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
Kronos Program – Commercial Solutions Opening (CSO)
Deadline: December 11, 2025
Funding Award Size: $1-$5 Million
Description: Space Systems Command’s Kronos Program seeks innovative, commercial prototype solutions that enhance Space Force command and control (C2) across cloud-native infrastructure, mission applications, AI/ML, data integration/visualization, and zero-trust cybersecurity. Current AOIs include Operational C2, Battle Management, and Space Intelligence.
Executive Summary:
Space Systems Command’s Kronos CSO is soliciting commercial prototype solutions that strengthen Space Force command and control (C2). Submissions must align to Areas of Interest (AOIs) (Operational C2, Battle Management, Space Intelligence). Phase I requires a brief overview deck (5 slides) and a 5-page white paper; selected offerors may be invited to Phase II for full proposals. Phase I materials are due Dec 11, 2025 at 12:00 pm MT.
How much funding would I receive?
The CSO does not specify dollar amounts but likely in the millions of dollar range. The Government may issue OTA or FAR-based prototype awards; follow-on production is possible if the prototype is successful, subject to available funding and approvals.
What could I use the funding for?
Prototype development aligned to an Area of Interest below:
AOI 01: Operational Command and Control
The Kronos PMO is seeking innovative solutions that enable end-to-end C2 functionality, including planning, preparation, execution, and assessment, within a unified, interoperable framework. Key capabilities include developing and prioritizing commander’s intent; supporting both deliberate and dynamic target development and effects-based operations; conducting capability and feasibility analysis; facilitating commander’s decision-making and force assignment; monitoring real-time mission execution with adaptability to changing conditions; performing combat assessment; and providing comprehensive shared situational awareness across joint, and allied partners. The innovative solution must be scalable, modular, and extensible to support evolving mission needs and emerging technologies. Cloud-native design, DevSecOps practices, AI/ML integration, advanced data management, and zero trust cybersecurity principles are highly desired. Submissions should demonstrate how the proposed solution delivers a cohesive, resilient, and adaptable C2 capability aligned with U.S. Space Force operational priorities and enables agile, data-driven decision-making across the Kronos Enterprise.
AOI 02: Battle Management
The Kronos PMO is seeking an integrated Space Attack Planning Toolkit to enable advanced effects-based planning and coordination across the Kronos Enterprise. The desired solution will support the ability to match space resources to effects-based requirements by synthesizing commander’s guidance, effects, and operational priorities with real-time resource status, including tactical units and ISR assets. The solution should expedite C2 planning and enhance coordination between operational and tactical levels. Key capabilities include integration of tactical C2 assessment tools to enable rapid course of action development, feasibility modeling, probability of success analysis, and collateral impact assessment. The solution should support tactical C2 planning by providing real-time status, warnings, and orders to tactical units, while capturing and managing CONOPs and CONEMPs to ensure coherent command relationships and execution pathways. Additionally, the toolkit must enable tactical C2 monitoring and visualization of ongoing effects, support dynamic guidance updates, and facilitate responsive coordination with tactical units within established rules of engagement. The solution must be modular, scalable, and designed for seamless integration with the broader Kronos C2 architecture, with an emphasis on agility, real-time data integration, and operational relevance.
AOI 03: Space Intelligence
The Kronos PMO is seeking an integrated Intelligence solution to enhance decision advantage for joint and coalition forces across the Kronos Enterprise. The desired solution must unify three core intelligence capabilities: battlespace characterization, collection operations, and targeting. Battlespace characterization should enable continuous understanding and prediction of adversary capabilities, tactics, dispositions, centers of gravity, and courses of action, with dynamic assessments that inform targeting and operational decision-making. Collection operations must support the tasking and synchronization of ISR assets and exploitation resources to acquire actionable data on the operational environment, adversary activity, and infrastructure, closing intelligence gaps and enhancing situational awareness. The targeting component must provide a continuous, analytic process to select, prioritize, and engage targets in alignment with commander objectives, integrating intelligence at every stage of the targeting cycle. The solution must facilitate seamless coordination across functional disciplines and between operational and tactical levels. Scalability, modularity, and interoperability with the broader Kronos C2 architecture are essential, with emphasis on real-time data integration, dynamic visualization, and AI/ML-driven analytic capabilities. Submissions should clearly demonstrate how the solution enhances intelligence-driven operations and supports timely, informed, and effective decision-making across the joint force.
Are there any additional benefits I would receive?
Beyond the direct funding, participation offers major strategic advantages:
Government Validation and Credibility:
Selection through the CSO process signals that your company’s industrialized construction approach meets urgent defense infrastructure modernization goals. That endorsement strengthens credibility with defense primes, base infrastructure offices, and private investors.
Enhanced Market Visibility and Notoriety:
Awardees gain visibility through announcements, government communications, and defense industry press—establishing your firm as a recognized innovator in resilient military housing and off-site manufacturing.
Follow-On Production Opportunities:
Successful prototypes can transition directly to follow-on production agreements without further competition, potentially unlocking multi-installation, multi-year build programs.
Nondilutive Growth and Exit Value:
Winning an OT award provides nondilutive capital and validation, often leading to higher valuations and stronger acquisition potential for defense and construction-tech firms.
What is the timeline to apply and when would I receive funding?
Phase I (Initial Submission): Overview briefing (≤5 slides plus required Quad Chart) and a 5-page white paper; optional pitch session may be requested.
Phase II (By Invitation): Technical Approach, Statement of Work, and Price proposal per RFP instructions.
Awards/Timing: The Government may fund all, some, part of, or none of the proposals and may incrementally fund awards; timing is subject to availability of funds.
Where does this funding come from?
Space Systems Command, Kronos Program of Record, using primarily Other Transaction Agreement (OTA) authority under 10 U.S.C. §§ 4021-4022, with potential for FAR-based contracts where appropriate
Who is eligible to apply?
Offerors proposing innovative commercial prototypes addressing the AOIs (page 5).
What companies and projects are likely to win?
Solutions that show Government interest and technical merit, align with AOIs, demonstrate integration feasibility, modern software practices, and offer reasonable pricing. Vendor viability and security posture are also considered.
Are there any restrictions I should know about?
Prototype focus; follow-on production not guaranteed.
All Phase I & II submissions unclassified; Phase II performers should hold required clearances if classified work is proposed.
Data/IP rights negotiated per DFARS (FAR-based) or via OTA; Government intends to acquire only necessary rights.
Export controls (ITAR/EAR) and FOCI disclosure apply.
Non-Government advisors (FFRDC/SETA/SE&I/A&AS) may review under NDAs.
OCI analysis/mitigation required at Phase II.
CRWL considerations per FY25 NDAA may affect award eligibility.
How long will it take me to prepare an application?
For a first-time applicant, preparing a competitive powerpoint and white paper will take 75-100 hours in total.
How can BW&CO help?
Our team specializes in complex federal R&D proposals and can:
Triple your likelihood of success through proven strategy and insider-aligned proposal development
Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations
Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.
How much would BW&CO Charge?
Our full service support is available for the Overview Briefing and White Paper for $7000. Pitch & Full proposal quoted upon invitation.
Fractional support is $300 per hour.
For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.
Additional Resources
View the Solicitation Here.
DARPA Track at Big Distances with Track-Before-Detect (TBD2)
Deadline: December 4, 2025
Funding Award Size: Unspecified (Est: $1M to $5M)
Description: Funding for innovative signal processing algorithms and payload designs that enable continuous detection and tracking of faint objects in cislunar space. The goal is to advance real-time, onboard space situational awareness (SSA) capabilities using commercial or quasi-COTS sensors and processors positioned at the Sun-Earth L1 point (SEL1) or in beyond-GEO orbits.
Executive Summary:
DARPA’s Strategic Technology Office (STO) is funding the Track at Big Distances with Track-Before-Detect (TBD2) program to develop advanced algorithms and payload designs for real-time space situational awareness in cislunar space. Selected teams may receive multi-million-dollar OTAs to build prototypes over a 15-month effort. Abstracts are due December 4, 2025, and companies should begin preparing materials now to meet the deadline.
How much funding would I receive?
DARPA anticipates multiple OTA prototype awards ranging from approximately $500K to $5M+, depending on technical scope, cost realism, and contribution to program goals. Larger awards are possible for high-complexity payload and algorithm development efforts.
What could I use the funding for?
1.Background
The goal of the TBD2 program is to enable continuous space-based detection and tracking of objects in cislunar space on relevant timelines. This effort will increase the safety of cislunar commercial and civilian traffic contributing to the peaceful use of space for the benefit of all nations and enabling a sustainable space ecosystem. To accomplish this, TBD2 seeks to advance the state of the art for signal processing algorithms so that when combined with commercial off-the-shelf (COTS) or quasi-COTS optical sensors and/or focal plane arrays (FPAs), they can a) detect and track faint objects at gigameter (Gm) distances, b) operate using available onboard processing capabilities, and c) do so on relevant timelines (within hours).
Figure 1: TBD2 seeks to extend space situational awareness beyond GEO to cislunar space
Existing space situational awareness (SSA) capabilities are primarily focused on objects in geosynchronous orbit (GEO) or closer. Extending SSA to cislunar space presents unique challenges as the distances are much greater and the volume of space needing to be scanned is ~1,200 times greater than GEO. Ground-based systems can combine large optics with complex, resource-intensive algorithms to enable cislunar detections, but are limited by their fixed location on the ground, inability to detect or track objects during hours of sunlight, and having to contend with weather and the Earth’s atmosphere. TBD2 seeks to solve this by moving the sensor to space, specifically to the Sun-Earth Lagrangian point 1 (SEL1) in order to negate any blinding of the sensor by the sun and enable a continuous view of most of cislunar space via a single sensor. To achieve this, TBD2 will require a novel approach to signal processing to detect faint objects (magnitude 23) at distances up to 2 Gigameter (Gm), while also minimizing processing time to the point that all cislunar space can be scanned within 12 hours. For a sensor at SEL1, sending image data to the ground for processing would require a continuous high-rate downlink that is impractical, if not infeasible, due to limitations in bandwidth, latency, energy budgets, and relative positions of the sensor and Earth. Therefore, TBD2 aims to develop or adapt signal processing algorithms that can be run in quasi-real time via onboard processing.
In addition to signal processing, TBD2 will also develop two distinct payload designs that optimize the combination of the signal processing with sensors/space-based compute platforms for two distinct scenarios: SEL1 and beyond GEO orbits. While SEL1 is of particular interest, alternate employment options could potentially enable a closer view of certain cislunar areas while also allowing for the detection and tracking of <1-meter objects that could endanger government, commercial or civil space operations. TBD2 will have three final deliverables:
1. The low complexity algorithm software implementation
2. Two payload designs that include the optics/sensor and compute platform combinations to be used for:
a. placement in SEL1.
b. placement in beyond GEO/cislunar orbits.
If successful, TBD2 will improve early warning capabilities for defense and civilian agencies who track potential threats and objects of interest originating from or transiting cislunar space, contributing to the safe and peaceful use of space for all nations. The fully developed signal processing algorithms capable of meeting program metrics and program goals and payload designs approved through Systems Requirements Review (SRR) constitute the Prototypes developed under the TBD2 Program.
TBD2 is a 15-month single-phase effort with two tasks.
Task 1 is to reduce the computational needs (and associated power consumption) of signal processing algorithms needed to detect faint moving objects at distances of millions of kilometers (km), and
Task 2 is to develop a payload design trade study that optimizes quasi-COTS sensors, onboard processors, and algorithms to achieve overall TBD2 goals.
1.2. Program Description/Scope
While many limitations of current approaches for cislunar SSA can be mitigated by placing sensors far from Earth (such as at SEL1), this introduces several technical challenges. Primarily, detecting and tracking faint moving resident space objects (RSOs) of 1 meter from SEL1 requires sensitivity levels capable of detecting objects as faint as 23 visual magnitude.
