SOURCES SOUGHT
V -- RSLP Targets Program, SRP-O; RFI
- Notice Date
- 9/8/2025 12:28:43 PM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- FA8818 ASSRD ACS TO SPC SSC/AAK-KT KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Solicitation Number
- SRP-O-2025-1
- Response Due
- 9/23/2025 3:00:00 PM
- Archive Date
- 10/08/2025
- Point of Contact
- Alicia Cawley, Phone: 5058463640, Lucia A Corral (PCO, SSC/AAK-KT), Phone: 5058465426
- E-Mail Address
-
alicia.cawley@spaceforce.mil, lucia.corral@spaceforce.mil
(alicia.cawley@spaceforce.mil, lucia.corral@spaceforce.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- RSLP TARGETS PROGRAM REQUEST FOR STATEMENT OF CAPABILITIES (SOCS) The US Space Force (USSF), Space Systems Command (SSC), Assured Access To Space (AATS), Small Launch and Targets Division (AAMX), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is interested in obtaining a Statement of Capabilities (SOC) demonstrating industry�s ability to meet the launch service requirements specified below. This request for information (RFI) serves to provide potential offerors with RSLP Targets Program mission information and obtain industry capability responses that will allow the Government to further define the acquisition and prepare for official release of a Request for Proposal. It is anticipated that any resulting RFP will be issued under the Small Rocket Program-Orbital (SRP-O) Acquisition strategy which allows for full and open competition once a mission that meets the SRP-O class (payload of 0-181 kgs/0-400 lbs to LEO) is identified. Background: The primary purpose of this contract is to provide representative launch vehicle target services for delivering 19 targets based on the below requirements. The Government anticipates awarding any resulting contract via C-type, Firm-fixed Price SRP-O contract. There must be two targets available for a demonstration flight in Q3FY27. There must be 6 targets available beginning in Q1FY28 to support two possible launches per week. There must be 7 targets available beginning Q3FY28 to support two possible launches per week. There must be 4 targets available beginning in Q3FY29 to support two possible launches per week. There will be a total of 16 launches (one demonstration flight, six in Q1FY28, six in Q3FY28, and three in Q4FY29), with three spare rockets. The Government is interested in the targets maximizing burn time above 120 km. The target vehicle must be able to supply real-time telemetered data for Government asset metric tracking. The Government is interested in the target having attached cameras or other sensors to provide data related to the interceptor performance. The target vehicle must ground launch at 110-220 degrees azimuth into Broad Ocean Area (BOA) south of the Aleutian Islands. A Government mission director is required for these launches which means Space Flight Worthiness Certification will be required, and will likely require Government provided mission assurance for the initial demonstration flight and any design changes to the subsequent flights. The security level of this mission is undetermined at this time, but there is a possibility of this mission having classified aspects. The Government is interested in understanding your ability to support classified missions. SOC Guidelines: The Government is requesting interested firms respond by submitting an SOC summarizing their overall approach and desire to meet the RSLP Targets requirements. The RFI objective is to assess established target launch vehicle contractors. Contractors are encouraged to describe their current launch vehicle production process, demonstrate their flight-proven capabilities, and their plans to develop future capabilities to support this mission. Of note, Government Furnished Equipment (GFE) XBM motors will not be available for this effort. In addition to addressing the requirements listed above, please provide the technical capabilities of the launch vehicle, including but not limited to: (A) Launch location capabilities. Describe the target launch vehicle capability with regards to performing a ground launch at a cadence of up to two launches per week while maintaining a high reliability of success and availability which will likely require simultaneous launch operations. Describe what infrastructure would be needed to store, process, and launch the target vehicles at the range while accommodating weather variability. Describe your day-of-launch activities and teaming responsibilities, to include the ability to fuel, count-down, and hold for 10-30 mins awaiting a �go� for launch. Discuss any relevant limitations to utilizing the range and a plan for suggested improvements to make your launch vehicle and CONOPS compatible with the current range infrastructure. (B) Launch-site coordination activities. Discuss the status of range approvals, and any anticipated setbacks within the approval process. (C) Production status. Describe the status of the launch vehicle�s production. Include details of how you plan to manufacture the launch vehicles to support the required launch timeline. Include any anticipated limitations based on the required timeline. (D) Launch Vehicle transportation. Describe how your company transports launch vehicles and how all launch vehicles will be transported from your manufacturing facility to the range within the required timeline. Include details about necessary materials or machinery, and any limitations that may be encountered. (E) Launch Vehicle capabilities. Describe your ability to vary the target vehicle trajectory parameters to meet evolving mission requirements such as acceleration, boost duration, altitude, and downrange requirements. Also describe your target vehicle range of time that would be possible to maintain a burn above 120 km, which may include multiple stages. The SOC must be submitted within 15 calendar days of posting this RFI and is limited to 10 pages, size 11 font with 1� margins. All replies to this synopsis must reference RSLP Targets. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated with restrictions on Government use identified. Note: Both Government and Contractor personnel will be utilized for SOC evaluation. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this solicitation. The Contract Opportunities, www.sam.gov, will be the primary source of information for this acquisition. All responses shall include company size status under the North American Industry Classification System (NAICS) code 336414. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. This notice is for informational purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. The Government will not recognize any costs associated with submission of information in response to this notice. Request for Information/SB Tracking #: N/A SOCs should be sent electronically to the following individuals within 15 days of the date of this posting: Alicia Cawley, Alicia.Cawley@spaceforce.mil Lucia Corral, Lucia.Corral@spaceforce.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f633e9e247542ffa0a178370b4941dd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07582476-F 20250910/250908230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |