomous and unmanned system solutions. Rolling submissions through 31 August 2026 with monthly deadlines.
Below is a brief summary. Please check the full solicitation before applying (link in resources section).
Executive Summary:
The Army Applications Laboratory (AAL) is accepting submissions for the Open Call Solicitation for Innovative AUS Solutions (W911NF-26-S-0040). This is a continuously open opportunity to get your autonomy or unmanned system solution into a government-facing platform that enables award without further competition if deemed “award-ready.”
This is not a traditional grant cycle. Instead, submissions are evaluated monthly, and strong solutions can move directly into contracting pathways. The open call runs from 30 December 2025 – 31 August 2026, with monthly submission cutoffs at 12:00 (Noon) Eastern Standard Time (EST) on the final day of each monthly collection period. Founders should treat each month-end deadline as a real submission opportunity.
How much funding would I receive?
Not specified in the solicitation, but typically between $500k - $2m.
No fixed award size, range, or ceiling is provided.
Pricing is determined later through negotiation prior to award.
What could I use the funding for?
The solicitation is seeking autonomy and unmanned systems (AUS) solutions across hardware, software, and services. Specific focus areas include:
Autonomous platforms (air, ground, maritime)
Payloads (sensors, communications, effectors)
Mission-enabling software/hardware
Lethal capabilities
Sustainment solutions (maintenance, fueling, deployment)
Subcomponents (motors, sensors, controllers)
Other disruptive autonomy solutions
Solutions may support:
Research and development
Prototyping
Testing and evaluation
Production and fielding
Sustainment
Are there any additional benefits I would receive?
Key benefits include:
Eligibility for future awards without further competition if deemed award-ready
Direct visibility to U.S. Government stakeholders
Feedback from Government Subject Matter Experts
Opportunity for multiple awards per submission
Access to rapid acquisition pathways
Simplified submission process (short video + form)
What is the timeline to apply and when would I receive funding?
Open call period: 30 December 2025 – 31 August 2026
Submissions are accepted continuously
Monthly deadlines:
12:00 (Noon) Eastern Standard Time (EST) on the final day of each monthly collection period
Review timeline:
Submissions are assessed in the following month
Results provided within 30 days after the end of the collection period
Funding timeline:
Not specified in the solicitation
Awards occur after selection and negotiation of terms
Where does this funding come from?
U.S. Army Applications Laboratory (AAL)
Under the U.S. Army Contracting Command, Aberdeen Proving Ground, Research Triangle Park Division
Authorities cited include:
10 USC 4021, 4022, 3458
FAR Part 35
DFARS Part 235 and Subpart 212.70
Who is eligible to apply?
Eligible applicants include:
U.S.-based companies (large and small)
Traditional and nontraditional defense contractors
Universities
Nonprofits and research institutions
Individual developers
Foreign entities (if compliant with applicable laws and export controls)
What companies and projects are likely to win?
Solutions are evaluated based on:
Technical merit
Technical approach and alignment with Army needs
Company and team qualifications
Clear definition of the problem
Higher likelihood of success if your solution:
Clearly solves a meaningful government problem
Demonstrates strong technical credibility
Aligns with Army priorities (open, scalable, supportable, repairable systems)
Shows real-world applicability or a clear path to maturity
Includes a compelling demonstration (especially for higher TRLs)
Final “award-ready” decisions are made by a Government Selecting Official (GSO) after peer review.
Are there any restrictions I should know about?
Key constraints include:
Submissions must be:
Unclassified
Free of proprietary, export-controlled, or CUI content
Videos must:
Be ≤ 6 minutes
Meet strict formatting requirements
All submission costs are not reimbursed
Being deemed “award-ready” does not guarantee funding
Government receives broad license rights to use submitted materials
Only one solution per video submission
How long will it take me to prepare an application?
The submission consists of:
A ≤ 6-minute video pitch
A structured submission form with company, technical, and solution details
This is significantly lighter than traditional proposals, but requires:
Clear messaging
Strong technical explanation
Demonstrated alignment with Army needs
How can BW&CO help?
BW&CO can:
Translate your technology into a compelling 6-minute video script
Position your solution against DevX evaluation criteria
Align your messaging with Army priorities and focus areas
Help structure your submission to maximize “award-ready” likelihood
Prepare you for resubmissions using assessor feedback
How much would BW&CO Charge?
We have both fractional engagements ($250 an hour) and full engagements ($13,000 + 5%) available.
Additional Resources
ERDC: Civil Works Strategic Focus Areas - Commercial Solutions Openings (CSO)
Deadline: December 31st, 2026
Funding Award Size: $500k - $5m
Description: The U.S. Army Engineer Research and Development Center (ERDC) is seeking innovative technologies for infrastructure, water modeling, AI, robotics, and ecosystem management.
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) is seeking innovative commercial technologies, products, and services that advance Civil Works research and development priorities across infrastructure, ecosystems, water management, sediment management, crisis preparedness, and AI-driven engineering solutions.
This opportunity is structured as a Commercial Solutions Opening (CSO). Companies first submit a short solution brief (maximum three pages) describing their innovation. If the government determines the concept is promising and funding becomes available, the company may be invited to submit a full proposal and receive a contract award.
Submissions are accepted on a rolling basis until 5PM EST, 31 December 2026, making this an ongoing opportunity for companies developing technologies relevant to U.S. Army Corps of Engineers Civil Works missions.
How much funding would I receive?
The document states that:
Strategic Focus Areas generally have no known funding specifically available at the time of submission.
If a submitted solution is selected and funding becomes available, the government will issue a Request for Proposal (RFP) that includes further details and pricing requirements.
Offerors are required to provide a Rough Order of Magnitude (ROM) price estimate in the initial solution brief. Awards typically range from $500k - $5m.
What could I use the funding for?
Funding may support innovative commercial technologies, products, services, or research and development efforts that advance Civil Works capabilities.
Projects must align with one of the following Strategic Focus Areas:
Infrastructure – NextGen Water Resources Infrastructure
Robotic inspection and repair technologies
Novel and sustainable construction materials
Sensors and structural monitoring technologies
Flood and seismic damage prediction and mitigation
Advanced manufacturing and infrastructure prototyping
Hydropower innovations
Corrosion mitigation technologies
Systems engineering tools for maintenance optimization
Water Modeling – Comprehensive Water Risk Management
Integrated sensing systems for water monitoring
Risk-informed decision support tools
National-scale water simulation frameworks
Modeling of compound hazards (storms, flooding, groundwater, etc.)
Arctic environmental modeling
Drought and groundwater interaction modeling
Community resilience tools
Sediment Management – Innovation in Sediment Management
Non-traditional dredging approaches
Improved dredged material placement
Sediment prevention technologies
Autonomous surveying and dredging technologies
Sediment transport modeling tools
Real-time dredging monitoring sensors
Coastal mapping technologies
Ecosystems – Sustainable Species Management
Aquatic ecosystem restoration technologies
Environmental decision-support tools
Monitoring technologies for threatened and endangered species
Invasive species detection and management technologies
Crisis Preparedness – Crisis Preparedness, Response, and Recovery
Real-time crisis communication technologies
Multi-hazard crisis modeling
Autonomous reconnaissance systems
Decision-support tools for disaster response
Debris removal technologies
Temporary power solutions for critical infrastructure
Virtual training environments for crisis response
Post-wildfire risk management tools
AI, Robotics, and Data – Innovative Applications of Big Data and AI
Data engineering and automation tools
AI-driven decision-making systems
Cyber operational technology for infrastructure protection
Autonomous robotics systems for infrastructure inspection and mapping
Are there any additional benefits I would receive?
Potential benefits include:
The opportunity to receive a government contract if a submitted solution is selected and funding becomes available.
The possibility of direct engagement with ERDC technical teams, including solution pitches and discussions.
Solutions may remain in the government’s electronic library for consideration for up to three years if initially selected but not funded.
Awards may be issued through FAR-based contracts or Other Transaction agreements, depending on the solution and contracting approach used.
What is the timeline to apply and when would I receive funding?
Solution brief submission deadline:
5PM EST, 31 December 2026.
Key timeline steps:
Submit a solution brief (maximum 3 pages).
Government experts review submissions.
If promising, the government may:
Ask questions via email, or
Invite the company to present a solution pitch.
If the solution is selected and funding becomes available, the government will issue a Request for Proposal (RFP).
After the RFP, proposals will be evaluated and contracts may be awarded.
If a solution is not selected, offerors will generally be notified within 30 days of submission.
Where does this funding come from?
Funding originates from the U.S. Army Corps of Engineers (USACE) and is administered through the Engineer Research and Development Center (ERDC).
The program supports the Civil Works mission areas, including:
Flood risk management
Inland and coastal navigation
Aquatic ecosystem restoration
The CSO is authorized under a Department of Defense Class Deviation (2022-O0007) that allows the government to acquire innovative commercial solutions through a streamlined process.
Who is eligible to apply?
However, the following requirements are stated:
Offerors must be registered in the System for Award Management (SAM.gov) to receive an award.
The company’s address in the proposal must match the SAM registration information.
Solutions must be submitted through the ERDCWERX electronic portal.
What companies and projects are likely to win?
Solutions will be evaluated based on:
How innovative the solution is
Feasibility of solving a government challenge
Potential to enhance mission effectiveness
Availability of funding
Strong proposals typically:
Demonstrate a clear mission impact
Provide evidence of commercialization or real-world use
Include technical evidence, diagrams, models, or figures
Show how the technology is new or a novel application of an existing technology
Are there any restrictions I should know about?
Key requirements include:
Solution briefs must be no more than three pages.
Submissions must follow specified formatting requirements:
12-point Times New Roman
1-inch margins
Single spaced
PDF format under 20 MB
Classified or proprietary information should not be included.
All submissions must be written in English.
All resulting contracts will be firm-fixed price, and commercial acquisition procedures will be used.
How long will it take me to prepare an application?
The initial submission is a three-page solution brief, which typically requires significantly less effort than a full proposal.
The solicitation does not specify preparation time requirements, but the short format suggests companies can prepare submissions relatively quickly compared to traditional federal proposals.
If selected, the government may later request a full proposal including a Performance Work Statement (PWS) or Scope of Work (SOW) before award.
How can BW&CO help?
BW&CO helps companies quickly determine whether this opportunity is a strong fit and prepares competitive submissions by:
Identifying the best strategic focus area alignment
Crafting a clear and compelling solution brief
Demonstrating mission relevance and innovation
Developing the technical narrative and commercialization evidence
Preparing companies for potential solution pitches or follow-on proposals
How much would BW&CO Charge?
We have both fractional engagements ($250 an hour) and full engagements ($13,000 + 5%) available.
Additional Resources
Aircraft Formation Flight Control Technology for Heterogeneous Formation Flight - SBIR Topic DON26BZ01-NV004
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop robust autopilot flight control for heterogeneous manned/unmanned formation “wake surfing,” enabling precise station-keeping in vortex upwash for 10–20% fuel savings with minimal added hardware and low/zero datalink dependency.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop an advanced flight control architecture to enable greater range and endurance through precise automatic station keeping while flying in formation and exploiting vortex-generated upwash from upstream aircraft.
Description:
Wake surfing (i.e., flying trail in close formation within the upwash of one or several lead aircraft) has demonstrated significant fuel savings on the order of 10-20%. Researchers have conducted multiple studies and executed flight demonstrations in the past that validated performance gains. However, the adoption of an operational capability still faces challenges.
One key challenge is the technical approach for trailing aircraft to maintain precise relative position behind upstream aircraft in the optimal location to maximize efficiency. While this task can be performed through manual pilot station keeping, the task is workload intensive and is not practical for long missions. There is a need for an autopilot flight control capability to maintain the position for optimum fuel savings (i.e., the “sweet spot”), realizing this significant range/endurance benefit opportunity with minimal or zero pilot workload. Flight control architectures must be capable of precise station keeping in aircraft formations of similar/dissimilar and manned/unmanned fixed wing aircraft. Flight control architectures may include techniques to sense the location of the vortex/upwash effects both with and without explicit knowledge of aircraft relative positions.
The objective is to create robust flight control laws for trailing aircraft in similar or dissimilar formations to exploit the benefits of wake surfing. Unique aircraft hardware and modifications should be minimized to the greatest extent possible to achieve this objective. To achieve robust control law development for precision formation flight, the problem can be broken into coarse and precision tracking problems, with some interdependencies between the two. It is strongly desired that both problems be solved without additional hardware integration for participating vehicles and zero data-link demands.