Achieving such sensitivity with quasi-COTS optics/sensors requires carefully optimized signal processing algorithms, which would traditionally be run via terrestrial compute platforms.
One theoretical path to achieving high sensitivity is through long integration times, stacking hundreds or thousands of image frames to boost signal-to-noise ratio (SNR), but this approach introduces latency which undermines achieving detection within appropriate timelines. While current synthetic tracking and track-before-detect algorithms can theoretically reach these sensitivities, they are computationally expensive—requiring around 300 Trillion Floating-Point Operations Per Second (TFLOPs) (FP32) to operate effectively from SEL1 with limited SNR loss. Addressing this compute need without compromising performance is the main goal of the TBD2 program.
There are several algorithms, generally belonging to the Track-Before-Detect family of Algorithms (TBDAs), developed for or adapted to the detection of faint moving objects in deep space – including near-Earth asteroids, main belt asteroids, and cislunar RSOs. While some methods linearly scale with the number of frames, pixels, and motion hypotheses, alternative strategies may yield sublinear or logarithmic scaling in some dimensions. TBD2 encourages the development of such efficient architectures to enable quasi–real-time onboard detection capability while also maintaining adequate performance.
TBD2 actively encourages exploration of innovative techniques, including but not limited to:
• Coarse-to-fine search methods (e.g., motion-aware pyramidal stacking).
• Radon transforms and their efficient approximations such as the Fast discrete X-ray Transform (FaXT).
• Probabilistic voting schemes to prune velocity hypothesis space over time.
• Techniques developed in the broader Infrared Search and Track (IRST) community combined with cislunar SSA algorithms to reduce complexity, e.g., exploiting their capability of treating hypothesized trajectories stochastically and pruning them early keeping complexity bounded, and their capability to operate at low SNR.
• Multi-sensor per platform designs, as multiple telescopes lower revisit time and reduce computational needs by reducing the number of pictures, shortening integration time, and reducing the number of hypothesized velocities.
DARPA is interested in the performance of TBD2 algorithms in several areas, and the government will provide data sets to test each of these areas individually as well as together. Some of the data sets provided will be real data from an optical sensor, others will be partially synthetic (i.e., real data with fake moving objects added to the data), and others will be totally synthetic data sets.
Data sets will be provided to each performer for “practice” with their approach, while additional data sets will be used for evaluating the algorithms. In general, the number of data sets provided for "practice" will not be sufficient for training Artificial Intelligence (AI)/Machine Learning (ML) algorithms, so AI/ML proposers are responsible for the training of their algorithms. If requested, the government team can provide guidance to each team on how to insert their own “fake” objects for training AI models. It is expected that, over the program period of performance, thousands of data cubes will be analyzed to collect performance statistics. The government has not finalized the data format yet, and the final data format may address discussions between selected performers and the government team.
At the midpoint and conclusion of the period of performance, performer algorithms will be evaluated on a government team-hosted platform to assess accuracy of detection and tracking of dim targets of various magnitudes and required computational power for quasi real-time execution. Each performer will need to provide an executable code that will be run on a common computer they will have access to. At the midpoint and final evaluations, approaches will be evaluated according to the program metrics (Section 1.5), but additional attributes will also be considered:
• Sensitivity vs. integration time tradeoffs.
• Peak TFLOPs and memory (gigabytes) required to store and process intermediate results.
• Astrometric accuracy (comparing output to limits imposed by optics, point spread function (PSF), and photon statistics; RSO velocity estimation accuracy, etc.).
• Weight and rough order of magnitude (ROM) cost of payload and bus.
In addition to the signal processing approaches, performers will be expected to develop two distinct payload designs: one for employment at SEL1, and another for employment in a beyond GEO/cislunar orbit. While SEL1 may be a good location to perform continuous cislunar SSA of ~1m sized RSOs, it is important to also explore additional options, such as orbits beyond GEO and around EMLs (Earth-Moon Lagrangians). These orbits offer closer views of the Moon and the Earth-Moon corridor thus allowing detection and tracking of smaller objects of magnitude 23 (10-20 cm at 200,000-400,000 km), as well as covering the remaining part of cislunar space that is obstructed from SEL1.
Four possible missions for the placements of a few TBD2 sensors include:
1. Monitoring the Earth-Moon corridor
2. Monitoring lunar orbits, including EML1 and EML2
3. Monitoring medium earth orbit (MEO)/GEO orbits
4. The small part of cislunar space that has an obstructed view from SEL1
The payload designs should suggest optimal optics and sensor, algorithm, and compute platform combinations for use at SEL1 and these additional orbits. Pursuing a single payload solution (optics and sensor plus compute platform combination) for the four cislunar missions identified above is strongly encouraged. These payload designs should consider aspects such as:
• Number of telescopes, optical aperture size, and sensor parameters
• SNR detection regimes (background-limited vs. read-noise-limited)
• Platform requirements for imaging at various integration times
• Required computational needs
• Consumed power
• Estimate of payload size, mass, power requirements
• Weight, power consumption, and ROM cost of payload and bus
For the payload design, factors such as payload mass and power consumption are of critical importance. For example, multi-sensor per platform designs are of interest as multiple telescopes reduce the number of pictures and shorten integration time, thus lowering revisit time and reducing the number of hypothesized velocities. Any proposed multi-telescope options would need to quantifiably justify the performance increase at the cost of mass and volume.
The payload designs will be evaluated near the end of the 15-month period of performance via a Systems Requirements Review (SRR) with the government team. This SRR will include examination and evaluation of the functional and performance requirements designed for the individual components (signal processing, computer platform, sensor) and overall payload of the two employment scenarios. The intent is that at the conclusion of the TBD2 program, the SRR-approved payload designs can be used to proceed with the initial system design by a transition partner.
Overall, at the completion of the 15-month period of performance for TBD2, the government’s expectation is to have prototypes of the fully developed signal processing algorithms capable of meeting program metrics and program goals and payload designs that have been approved through SRRs. This will pave the way for designing and building the payload after the end of the program.