For coarse acquisition and tracking, it is expected that the relative position between participating aircraft needs to be established and maintained in the general vicinity of the lead’s wing-tip vortex. Relative position must be maintained while sequencing waypoints or tracking a heading or ground track to accomplish ingress/egress mission segments. Consideration in the development of coarse acquisition and tracking capability should be given to Global Positioning System unavailability.
For precision position tracking and control, it is expected that aircraft sensors (e.g. air data, inertial, flight controls) affected by the influences of the wing tip vortex on the trail aircraft can be identified and exploited to locate optimal position. Control architecture gains and surface mixing influences necessary for acquiring and tightly tracking the optimal location in the presence of the non-linear wing tip vortices and free stream turbulence must be considered.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Modeling for Frontal Polymerization Curing Process - STTR Topic DON26TZ01-NV002
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop scalable multiphysics modeling tools that predict frontal polymerization cure behavior (front temperature/velocity/cure) and resulting distortion/residual stress, while optimizing resin additives and preventing front self-extinguishing.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop a multiphysics model or toolset to predict frontal polymerization phenomena and to optimize the resin additives (e,g., catalyst, inhibitor, etc.) for an optimized cure with less distortion or residual stress, while ensuring that the front does not self-extinguish.
Description:
Frontal polymerization is the process of curing a resin monomer into a polymer with a localized self-sustaining and moving reaction zone. Frontal polymerization has many benefits over traditional resin cure methods, such as reduced cure time from many hours to seconds or minutes [Refs 1,-2], a significant reduction of the energy required to cure (in some cases over 99.5%) [Ref 3], and reduced cost associated with curing a resin [Ref 3].
Frontal polymerization has many potential applications such as increasing cure percentage for thermoset additive manufacturing processes without requiring a post cure, rapid manufacturing of composite structures, and rapid composite curing for accelerated repairs of composite structures.
Frontal polymerization is a very boundary condition dependent process. Changes in boundary conditions, initial conditions (including temperature and initiation methods), resin formulations, resin or composite thickness, as well as the addition of reinforced fibers or materials can drastically affect characteristics like front velocity, front temperature, and whether a front is sustained or terminated. This can make it challenging to predict and synthesize resin systems that can sustain a frontally polymerized cure with different initiation methods, environmental conditions, composite/resin thicknesses, and reinforcement materials.
Currently, phenomenological multiphysics modeling efforts for frontal polymerization are limited to 1D, 2D, or small 3D models, since they are very computationally demanding due to the highly nonlinear coupling of the governing equations and short timescales required for accurate solution convergence. Furthermore, many models do not predict the mechanical response resulting from the frontal polymerization process (i.e., warpage or residual stress of the polymer caused by the frontal polymerization process). Surrogate modeling can drastically reduce the time to simulate a front but often requires training to create the surrogate model in the form of many finite element analyses or experiments that can be very time consuming. Recently a mechanism-based approach has been created, allowing for prediction of frontal polymerization phenomena without requiring differential scanning calorimetry (DSC) testing to obtain properties for different resin formulations [Ref 4].
This STTR topic calls for development of a model or toolset to predict characteristics of the frontal polymerization process such as front temperature, front velocity, and cure percentage, as well as the resulting effects from the frontal polymerization process such as warpage, residual stress, or post cure mechanical strength. The model should work for multiple initiation methods (i.e., a point initiation of the front, line initiation, and planar initiation for the front (for simulating a point heat source, a line/wire heat source, and a planar heat source). The model should also be scalable, allowing for simulation of different/larger geometries without detrimental increases in computational time. This topic falls under the NAWCAD STTR focus area for in situ material detection and repair solutions.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Low-Cost Multi-Mission Dip Sonar for Mine Warfare and Anti-submarine Warfare (Inner/Middle Zone) - SBIR Topic DON26BZ01-NV005
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to design a reduced-cost, multi-frequency helicopter dipping sonar that expands ASW inner/middle-zone coverage and adds aviation mine countermeasures (AMCM) capability in a single, retrofit-compatible transducer system.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop initial designs for a reduced cost, next generation helicopter dip sonar system utilizing multi-frequency band capabilities for traditional and enhanced anti-submarine warfare (ASW) capabilities for both inner and middle zone coverage (broadening to wide area search) as well as introducing aviation (naval) mine countermeasure (AMCM) capabilities.
Description:
The United States Navy has long utilized dipping sonar systems on aircraft for Air ASW. The most recent sonar systems continue to show dominance in the Air ASW role with the ability to cover larger and larger areas of ocean. Simultaneously, various configurations of acoustic, electro-optic and electromagnetic sensor systems have been used in AMCM operations, with the newest remaining fielded systems offering limited mission coverage. As the Navy looks to new maritime strike future vertical lift capabilities, there will be an increased effort to combine capabilities into fewer unique aircraft platforms. To facilitate the merger of missions into fewer aircraft, it will become crucial to also combine more mission capabilities into individual mission systems. The resultant design from this effort is expected to provide increased capabilities across more aircraft of a singular configuration with the combination of improved Air ASW capability and added AMCM capability into a singular mission system, which in turn also will reduce the expected training and logistics costs with fewer variants of equipment to cover. Additionally, with continued retirements of existing mine-countermeasures systems, the Fleet will have an urgent need for other air-based AMCM capabilities/coverage and may want to consider implementing capabilities on other naval helicopters using existing, modified, or new sensors of acoustic, electro-optic, magnetic, and radio-frequency types.
Traditionally, the Navy developed and fielded acoustic ASW and AMCM systems independently while the physics of the underwater acoustic environment is a shared problem with differing targets and typical frequency bands of interest as a result. Additionally, acoustic ASW systems (i.e., sonobuoys and helicopter dip sonars) are of compact size and can be utilized on a medium lift helicopter or smaller, while acoustic AMCM systems have typically targeted installation on heavy-lift helicopters. Incorporation of a secondary frequency band capability into a helicopter dip sonar transducer assembly would quickly bring AMCM capability to a typically large number of traditionally ASW helicopters and bring air-based AMCM capability to the Navy’s air-capable ships, simultaneously with ASW capability. The multi-mission capability of such a sonar transducer assembly would also allow one aircraft, without reconfiguring, cover both ASW and AMCM mission sets for reduced maintenance and reducing the equipment needed to be stored while afloat in space-constrained ships.