Are there any additional benefits I would receive?
Beyond funding, TBD2 awardees gain significant strategic and reputational advantages:
DARPA Validation and Credibility:
Selection under DARPA’s STO signals exceptional technical capability and strategic relevance in defense and space innovation—often accelerating follow-on funding, partnerships, and investor confidence.
Enhanced Market Visibility:
DARPA-funded projects receive national-level attention in defense and aerospace circles, elevating recipients’ profiles as leading-edge space technology providers.
Ecosystem Access:
Participants collaborate with top experts in signal processing, optical sensing, and SSA, building direct connections to DoD transition partners and primes seeking flight-ready technologies.
Nondilutive Growth and Exit Value:
Because TBD2 is nondilutive federal funding, awardees retain IP ownership (with limited government-use rights), strengthening their valuation and commercial leverage for future acquisitions or private investment.
What is the timeline to apply and when would I receive funding?
Abstracts Due: December 4, 2025, 12:00 PM ET
Oral Presentation Invitations: by government request, estimated four weeks after abstract submission.
Awards Announced: Early 2026
Program Start: Upon award of OTA (15-month duration)
Funding is typically issued shortly after OTA negotiation and execution, following DARPA’s oral presentation evaluations and selections.
Where does this funding come from?
Funding is provided by the Defense Advanced Research Projects Agency (DARPA) under its Strategic Technology Office (STO) through Other Transaction Agreements (OTAs) authorized under 10 U.S.C. § 4022 for prototype projects.ds.
Who is eligible to apply?
Eligible applicants include:
Large and small businesses
Nontraditional defense contractors (per 10 U.S.C. § 3014)
Academic and research institutions (per 15 U.S.C. § 638(e)(8))
What companies and projects are likely to win?
DARPA will prioritize teams that demonstrate:
Proven expertise in signal processing, AI/ML, or SSA algorithms.
Ability to run real-time detection on space-qualified compute platforms with limited power (≤600W).
Designs that integrate quasi-COTS optics and sensors with innovative onboard processing.
Clear performance metrics and feasible payload trade studies for SEL1 and beyond-GEO orbits.
Collaborations between algorithm developers, optical engineers, and hardware integrators are strongly favored.
1.5. TBD2 Goals, Metrics, and Constraints
The objective of TBD2 is to enable continued space-based detection and tracking of objects in cislunar space within appropriate revisit timelines, thereby increasing the safety of cislunar commercial and civilian traffic and contributing to the peaceful use of space for all nations. The proposed concept is to place optical sensor(s) beyond GEO and use algorithms with reduced computational needs that run on available onboard processing to achieve this, and the program metrics are focused on key parameters for achieving space situational awareness. This includes metrics for detection range and sensitivity, revisit times, and onboard processing power consumption, combined with the ability to achieve positive detections while minimizing the chance of false detections.
In addition to the metrics, several constraints are provided in order to guide proposer solutions. The first constraint is that performers should assume a value of 20% albedo or less (i.e. assume no more than 20% of light is reflected from the RSO’s surface) for all potential RSOs. The second is to have performers assume that their processing time must be equal or less than the integration time when developing their payload trade studies. The third constraint limits any proposed optical aperture to a maximum diameter of 0.5 meters.
Are there any restrictions I should know about?
All work must be unclassified.
Cost-sharing may be required only for traditional defense contractors without nontraditional partners.
Export-controlled technologies must comply with U.S. export laws (ITAR/EAR).
How long will it take me to prepare an application?
For a first-time applicant, preparing a competitive abstract will likely take 40–60 hours in total.
How can BW&CO help?
Our team specializes in complex federal R&D proposals and can:
Triple your likelihood of success through proven strategy and insider-aligned proposal development
Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations
Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.
How much would BW&CO Charge?
Our full service support is available for the Abstract for $4000. Assistance with Oral Presentation quoted upon invitation.
Fractional support is $300 per hour.
For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.
Additional Resources
View the Solicitation here.
Adaptive Manufacturing and Integration at Scale (10^n)
Deadline: November 21, 2025
Funding Award Size: $20 Million+
Description: Seeks commercial solutions to prototype and demonstrate responsive, adaptive, and scalable production methods—including digital design, AI-enabled software, 3D printing, CNC, automated molding, and software-defined manufacturing—to strengthen and expand the U.S. domestic space supply chain. The goal is to achieve on-demand production of space systems and components at scale (hundreds per month, thousands per year), enabling a resilient, agile, and commercially viable industrial base capable of supporting defense and dual-use space missions.
Executive Summary:
The Department of War (using the DIU Commercial Solutions Opening process) is seeking commercial prototypes that demonstrate responsive, adaptive, and scalable production methods (e.g., digital design, AI-enabled software, 3D printing, CNC, automated molding, software-defined manufacturing) to create a resilient domestic space supply chain capable of on-demand production at unprecedented scale.
Responses are due by November 21, 2025, meaning companies should begin preparing today and seek additional help in order to meet this deadline.
How much funding would I receive?
Funding levels are not pre-set. Awards are made under Other Transaction (OT) authority, which allows the government to negotiate prototype agreements of varying scale based on project scope and relevance. Vendors selected for Phase 2 will provide a Rough Order of Magnitude (ROM) cost estimate. Follow-on production contracts—potentially of significantly larger magnitude—may be awarded without further competition if the prototype is successful.
What could I use the funding for?
Background and Problem Statement: The current domestic space supply chain, is oriented towards low-volume, exquisite production of bespoke components for highly specialized spacecraft. This model involves long lead times, high costs, and minimal bench stock. Suppliers are typically small and specialized entities that produce components in units of tens, not hundreds or thousands.
This legacy approach cannot meet current demand, which is driven by a dramatic increase in heavy lift launch capacity, cadence (trending towards a launch every day), and the need for proliferated satellite architectures. The existing exquisite supply chain will not scale without significant government investment and is unlikely to achieve the production levels needed to support the warfighter in times of conflict.
In response, the Department of War (DoW) is seeking commercial solutions to address production rate and capacity challenges in the U.S. space supply chain. This initiative aims to leverage digital design, AI-enabled software, adaptive manufacturing, and agile testing to rapidly produce dual- use space systems on demand and at commercial scale. Developing responsive, scalable and affordable space systems is critical for maintaining U.S. technological leadership in the space domain.
The Desired Solution and Key Objectives
The DoW seeks commercial solutions to prototype and demonstrate responsive and adaptive production methods (e.g., design for manufacturing (DFM), artificial intelligence (AI), 3D printing, computer numerical control (CNC), automated molding, software-defined manufacturing) with the goal of creating a resilient, adaptive, and agile domestic space supply chain capable of on-demand production at an unprecedented scale.
Key objectives include:
Achieve economies of scale in the U.S. space supply chain
Disrupt DoW’s dependence on exquisite sources of parts requiring long lead times
Demonstrate on-demand production rates of hundreds of units per month (10²/mo) to thousands per year (≥10³/yr).
Team commercial suppliers, advanced manufacturers, and defense integrators to address critical supply chain shortfalls as appropriate.
Accelerate the advancement of space manufacturing readiness level (MRL).
Employ an agile Design-Build-Test and Validate/Qualify iterative process to retain technological relevance.
Participant Roles
We will form teaming arrangements from the down-selected companies to collectively meet the needs of this AOI through an iterative process of digital design, adaptive building, operational test, and independent qualification.
Companies applying should identify with one of the following roles:
Defense Integrators: Defense contractors with a successful history of executing DoW contracts for system-level production units (e.g., spacecraft, aerospace systems).
Adaptive Manufacturers: Established companies experienced in scaling design-to-production throughput, including smart factories and agile supply chains.
Disruptive Innovators: Companies of any size that have developed disruptive technologies or manufacturing capabilities that enable economies of scale (e.g., unique software, robotics, AI algorithms).
Success will be measured by the DoW’s ability to demonstrate substantial economies of scale in the mass production and integration of critical space components and systems.
Mandatory Attributes:
Must have an established production capability (e.g. technology, process, or facility) to meet the specified production rates (10²/mo or 10³/yr).
Must be able to collaborate digitally throughout all prototype phases.
Must be agile and able to source components at the speed of relevance.
Defense Integrators must be willing to team with selected commercial companies.
Desired Attributes for Compelling Solutions:
Ready to produce key elements of flight-ready hardware within 3 months of the award.
Designed for autonomous operation.
Produced domestically or via friendly foreign supply chains.
Responsive and cost-effective at production scale.
Solutions should be commercially viable independent of this specific government use case.
Product/Capabilities Exemplars
There are known critical space manufacturing supply chain bottlenecks and these challenges range from Tier 1 Systems, Tier 2 Sub Systems, Tier 3 Assemblies, Tier 4 Components and Parts, or Tier 5 Hardware and Materials. Examples include, but are not limited to, propulsion tanks, power supplies, star trackers, thrusters, rad-hard electronics, batteries, modems, crypto, harnesses, and/or domestic commodities production for space applications. It is anticipated that defense integrators include discussion of Tier 1 and Tier 2 supply chain bottleneck solutions while adaptive manufacturers and disruptive innovators can highlight specific Tier 3, 4, and 5 products/capabilities they consider candidates for this CSO. Capabilities that enable scaled production rates (10²/mo or 10³/yr) are an example.
Are there any additional benefits I would receive?
Beyond the direct funding, participation offers major strategic advantages:
Government Validation and Credibility:
Selection through the DIU CSO process signals that your company’s industrialized construction approach meets urgent defense infrastructure modernization goals. That endorsement strengthens credibility with defense primes, base infrastructure offices, and private investors.
Enhanced Market Visibility and Notoriety:
Awardees gain visibility through DIU announcements, government communications, and defense industry press—establishing your firm as a recognized innovator in resilient military housing and off-site manufacturing.
Follow-On Production Opportunities:
Successful prototypes can transition directly to follow-on production agreements without further competition, potentially unlocking multi-installation, multi-year build programs.
Nondilutive Growth and Exit Value:
Winning an OT award provides nondilutive capital and validation, often leading to higher valuations and stronger acquisition potential for defense and construction-tech firms.
What is the timeline to apply and when would I receive funding?
Phase 1 Submission Deadline: November 21, 2025 (11:59 PM ET)
Phase 2 Pitches
Phase 3 Full Proposals
Awards: Prototype OT agreements are often executed within 60–90 days of selection under the above process.
Where does this funding come from?
Funding is provided through the Department of War (DoW) under the Defense Innovation Unit (DIU) using Other Transaction (OT) authority (10 U.S.C. § 4022). This allows flexible, competitive awards to commercial vendors outside of traditional Federal Acquisition Regulations (FAR).
Who is eligible to apply?
Eligible applicants include:
Defense Integrators – Established DoD contractors capable of system-level production and integration.
Adaptive Manufacturers – Companies experienced in high-throughput, smart, or autonomous production systems.
Disruptive Innovators – Any company (including startups and SMEs) offering breakthrough technologies that enable large-scale or cost-efficient production, such as AI-driven design or robotic manufacturing.
What companies and projects are likely to win?
Defense Integrators:
Have a track record of successful DoD system-level production (e.g., spacecraft or aerospace systems).
Present clear plans to integrate adaptive manufacturers and innovators into their production pipelines.
Address Tier 1 and Tier 2 bottlenecks such as propulsion systems, payload integration, or power architectures.
Demonstrate the ability to rapidly qualify and field flight-ready units at scale.
Adaptive Manufacturers:
Operate established or emerging smart factories capable of scaling throughput from tens to hundreds or thousands of units per year.
Showcase agile, AI-enabled, or software-defined production methods (e.g., CNC automation, additive manufacturing, digital twins).
Emphasize cost-efficient, domestic, and responsive production capacity.
Target Tier 3 and Tier 4 assemblies or components where scale and speed are critical.
Disruptive Innovators:
Bring novel technologies or processes that could redefine production economics (e.g., new materials, robotics, or design automation tools).