The objective is to develop initial designs for a reduced cost, next generation helicopter dip sonar system utilizing multi-frequency band capabilities for traditional and enhanced anti-submarine warfare (ASW) capabilities for both inner and middle zone coverage (broadening to wide area search) as well as introducing aviation (naval) mine countermeasure (AMCM) capabilities.
The system would also be utilized either in its full capability configuration or at a reduced capability configuration as a retrofit into the multi-mission helicopter as a replacement for the existing dipping sonar system transducer, while at a decreased unit and sustainment cost (below Class A mishap thresholds if lost in flight, with a goal of below a Class C threshold).
Minimally funded Science and Technology efforts have previously been performed to assess USN dipping sonar capability to detect naval mines using the system, acoustic pulses/frequencies, and processing in its existing ASW configuration and have shown success in detecting nearly every naval mine based on post-flight data analysis. Enhancing that capability with a secondary frequency band and associated beam steering, as well as uniquely developed pulses and processing across both frequency bands, is expected to provide a significant AMCM capability while retaining both traditional ASW superiority and enhanced ASW detection and classification capabilities for certain scenarios.
In addition to introducing AMCM capabilities into a traditional ASW sensor system, no significant improvements in the traditional ASW sonar transducer assemblies available from industry have been introduced since the last dipping sonar system competitive source selection conducted in the late 1980s. Increasing costs of the existing USN sonar systems continue to drive concerns regarding the long term affordability of the existing fielded systems and any future variants thereof, and continue to pose a risk of generating an equipment cost loss equivalent to a Class A mishap record if the transducer is lost from the aircraft. As such, decreasing the recurring production costs of a future transducer assembly are of significant concern and ensuring improved supportability. Noting that sonobuoys are similar advanced acoustic sensor systems made in large quantities for production unit costs of less than $15k/each indicates that a highly capable sonar transducer design would be capable of being generated with a much more reasonable forecast production cost well below $500k/each.
Additionally, the ability for the new sonar transducer to be retrofit in place of existing USN fielded sonar transducers (form/fit/function compatible) used on the existing USN aircraft while utilizing existing sonar processing (~3-5 kHz frequency band) and bringing AMCM capability and new added ASW capabilities to the traditionally ASW-focused helicopters is of interest utilizing a higher frequency band in the same unit.
Lastly, it would be a significant advancement in helicopter-based ASW capabilities if a tertiary frequency band below 2 kHz was also added to expand mission capabilities to broach wide area search and explore advantages of convergence zone type capabilities, while retaining the inherent existing direct path detection coverage of the mid-frequency 3-5kHz band, for full spectrum coverage of the surrounding areas.
The new multi-frequency band sonar transducer would be desired to have at least the following characteristics:
- Primary transmit array would be omnidirectional for ASW in the horizontal plane
- Primary acoustic transmit band for ASW: 3-5 kHz.
- Primary receive array would be capable of supporting 24 beams for primary ASW capabilities
- Consider using Single Crystal transducer technology or other new technology to reduce the weight and improve bandwidth.
- Overall weight must be less than 180 lbs.
- Primary electronics power and transmission signal power for the unit must be provided from an external transmitter/amplifier.
- Primary acoustic processing must occur offboard (not within unit)
- Secondary higher frequency band must be selected for AMCM mission optimization
- Secondary transmit and receive array functionality could reuse the primary arrays, utilizing electronic or physical manipulation as needed/possible to optimize AMCM. Alternatively, integrating other transmit and/or receive arrays within the same assembly may be acceptable.
- The secondary array capabilities would consider abilities to steer beams both horizontally and vertically depending on both mine and submarine targets of interest.
- As allowable, a tertiary capability of covering lower frequencies for longer range area searches and overlap with current other low frequency system operational frequencies (below 2 kHz) is preferred, broaching wide area search capabilities, with a system not requiring logistical complexities of storing large quantities of sonobuoys while associated to an aircraft deployed on a ship, and taking advantage of long range convergence zone detections
- Mechanically extended and retracted arrays are acceptable, as these are traditionally used in the most recent ASW sonar transducers.
- Will be capable of storage within an aircraft body for forward flight, ideally with an overall stowed diameter of no greater than 210 mm for the primary body and an overall length no greater than 1275 mm (some extensions for stabilizing features may be permissible).
- The CG of the sonar transducer assembly body will be designed to be as low as possible for stability in lowering operations, with an upper limit of no greater than 35% of the length of the overall unit as measured from the bottom.
- The final fielded unit would incorporate a water thermocouple for measuring the water column temperature during lowering operations, a method for bottom proximity detection, a capability to protect itself during electrostatic discharge when lowered from a helicopter into the sea water, redundant depth sensing capabilities, angular orientation reporting relative to vertical, and a method for determining bearing orientation of the array (e.g., magnetic compass, field sensors, other).
- Acoustic elements would be physically or electronically steerable in the vertical plane, providing enhanced sea bottom scanning for bottomed targets, and ideally, ability to determine target depth for setting of weapon depth deployments for improved success in target engagement
- The unit design would be able to withstand operating depths to at least 2500 ft.
Work produced in Phase II may become classified. Note: The prospective contractor(s) must be U.S. owned and operated with no foreign influence as defined by 32 U.S.C. § 2004.20 et seq., National Industrial Security Program Executive Agent and Operating Manual, unless acceptable mitigating procedures can and have been implemented and approved by the Defense Counterintelligence and Security Agency (DCSA) formerly Defense Security Service (DSS). The selected contractor must be able to acquire and maintain a secret level facility and Personnel Security Clearances. This will allow contractor personnel to perform on advanced phases of this project as set forth by DCSA and NAVAIR in order to gain access to classified information pertaining to the national defense of the United States and its allies; this will be an inherent requirement. The selected company will be required to safeguard classified material during the advanced phases of this contract IAW the National Industrial Security Program Operating Manual (NISPOM), which can be found at Title 32, Part 2004.20 of the Code of Federal Regulations.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Modular Payloads for UAS - SBIR Topic ARM26BX01-NV002
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $250,000 (Estimated)
Description: Develop modular payload technologies for unmanned aircraft systems (UAS) compatible with the Picatinny Common Lethality Interface Kit (CLIK) standard. Solutions may include EO/IR sensing, communications relay, electronic warfare, signals intelligence, or cargo delivery payloads integrated across multiple UAS platforms.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $250,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
The objectives for this effort are to enhance and refine various payload types and integrate them using a modular specification for unmanned aircraft systems (UAS). Experimentation, testing, and evaluation for this effort will use a Soldier-centered iterative design process.