Demonstrate a path to integration with larger production ecosystems via teaming with integrators or manufacturers.
Highlight proof-of-concept or prototype performance showing transformative potential for space manufacturing readiness.
Focus on Tier 4 and Tier 5 hardware and materials, such as rad-hard electronics, sensors, or propulsion subcomponents.
Are there any restrictions I should know about?
All production must be domestic or via allied supply chains.
Companies must comply with ITAR and DoD security requirements.
Participants must be able to share and collaborate digitally throughout prototype phases.
Defense integrators are required to team with selected commercial companies.
How long will it take me to prepare an application?
For a first-time applicant, preparing a competitive solutions brief will take 50-75 hours in total.
How can BW&CO help?
Our team specializes in complex federal R&D proposals and can:
Triple your likelihood of success through proven strategy and insider-aligned proposal development
Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations
Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.
How much would BW&CO Charge?
Our full service support is available for the Solution Brief for $5000. Pitch & Full proposal quoted upon invitation.
Fractional support is $300 per hour.
For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.
Additional Resources
View the Solicitation Here.
Barracks Resilience Through Industrialized Construction (BR-IC)
Deadline: November 25, 2025
Funding Award Size: $20 Million+
Description: Supports development of industrialized, modular, and advanced-manufacturing construction solutions that can deliver high-quality, sustainable, and energy-resilient military barracks on accelerated timelines—reducing design and build cycles by 30% and costs by 20% or more compared to traditional methods.
Executive Summary:
The Department of War, through the Defense Innovation Unit (DIU), is soliciting proposals under its Commercial Solutions Opening (CSO) process for the Barracks Resilience Through Industrialized Construction (BR-IC) initiative. This effort seeks to prototype and scale advanced manufacturing and modular construction solutions to modernize and rebuild military barracks that are energy-efficient, durable, and rapidly deployable.
Responses are due by November 25, 2025, meaning companies should begin preparing today and seek additional help in order to meet this deadline.
How much funding would I receive?
Funding levels are not pre-set. Awards are made under Other Transaction (OT) authority, which allows the government to negotiate prototype agreements of varying scale based on project scope and relevance. Vendors selected for Phase 2 will provide a Rough Order of Magnitude (ROM) cost estimate. Follow-on production contracts—potentially of significantly larger magnitude—may be awarded without further competition if the prototype is successful.
What could I use the funding for?
Problem Statement
The Department of War (DoW) faces a critical challenge in modernizing its aging infrastructure, particularly barracks, which continue to degrade due to poor environmental conditions, structural inefficiencies, and outdated building systems. Issues such as mold, pests, and inadequate HVAC performance directly affect the health, safety, and morale of service members, ultimately diminishing force readiness and retention.
Current military construction (MILCON) processes are characterized by lengthy design cycles, fragmented delivery models, and escalating costs. These legacy approaches cannot meet the speed or scalability required to align infrastructure modernization with operational tempo and strategic readiness goals.
Secretary of War Pete Hegseth, in announcing the formation of the Barracks Taskforce on October 7, emphasized this urgency: “How can we expect them to be ready for anything on the battlefield when their own living space is a constant source of stress and frustration?”
To address these challenges, the DoW seeks to prototype and scale advanced manufacturing and industrialized construction (IC) solutions capable of delivering high-quality, energy-efficient, and resilient facilities at accelerated timelines and reduced lifecycle costs. The objective is to establish repeatable, modular design and construction methodologies that can be rapidly deployed across installations—improving quality of life and ensuring the warfighter’s environment matches the standard of excellence expected on the battlefield.
Desired BR-IC Solution Objectives
DIU is seeking vendor solutions from the commercial sector that directly address the challenges listed above.
The Department is seeking a transformative approach to military construction, one that leverages controlled factory environments to shift significant portions of work off-site. This model enables automation, mechanization, and digital precision, allowing for simultaneous site preparation and module fabrication while ensuring superior consistency and quality. The result is accelerated delivery, improved cost predictability, and durable, high-performance structures that enhance warfighter readiness both domestically and abroad.
Through this effort, DIU aims to prototype IC solutions for repeatable military facility types, showcasing how commercial innovation can revolutionize defense construction. These prototypes will demonstrate how industrialized building methods can deliver faster timelines, reduced costs, and resilient, scalable infrastructure that meets the evolving demands of the DoW.
Proposed vendor solutions should address the following:
Innovative IC building methodologies, such as volumetric modular, hybrid, and Kit of Parts
Structure(s) that are adaptable for a variety of geographical locations, both domestic and international
Organization of specialized roles that often are siloed in traditional construction which need to come together to effectively implement Industrialized Construction, organized into project delivery lifecycle: Design, Manufacturing, Assembly, and onsite construction
Advanced manufacturing methodologies that can deliver high-quality barracks that ensure both performance and durability
Faster delivery by reducing design and build timelines 30% or more compared to traditional construction. Proposed structure(s) must be capable of being designed, reviewed, and approved within a 9 to 12 month time frame
Greater cost predictability by reducing design and construction costs by 20% or more as compared to traditional construction
A comprehensive prototype that encompasses BR-IC design, manufacturing, and building methodologies while employing advanced manufacturing techniques
Adaptable designs for barracks.
Process Efficiency: Describe in as much detail as possible, the vendor’s unique BR-IC process, through design and prototyping, as well as estimates for increased efficiencies in terms of scale, cost, and deliverability
High Performance Sustainable Buildings: Buildings must be energy resilient high performance sustainable buildings and validated by a third-party certification
Complementary Capabilities
In addition, the DoW is interested in the following optional complementary capabilities:
Utilities: Vendors may propose solutions that consider Enhanced Use Leases, Intergovernmental Support Agreement (IGSA), Energy Resilience Contracts and/or Power Purchase Agreements
Finance: Vendors may propose private capital investment, with little or no government upfront capital investment. For example, proposals may leverage third party/private financing, either independently or through a public private partnership
Owned, Operations and Maintenance Services: Vendors may propose post-construction building operations and maintenance services
Vendors are requested to provide BR-IC design, manufacturing, and construction solution briefs that include the following;
Effective cost and schedule control in all phases (design, manufacturing, construction, integration, performance and servicing)
Provide design construction process improvements
Demonstrate the use of technology/AI to provide a scalable, faster, and reliable aid to design efforts
Ensure design for manufacturing and assembly
DoD building standards are typically established by the Whole Building Design Guide (WBDG) and DoD Unified Facility Criteria (UFC). Vendors are free to propose alternative means of ensuring building longevity, life/safety requirements, and force protection standards are met.
Vendor Solution Brief Submission Options
Vendors have flexibility in how they submit their solution briefs, which can be proposed either independently or through a teaming arrangement:
Teaming: Vendors (e.g., Design/Build Firms, Design/Build Joint Ventures) are permitted to submit proposals as part of a team.
Scope of Objectives: Vendor or vendor teams may submit a solution brief that addresses one, multiple, or all of the BR-IC objectives.
Complementary Capabilities: Vendor or vendor teams may also submit a solution brief that focuses exclusively on one or more of the complementary capabilities.
Expectations
The successful vendor(s),or team will work collaboratively with DoW personnel to meet the following expectations:
Design, manufacture, construct, and commission BR-IC
Develop detailed project requirements to meet objectives
Submit detailed proposal(s) for completing the design, manufacturing and construction for barracks
Develop and negotiate design, manufacturing and construction agreements
Perform quality control and collaborate with DoW quality management personnel
Functions of quality control will be the responsibility of the vendor
Functions of quality assurance will reside with the DoW
Vendor(s) must have the ability to conduct the projects at DoW installations in CONUS and/or OCONUS
Desired solutions should demonstrate relevant and verified experience, as well as descriptions of past examples of designing and constructing BR-IC commercial buildings that are energy efficient with reduced life cycle costs.
Vendors or vendor teams are to provide examples and descriptions of designing and building three completed IC projects within the past 10 years with each project value exceeding $20,000,000. Past building projects must include achievement of sustainable third-party certification.
The selected vendors/teams will initially demonstrate these approaches by designing, constructing, and commissioning new building(s); some examples include:
(a) AND/OR ~100,000 SF for ~160 rooms (~300 personnel) multi-story Barracks
(b) AND/OR ~440,000 SF for a 600 room (1200 personnel) multi-story Student Housing
(c) AND/OR ~100,000 SF for 200 rooms (200 personnel) multi-story Unaccompanied Personnel dormitory
Are there any additional benefits I would receive?
Beyond the direct funding, BR-IC participation offers major strategic advantages:
Government Validation and Credibility:
Selection through the DIU CSO process signals that your company’s industrialized construction approach meets urgent defense infrastructure modernization goals. That endorsement strengthens credibility with defense primes, base infrastructure offices, and private investors.
Enhanced Market Visibility and Notoriety:
Awardees gain visibility through DIU announcements, government communications, and defense industry press—establishing your firm as a recognized innovator in resilient military housing and off-site manufacturing.
Follow-On Production Opportunities:
Successful prototypes can transition directly to follow-on production agreements without further competition, potentially unlocking multi-installation, multi-year build programs.
Nondilutive Growth and Exit Value:
Winning an OT award provides nondilutive capital and validation, often leading to higher valuations and stronger acquisition potential for defense and construction-tech firms.
What is the timeline to apply and when would I receive funding?
Phase 1 Submission Deadline: November 21, 2025 (11:59 PM ET)
Phase 2 Pitches
Phase 3 Full Proposals
Awards: Prototype OT agreements are often executed within 60–90 days of selection under the above proce
Where does this funding come from?
Funding is provided through the Department of War (DoW) under the Defense Innovation Unit (DIU) using Other Transaction (OT) authority (10 U.S.C. § 4022). This allows flexible, competitive awards to commercial vendors outside of traditional Federal Acquisition Regulations (FAR).
Who is eligible to apply?
This opportunity is open to both U.S. and international vendors across allied nations. To receive an OT award, companies must satisfy 10 U.S.C. § 4022(d) by demonstrating at least one of the following:
Significant participation from a nontraditional defense contractor.
All participants are small businesses.
At least one-third of project cost is funded with non-Federal sources.
What companies and projects are likely to win?
Teams with verified IC delivery experience: three completed IC projects in the last 10 years, each >$20M, with sustainability certification.
Solutions demonstrating repeatable, modular IC methodologies that:
Cut design/build timelines by ≥30% (capable of 9–12 month design/review/approval),
Improve cost predictability by ≥20%, and
Deliver durable, energy-resilient, high-performance facilities across CONUS/OCONUS.
Organizations showing integrated capability across Design → Manufacturing → Assembly → On-site construction, strong quality control, and scalable delivery.
Are there any restrictions I should know about?
Companies must be registered in SAM.gov prior to award.
Proposals must comply with CSO HQ0845-20-S-C001 evaluation criteria.
Vendors must meet DoD building standards (Whole Building Design Guide and Unified Facility Criteria) or propose equivalent alternatives ensuring durability and force protection.
Projects will be conducted at DoW installations in CONUS and/or OCONUS locations.
How long will it take me to prepare an application?
For a first-time applicant, preparing a competitive solutions brief will take 50-75 hours in total.
How can BW&CO help?
Our team specializes in complex federal R&D proposals and can:
Triple your likelihood of success through proven strategy and insider-aligned proposal development
Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations
Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.
How much would BW&CO Charge?
Our full service support is available for the Solution Brief for $5000. Pitch & Full proposal quoted upon invitation.
Fractional support is $300 per hour.
For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.
Additional Resources
View the Solicitation Here.
NIH STTR RFA-DA-25-047: Seeking Products to Address Social Needs Impacting Substance Use Disorders (SUD)
Deadline: March 13, 2026
Funding Award Size: ~$300K
Description: : Funding for small businesses developing innovative technologies that address social needs influencing substance use disorders (SUD), such as housing, mental health, food insecurity, transportation, and safety.