Description:
Current UAS and payloads are often proprietary and designed to be mission-specific. Some systems offer swappable payloads; however, these payloads aren’t interchangeable across UAS manufacturers, and additional capabilities depend on the same manufacturer developing new payloads. To maximize battlefield usability, the Army needs the ability to swap payloads using common connections.
This solicitation supports a directed requirement for brigade-level UAS by developing payload technologies that will inform future UAS requirements and unit-level tactics, techniques, and procedures. The intent is to explore, test, refine, and advance modular payload technologies as an industry-government team, experimenting iteratively through Soldier touchpoints.
The selected vendor will deliver a modular payload and integrate the payload with one or more government-provided UAS platforms. Desired types of modular payloads include the following:
Electro-optical (EO) and infrared (IR) laser rangefinder and designator
Communications relay (voice and data)
Electronic warfare (EW)
Signals intelligence
Cargo resupply up to 20 lb
Other novel payloads that can provide Soldiers an offensive or defensive advantage
In this effort, awardees are asked to adapt their payload technology for compatibility with the Picatinny Common Lethality Interface Kit (CLIK) specification developed by DEVCOM Armaments Center. The Picatinny CLIK specification defines a physical interface, electrical connection, and signals to enable the integration of lethal and nonlethal payloads with small UAS. The references section of this solicitation contains a link to the Army Applications Laboratory topic page that links to the Picatinny CLIK specification. Vendors will also have the option to collaborate with DEVCOM Armaments Center to continue to refine the Picatinny CLIK specification.
Awardees will collaborate with UAS vendors to integrate their payloads with one or more government-provided UAS and demonstrate interoperability. The UAS platform provided by the government will have capabilities of upper Group 2 or lower Group 3 UAS, with payload capacity of at least 20 lb. Once awardees have integrated their payloads using Picatinny CLIK, they will provide their payloads for unit field experimentation and further refine their payload technology. The vendor should specify in their proposal how they intend to enhance their technology throughout the period of performance using the feedback provided through the Soldier-centered iterative design process.
Examples of desirable technology improvements include, but are not limited to:
Reducing size, weight, power, and cost (SWaP-C) of the payload
Working toward compliance with relevant standards, airworthiness, and packaging requirements
Improving user interface and autonomous behaviors
Compatibility with a broader variety of UAS and controllers, including common controllers such as UVC (Uncrewed Vehicle Control)
PHASE I: This topic is for Phase I submission only. The Department of the Army will accept Phase I proposals for a cost of up to $150,000 for a 3-month period of performance. In Phase I, awardees will collaborate with government stakeholders and UAS vendors to plan for the integration of their payloads using Picatinny CLIK, along with developing plans for technology improvements to their payloads.
Phase I deliverables will include:
Technical designs for integration of the awardee’s payload with one or more government-provided UAS and for technology improvements to the payload
Initial Safety Assessment Report (SAR), technical documentation, test plans, and other information required to obtain approval for hands-on Soldier touchpoints and experimentation
Participation in a virtual kickoff and in-person final presentation, along with virtual touchpoints
Monthly reports that document technical progress
A Phase II proposal, if desired by the vendor
PHASE II: Phase II is anticipated to have a 12-month period of performance. In Phase II, awardees will deliver prototypes of their modular payloads adapted to use the Picatinny CLIK specification, and will support hands-on experimentation to make iterative improvements to their technology.
Phase II deliverables will include:
A quantity of at least 2 of the modular payload, to be left behind with units at the conclusion of the period of performance
Integration of the modular payload with one or more government-provided UAS using the Picatinny CLIK specification
Support for Soldier experimentation touchpoints at unit locations to perform Soldier-centered iterative design. Proposers should budget for a total of 5 trips with a duration of 1 week per trip to unit locations or experiment sites within the continental U.S. Proposals should include all anticipated personnel, travel costs, and support equipment
Integration of experimentation results into technology improvements to the payload
Monthly reports that document lessons learned from experimentation and their application to technology development
Proposal for a sequential award, if desired by the vendor, to continue technology development based on lessons learned from experimentation
The following timeline illustrates the concept of execution during the Phase II period of performance. Awardees should anticipate timeline changes during execution due to technology development risk, unit availability for experimentation, and scheduled experimentation events. Applicants may propose timelines that follow the general model below.
Month 1-2: Adapt the payload to use the Picatinny CLIK specification based on plans developed during Phase I. Collaborate with UAS vendors to integrate the payload with government-provided UAS. Continue touchpoints with Soldiers and Army organizations. Deliver an updated Safety Assessment Report (SAR) and other documentation to support safety releases for Soldier testing.
Month 3-10: Deliver quantity 2 of the modular payload adapted to use the Picatinny CLIK specification. Train Soldiers to use the modular connection and payload. Support experimentation touchpoints and use Soldier-centered iterative design to improve the payload technology.
Month 11-12: Deliver the final payload prototypes to the unit. Attend a culminating training event or experiment with the unit to further experiment with and develop the payload technology. Demonstrate interoperability of the payload with government-provided UAS using the Picatinny CLIK specification. Finalize and document payload technology improvements and lessons learned.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Advanced Liquid Hydrogen Storage and Employment Methodologies for Unmanned Aerial Systems - STTR Topic DON26TZ01-NV003
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop and demonstrate a cryogenic liquid hydrogen storage and delivery system for Navy/USMC UAS that achieves high mass fraction and low boil-off, improving endurance, range, and continuous payload power.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop a cryogenic liquid hydrogen storage and delivery solution that can achieve high hydrogen mass fraction and a low boil off rate. Demonstrate that the cryogenic liquid hydrogen storage system improves endurance, range, and continuous payload power in an unmanned aerial system (UAS).