Executive Summary:
The National Institute on Drug Abuse (NIDA) is awarding up to $2.0 million per project for U.S. small businesses to develop technologies addressing social needs that impact substance use disorders (SUD), excluding alcohol use disorder. Applications are due March 13, 2026. Companies should start preparing at least 16 weeks prior to ensure registration and submission compliance. Partnership with a research organization is required.
How much funding would I receive?
$314,363 for Phase I projects (up to 6 months).
What could I use the funding for?
A variety of products addressing the individual-level factors of health-related social needs (HRSN) should be considered to confront SUD. Additionally, technology, such as telemedicine and mobile health applications, provide an opportunity to address HRSN with the ability to provide tested, accessible, and ongoing solutions for individuals who are the most at-risk for these risk factors that impact SUD. According to the Substance Abuse and Mental Health Services Administratio (SAMHSA), technology has several advantages in addressing SUD including decreased waiting periods, decreased stigma impact and increased privacy. The advantages of technology are also exhibited in its capability to make treatment services more accessible and convenient, which can aid to improve SUD outcomes and reduce disparities.
Regarding this NOFO, a product is any source of value for the end-users and customers. A product can be a physical/tangible device as well as digital services, software as a service, or non-physical/non-tangible products (including but not limited to digital applications, digital platforms, or service models). These and other comparable examples could be considered eligible products. Products can be the result of original scientific research, recycled existing technology for SUD, extension of an observation into SUD area, development of a new business model or distribution/delivery channel that reveals currently unseen value, or the delivery of a product or service to disregarded consumers.
The National Institute on Drug Abuse (NIDA) supports the development of evidence-based SUD care and treatment technology from multiple funding opportunities published elsewhere. The eligible small businesses can submit applications focusing on products that reduce costs, time, and/or increase access in addressing HRSN including, but not limited to, housing instability, non-medical transportation, food insecurity, utility needs, and personal safety. The products should provide the best feasible and accessible opportunities for the intended end-users to measurably improve their HRSN and SUD. Products of interest that address, but are not limited to, the following HRSN include:
Access to housing services.
Soft skills development and/or job training (e.g., in entrepreneurship, literacy, financial literacy, IT skills) for employment.
Stigma and nurture compassion.
Family healthy behaviors, social skills, community opportunities, and productive social involvement.
Social stability (community, tradition, faith, family), self-regulation, and resilience.
Well-being (mental, physical, spiritual), communal belonging, and positive productivity.
Social support networks for recovery, engagement with care, and/or access to needed services.
Successful community reintegration for formerly incarcerated people.
Social needs service engagement and coordination among justice-involved organizations.
Employer education to hire, retain, and facilitate treatment for employees seeking help for SUD.
Are there any additional benefits I would receive?
Beyond the formal funding award, awardees gain several strategic advantages:
Government Validation and Credibility:
Being selected for an NIH-backed STTR grant signals technical excellence and alignment with national health and biomedical priorities. This validation builds investor and partner confidence.Enhanced Visibility and Market Recognition:
Awardees are featured in NIH and HHS announcements, helping attract partnerships, media attention, and future contracting opportunities.Access to the Federal Innovation Ecosystem:
Recipients join a national network of researchers and agencies advancing life science innovation, often opening doors to collaborations with NIH laboratories and federal health programs.Stronger Commercial and Exit Potential:
By maturing technology through nondilutive funding, companies strengthen valuation, de-risk commercialization, and increase attractiveness for acquisition or follow-on private investment.
What is the timeline to apply and when would I receive funding?
Next Application Deadlines: March 13, 2026
Scientific Review: July following submission
Council Review: October
Earliest Start Date: December of the same year
Where does this funding come from?
Funding comes from the U.S. Department of Health and Human Services, with statutory set-asides requiring NIH, CDC, and FDA to devote portions of their extramural R&D budgets (3.2% for SBIR, 0.45% for STTR) to support small business innovation.
Who is eligible to apply?
Applicants must be U.S. small business concerns (SBCs) that:
Are organized for profit with a U.S. place of business.
Have ≤ 500 employees including affiliates.
Are > 50% owned by U.S. citizens or permanent residents, qualifying U.S. entities, or combinations thereof.
Must partner with a nonprofit research institution.
What companies and projects are likely to win?
Projects that demonstrate:
Measurable improvement in one or more social determinants of health affecting SUD outcomes.
Use technology (digital, AI-enabled, or connected health tools) to reduce costs, stigma, or access barriers.
Strong scientific rationale and feasibility,
High commercialization potential, supported by a realistic market and regulatory strategy, and
Align with NIDA’s goals to integrate behavioral health and social needs solutions into recovery ecosystems
Competitive applicants often have an early prototype, preliminary data, and a defined path to market adoption.
Are there any restrictions I should know about?
Companies must partner with a research institution who performs a minimum of 30% and maximum of 60% of the work.
Companies must complete multiple federal registrations (SAM.gov, Grants.gov, eRA Commons, SBA Company Registry) before applying.
Foreign entities are not eligible.
Disclosure of foreign affiliations and compliance with national security screening are mandatory. Currently we do not recommend any sort of foreign affiliation.
How long will it take me to prepare an application?
For a first-time applicant, preparing a competitive submission will likely take 120–200 hours in total.
How can BW&CO help?
Our team specializes in complex federal R&D proposals and can:
Triple your likelihood of success through proven strategy and insider-aligned proposal development
Reduce your time spent on the proposal by 50–80%, letting your team focus on technology and operations
Ensure you are targeting the best opportunity for your project and positioning your company for long-term growth.
How much would BW&CO Charge?
Our full service support is available for
Phase I: $9,000 Flat Fee + a 5% Success Fee.
Phase II: $13,000 Flat Fee + a 5% Success Fee.
Fast-Track: $13,000 Flat Fee + a 5% Success Fee.
Fractional support is $300 per hour.
For startups, we offer a discounted rate of $250 per hour to make top-tier grant consulting more accessible while maintaining the same level of strategic guidance and proposal quality.