Description:
Hydrogen fuel-cell-powered air systems are becoming more prevalent in aviation [Refs 1-4]. Although compressed gaseous hydrogen has traditionally been employed to power these systems, cryogenic liquid hydrogen has recently started gaining traction [Refs 5-8]. Overall, liquid hydrogen storage provides added benefits such as reduced weight and volume compared to gaseous hydrogen storage, but there are still challenges to air vehicle integration and long-term use due to the extreme low temperature and other properties of liquefied hydrogen [Refs 9-10].
This STTR topic is seeking a liquid hydrogen storage and delivery solution that achieves high performance metrics while also maintaining longevity, safety, and usability for US Navy and US Marine Corps UASs. The performance metrics of interest for the delivered solution include a gravimetric hydrogen storage efficiency = 40% and volumetric hydrogen storage density of > 40 g/L. The integrated solution must also maintain a hydrogen boil-off rate of 100 fill cycles. The storage solution and filling procedure must also meet standard safety requirements such as those called out in DOC 06/02/E on the H2 Tools website [Ref 11].
Additionally, consideration should be made for integration into a range of UAS sizes from a Group 2 to Group 5. This shall include considerations for fuel level monitoring and sloshing effects during flights, as well as meeting necessary environmental (basic hot and basic cold), shock, and vibration requirements called out in MIL-STD-810-H [Ref 12]. Ability to demonstrate that the new cryogenic liquid hydrogen delivery system can manage and mitigate thermal loads of UAS mission systems is of particular interest. Finally, cryo-compressed hydrogen solutions will also be considered if it meets the key performance parameters outlined here.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Automated Expeditionary Airfield Assembly - SBIR Topic DON26BZ01-NV008
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Develop robotic systems to automate or assist the assembly of Expeditionary Airfield matting in austere environments, enabling autonomous navigation, heavy mat handling, and precise alignment to improve deployment speed, reduce manual labor, and enhance operational safety.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Research, develop, and evaluate robotic system methodologies for automating or augmenting the assembly of Expeditionary Airfield (EAF) matting to enhance operational efficiency.
Description:
EAFs serve as vital shore-based aviation support systems that enable the rapid deployment and recovery of military aircraft in environments lacking established infrastructure. Currently, assembling EAF matting is a manual process carried out by Marines—a task that is physically demanding, labor-intensive, and exposes personnel to potential hazards.
Developing a robotic system capable of assisting with or fully automating this assembly process would offer significant operational benefits: increasing efficiency, reducing risk to personnel, and enabling Marines to focus on higher-priority mission objectives. The level of autonomy should allow for the robots to navigate and control without human assistance, which includes obstacle avoidance, path planning, and grasping. Such a solution would improve overall force readiness and effectiveness in austere and time-critical operational scenarios.
The approach includes defining and developing a viable system concept, while investigating various robotic configurations—such as mobile manipulators and assistive technologies—for their effectiveness in EAF mat handling, alignment, and interconnection across diverse and austere terrains.
The research will evaluate the proposed system's capacity to:
Traverse and operate on uneven or unstable surfaces
Manipulate and position heavy EAF mat sections with precision
Endure harsh environmental and operational conditions
Integrate seamlessly with current EAF deployment procedures
Work produced in Phase II may become classified. Note: The prospective contractor(s) must be U.S. owned and operated with no foreign influence as defined by 32 U.S.C. § 2004.20 et seq., National Industrial Security Program Executive Agent and Operating Manual, unless acceptable mitigating procedures can and have been implemented and approved by the Defense Counterintelligence and Security Agency (DCSA) formerly Defense Security Service (DSS). The selected contractor and/or subcontractor must be able to acquire and maintain a secret level facility and Personnel Security Clearances. This will allow contractor personnel to perform on advanced phases of this project as set forth by DCSA and NAVAIR to gain access to classified information pertaining to the national defense of the United States and its allies; this will be an inherent requirement. The selected company will be required to safeguard classified material during the advanced phases of this contract IAW the National Industrial Security Program Operating Manual (NISPOM), which can be found at Title 32, Part 2004.20 of the Code of Federal Regulations.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
High-Gain Directional Low-Frequency Sonobuoy ArrayNAVY - SBIR Topic DON26BZ01-NV006
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop an A-size deployable low-frequency vertical line array of vector sensors for long-range passive ASW detection, directional sensitivity, and STANAG 4718 compliant communications in deep-water operations.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop a high-gain, low-frequency vertical line array of vector sensors capable of long-range passive detection and enhanced signal processing, deployable in an A-size form factor.
Description:
To enhance anti-submarine warfare (ASW) detection and directional sensitivity in deep waters, the U.S. Navy requires a high-gain directional, low-frequency.
The objective is to develop a high-gain, low-frequency vertical line array of vector sensors capable of long-range passive detection and enhanced signal processing, deployable in an A-size form factor.
The system will be deployed from Navy Maritime Patrol and Reconnaissance Aircraft, have capability across multiple operational environments, and will utilize the necessarily varied hardware configurations, passive processing, and frequency characteristics to consistently achieve critical ASW metrics.
The sonobuoy must support deep-water tactical operations. Deployment depths up to 1000’ and 8 hours of life is required. The array design will provide 17 dB of gain at the design frequency in a three-dimensional isotropic ambient noise field as a minimum. The maximum saturation level will be 128 dB/µPa at 100 Hz with a total dynamic range of 96 dB. The sensor solution must be low power and fit within an "A" size sonobuoy (4.875-inch diameter x 36-inch length, weight under 40 pounds). Acoustic data sent to the aircraft from each vector sensor shall consist of Omni, Sine, and Cosine data. The communications link must comply with NATO's STANAG 4718. Long term plans include using the array in a persistent sonobuoy.
Work produced in Phase II may become classified. Note: The prospective contractor(s) must be U.S. owned and operated with no foreign influence as defined by 32 U.S.C. § 2004.20 et seq., National Industrial Security Program Executive Agent and Operating Manual, unless acceptable mitigating procedures can and have been implemented and approved by the Defense Counterintelligence and Security Agency (DCSA) formerly Defense Security Service (DSS). The selected contractor must be able to acquire and maintain a secret level facility and Personnel Security Clearances. This will allow contractor personnel to perform on advanced phases of this project as set forth by DCSA and NAVAIR to gain access to classified information pertaining to the national defense of the United States and its allies; this will be an inherent requirement. The selected company will be required to safeguard classified material during the advanced phases of this contract IAW the National Industrial Security Program Operating Manual (NISPOM), which can be found at Title 32, Part 2004.20 of the Code of Federal Regulations.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Tele-Operated/Autonomous Mechatronic Vehicle Kits for Use In Mixed Disaster Environments - SBIR Topic DON26BZ01-NV031
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to build modular “erector-set” mechatronic vehicle kits—swap-and-reconfigure motors, sensors, and software—for field-built tele-operated/autonomous systems that adapt to mixed disaster tasks (logistics, inspection, recovery) with rugged options (water/fire/cold).
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Create a mechatronic kit (roughly 3 feet wide, 3 feet long, 3 feet high, and weighing 220 pounds) with parts that can be easily swapped and reconfigured – including motors, sensors, and software – so that small teams can quickly build and change the mechatronic system in the field to handle many different tasks.
Description:
First responder teams are small and have many tasks. Mechatronic solutions could help, but current solutions suffer from key shortfalls:
- They are an overly special purpose, limited in broad utility
- They lack common architecture, and cannot be repurposed or decomposed/recomposed for easy transport and repair
- They cannot be physically combined for additional power, speed or endurance
- Many key prime mover components are not manufactured at United States
This topic aims to create mechatronic prototypes that first responders can build in the field from basic parts (like frames, motors, computers, and controls). These mechatronic systems will be easy to customize for different needs. Preconfigured applications could include:
- Simple logistics support (e.g., carrying, loading, unloading)
- Intermediate applications (e.g., inspection, search and recovery)
- Advanced capabilities (e.g., waterproof, fire resistant, cold tolerant)
This topic aims to develop an open-ended physical architecture like an “Erector Set” with potential for endless variation.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Automated Ice Detection and Polar Navigation Tool (PolarNav) - SBIR Topic DON26BZ01-NV027
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to build a prototype GIS-based Arctic navigation planning tool that fuses onboard, airborne, satellite, and model data to forecast sea ice (12–96 hrs) and recommend optimized, vessel-aware routes through ice-infested waters.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop a prototype for a system that integrates information on sea ice conditions from a diverse set of sources, including shipboard instruments, airborne and spaceborne sensors, and sea ice model output, to yield optimized route options as a planning aid for navigation through ice-infested waters in polar regions.
Description:
Recent trends of warming in the Arctic have led to a steady decrease in the extent of multi-year sea ice, a corresponding increase in seasonal sea ice, and an overall lengthening of the navigable season [Refs 1, 2], thereby making the Arctic increasingly open to maritime traffic. Vessels operating in and near sea ice must make navigation decisions that balance the capabilities of the ship with the objectives of their voyage. Such route planning is complicated by the dynamic nature of sea ice, as it is subject to movements caused by a number of factors such as the Beaufort Gyre, transpolar drift, and weather events, which are even more pronounced on the thinner, seasonal ice. A system capable of aiding navigation teams in route planning based on ice observations and forecasts over time scales on the order of hours to days is essential for safe navigation through polar regions.
Currently, ice navigation relies heavily on manual processes. A majority of route planning information comes from satellite imagery, either optical or synthetic aperture radar (SAR), or from forecast information from entities like the U.S. National Ice Center. Due to dynamic weather conditions and rapid movement, the operational value of overhead imagery is sometimes temporally limited. These longer-range data sources are augmented by shipboard systems, such as onboard radar systems for icebergs, in-situ ice floe, and pack ice detection, which typically have detection ranges on the order of a few tens of kilometers. These close-range systems help inform tactical navigation decisions and near-term route planning.
Key aspects of ice analysis, whether conducted onboard or remotely, are ice edge definition, identification of ice types (e.g., seasonal ice, multi-year ice) and concentration, and detection of ice features such as ridges and icebergs. This analysis is then presented to the navigation team and command who assess the current and planned route and make course adjustments as necessary. Current ice forecasts do not always adequately account for projected ice movement over the next 12-96 hours, which is crucial for effective route planning. Moreover, the analysis and route planning are often separate functions, each conducted by distinct teams based on their own personal experience and knowledge. This separation can lead to suboptimal decisions and increased risk.
The goal of this SBIR topic is to develop a prototype tool that helps ships make safe navigation decisions in the Arctic. The tool should leverage established ice prediction models and incorporate other available sources to assimilate models and improve forecasts. These additional sources may include:
Onboard sensors: Radar, thermal cameras (forward-looking infrared), and microwave sensors on the ship.
Aircraft sensors: Sensors on airplanes and unmanned aerial systems (if available).
Satellites: Optical and SAR data, dynamically updated with every new overpass.
Iceberg records: Historical data on where icebergs have been seen/located (e.g., from the U.S. Coast Guard's International Ice Patrol).
The envisioned product is a geographic-information-system-based tool that uses artificial intelligence, first-principles algorithms, and automated data processing schemes to combine information from the above sources, update model-based predictions, provide 12–96-hour sea ice forecasts, and suggest potential navigation routes. Route options should consider vessel specifications, such as ice resistance characteristics and fuel consumption rate, and provide options for fastest route to destination, shortest route to destination, route with minimal wear/tear on vessel and crew, and maximum safe speed based on ship hull type/construction. Ultimate route decisions should be left to the vessel’s navigation team.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Passive-Active Combo System for Unmanned Characterization of Littoral Environments - SBIR Topic DON26BZ01-NV026
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop a lightweight passive spectral imager + dual-wavelength topo-bathy LiDAR payload for Group 2 UAVs, enabling real-time littoral mapping, bathymetry to ~20m, and underwater target/terrain characterization with onboard processing and downlink.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop a lightweight, integrated passive imaging and LiDAR system, deployable on an unmanned aerial platform for target detection, feature characterization, and bathymetry retrieval in littoral environments. The system should be light enough for deployment from a Group 2 (max. gross takeoff weight: 21 – 55 lbs.) unmanned aerial vehicle (UAV).
Description:
Achieving and maintaining maritime dominance in the coastal battlespace requires the Navy and Marine Corps to have superior situational awareness. A key component of this dominance is the ability to rapidly characterize shallow, nearshore environments [Ref 1] in real-time using agile, unmanned aerial platforms. To this end, a system is needed that provides (1) bathymetry retrieval; (2) detection and discrimination of underwater targets; and (3) characterization of the land-ocean interface (i.e., surface type, topography, and shallow-water bathymetry).
Current UAV-based shallow water and littoral zone characterization relies on either (1) passive imagers alone or (2) bathymetric LiDAR systems deployed on larger airborne platforms or in separate missions. While passive imagers effectively characterize surface features, bathymetric LiDAR is necessary for bathymetry retrieval and underwater target detection. Simultaneous deployment of both a high-performance passive imager and a bathymetric LiDAR on a Group 2 UAV is challenging due to payload weight limitations. Systems that attempt this combination often compromise sensor performance or utilize topographic LiDAR [Ref 2], which uses near-infrared wavelengths unsuitable for bathymetry retrieval.
One potential solution is a system that can accommodate a passive imager and a dual-wavelength LiDAR that operates at two wavelengths – one where light penetrates deep into the water column and another with very little to no penetration into the water column – which can be used to effectively discriminate between LiDAR returns from the water surface and the substrate. The heaviest part of a topo-bathy LiDAR is the scanning component. A non-scanning, nadir-viewing LiDAR system would be light enough for simultaneous deployment on a Group 2 UAV. The passive imager could be hyperspectral or multispectral but should provide sufficient spectral information to spectrally characterize the water column and the land-ocean interface and discriminate underwater objects and features. Single nadir lines of LiDAR returns from adjacent flight lines could be mapped onto corresponding spatially explicit imaging data to build three-dimensional profiles of bathymetry. Coincidental LiDAR and imaging data could also be used to train a regression-based machine learning (ML) model to estimate depths from the imaging data, similar to previous empirical approaches [Ref 3].
The system should provide rapid onboard processing of passive spectral and LiDAR data and real-time downlink of preliminary output to a ground station. The output should include a true-color composite of the target area, a topo-bathy map, a target detection map (showing locations of targets of interest, which could be new objects or objects with known properties pre-programmed into the system), and a terrain characterization map (showing information on the terrain type, concentration of optically significant constituents in the water column, and bottom type). Performers may use simple or sophistical techniques to retrieve information from spectral imaging data, such as simple band-ratio algorithms, spectral inversion based on radiative transfer modeling, spectral derivatives, or ML techniques. The system should provide the above information for coastal waters up to 20 meters depth in moderately turbid waters (diffuse attenuation coefficient at 490 nm, Kd(490) ˜ 2-4 m-1). Note: SBIR funds may be used to purchase a Group 2 UAV to serve as a platform for the imager + LiDAR combo system.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below:
Leveraging Machine Learning for Advanced Passive Sonar Tracking - SBIR Topic DON26BZ01-NV025
Deadline: April 29, 2026 (Estimated)
Funding Award Size: $240,000 (Estimated)
Description: Funding to develop machine learning–based automation that improves detection, tracking, classification, and localization of underwater contacts using passive sonar data across multiple sensors and display systems for anti-submarine warfare operations.
Disclaimer:
This topic was temporarily posted by the Department of War SBIR Program on March 2nd 2026 and removed the following day.
We believe this topic is planned to be released once the SBIR program is reauthorized; however, this topic may ultimately be modified or withdrawn.
Sign up below to be notified as soon as this topic is released again. In the meantime, we’d recommend you start planning to respond if within your capabilities.
Funding Amount:
Est. $240,000
Deadline to Apply:
Est. April 29th, 2026.
Objective:
Develop advanced automation to detect, locate, classify, and correlate contacts across multiple sonar sensors and multiple display surfaces.
Description:
Passive sonar systems employ a standardized signal processing pipeline to track, classify, and localize underwater contacts. This automated process, often referred to as "automation," begins after front-end processing generates visual displays for sonar operator analysis and automated processing. Existing algorithms that track energy signatures on these displays typically include Kalman filters, probabilistic multi-hypothesis trackers, and particle filters. However, these traditional tracking methods, as implemented in current operational systems, often fail to fully leverage the potential of modern machine learning techniques. This SBIR topic seeks to incorporate cutting-edge machine learning technologies into passive sonar processing to significantly improve tracking, classification, fusion, and localization of current anti-submarine warfare passive sonar systems. The specific threshold and goals for performance improvement are as indicated in the following table.
Targeted Improvement
Metric
Threshold
Objective
TrackingIncrease Hold Time Ratio10%
20%
TrackingReduce Time to Detect10&
20%
ClassificationIncrease Probability of Correct Classification10%
15%
ClassificationReduce Probability of False Alerts10%
15%
Track FusionIncrease Probability of Correct Association15%
20%
LocalizationReduce Area of Uncertainty15%
20%
Work produced in Phase II may become classified. Note: The prospective contractor(s) must be U.S. owned and operated with no foreign influence as defined by 32 U.S.C. § 2004.20 et seq., National Industrial Security Program Executive Agent and Operating Manual, unless acceptable mitigating procedures can and have been implemented and approved by the Defense Counterintelligence and Security Agency (DCSA) formerly Defense Security Service (DSS). The selected contractor must be able to acquire and maintain a secret level facility and Personnel Security Clearances. This will allow contractor personnel to perform on advanced phases of this project as set forth by DCSA and ONR in order to gain access to classified information pertaining to the national defense of the United States and its allies; this will be an inherent requirement. The selected company will be required to safeguard classified material during the advanced phases of this contract IAW the National Industrial Security Program Operating Manual (NISPOM), which can be found at Title 32, Part 2004.20 of the Code of Federal Regulations.
Who will win?
If you can achieve the objective above better than any other company on the market, you have a very high-likelihood of success and should apply.
Who is eligible to apply?
Any company that meets the following criteria:
For-profit company
U.S.-owned and controlled.
500 or fewer employees (including affiliates)
How Can BW&CO Help?
1) End-to-end support including, strategy, writing of the full proposal, and administrative & compliance support.
2) Proposal strategy and review.
3) Administrative & compliance support.
Request to talk with a member of our team by completing the form below: