1.0 OBJECTIVE
The Missile Defense Agency (MDA) is conducting market research to assist in the identification of innovative missile defense launcher and support equipment technologies. Responses sought include system-level, component-level, and upgrades to existing systems, as well as architectures, and Concepts of Operation (CONOPS) for employment. All responses should enable the employment of today’s family of Missile Defense System interceptors and be suitable to accommodate future interceptors. MDA seeks to understand Industry potential concepts to develop and deploy an Under Layer, Glide Phase, and Terminal Phase Intercept capabilities to maintain a rapidly deployable next-generation missile defense shield to defeat ballistic, hypersonic, advanced cruise missiles, and other next-generation aerial attacks from peer, near-peer, and rogue adversaries. MDA anticipates responses from small and large businesses, Federally Funded Research and Development Centers, University Affiliated Research Centers, Academia, and Non-traditional Defense Contractors.
2.0 DESCRIPTION
MDA seeks to understand Industry missile defense launcher capabilities to support deployment of Under Layer, Glide Phase, and Terminal Phase Intercept capabilities postured to defeat a countervalue attack. MDA will utilize responses received to develop acquisition strategy alternatives that may include competition for all or portion of future work.
Launcher Attributes Include:
• Capability to launch current and future interceptors against ballistic, hypersonic, advanced cruise missiles, and other next-generation aerial attacks;
• Integration and interoperability with Department of Defense communication networks and systems;
• Optimized and adaptable missile launch selection utilizing remote track data;
• Modular, Transportable, Relocatable;
• Scalable inventory management;
• Self-sufficient when external power is not available;
• First production unit availability within 24 months of contract award;
• Minimized facility footprint reducing reliance on prepared sites;
• Logistically maintainable while deployed;
• Survivable in all CONUS weather environments;
• Maximized firepower/weapon capacity; and
• High Altitude Electromagnetic Pulse and Seismic survivability
• Design should be no larger than 40 feet x 8 feet x 7 feet 9 inches conforming to ISO 6346, 668, 1161 and 1496-1
MDA also seeks to understand Industry’s successful integration activities, demonstrations and production capacity for designed systems.
This RFI also is intended to help MDA make informed decisions and business case analyses to:
• Understand the current marketplace and existing industry capabilities to immediately demonstrate and deliver an initial launcher capability within 24 months
• Understand the current marketplace and existing industry capabilities to iteratively develop, demonstrate, produce, and deliver additional launcher capability
• Obtain recommendations from industry on acquisition strategies to enable rapid delivery and demonstration;
• Identify the major technical and programmatic risks;
• Determine industry data and information needs to support accelerated delivery and demonstration timelines
The Government will use the technical submissions to support capability forecasts, enable technology program planning, inform phased implementation planning, accelerate prototyping, and support an overarching research and development investment strategy.
This RFI is not a Request for Proposal, and the Government does not intend to make any award based on this RFI. Accordingly, potential responders should not interpret this RFI as a commitment by the Government to conduct a related acquisition. Information submitted will be considered as an exchange of capabilities and may be used as part of the future RFP. MDA will accept unclassified or classified responses. Classified information shall only be submitted through appropriate channels. Any proprietary information provided should be properly marked. No RFP/Solicitation will be issued at this time. The Government reserves the right to contact responders for clarification of concepts or capabilities and for additional information via written correspondence or discussions as provided in Section 6.0 below.
3.0 DESIRED INFORMATION
RFI responses should address the attributes in Section 2.0. Submissions can include multiple system elements and technologies, deployed in phases in a logical sequence and developed as part of an incremental development strategy. More than one submission is acceptable to cover multiple concepts or capabilities.
Responses should address the following:
• Detailed description and definition of the proposed concept / capability / technology
• Schedule, to include milestones, that support demonstration and/or delivery
• Integration methodology, including required data and information to enable capability
• Detailed description of deployment logistics and rapid reload capabilities. Address challenges associated with deployment to unimproved locations and minimal handling equipment.
• Potential or current partners to execute concept / capability
• Associated risks to concept / capability execution
• Technology Readiness Level (TRL) for concept / capability
• Industry capability and capacity to deliver capability and any constraints
• Description and intended usage of commercial off the shelf components
• A description of Manufacturing Readiness Level (MRL) of the concept and production capacity per FY
• Operation and operational life expectancy of the system
• Description of applicable survivability and resilience strategies against natural and hostile environments
• Key Assumptions
4.0 RESPONSES
Interested parties are requested to provide an information package in a Microsoft Word and searchable Portable Document Format "PDF" delivered to the attention of the Procuring Contracting Officer, mda.schriever.DACA.mbx.rfilaunchermda25abrfi01@mail.mil or RFILauncherMDA25ABRFI01@mda.smil.mil for SECRET submissions and consist of the following:
1. Responses provided to this RFI are expected to consist of information papers not to exceed 10 pages per concept / capability shall be single-spaced, minimum 12-point Times New Roman.
2. A profile of your company, including: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, FCL, and all applicable socio-economic business/company profile (e.g., Large/Small Business (SB), Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone, (HUBZone) SB, other, etc.). Respondents and/or Prospective Offerors (if a solicitation is issued) and its subcontractors/suppliers must be U.S. firms/ businesses and not foreign owned, controlled, or influenced.
3. Describe corporate experience and/or relevancy in the areas described in Section 3.0. Do not submit generic corporate marketing materials for this RFI; it will not be reviewed by the MDA. More than one submission is acceptable to cover multiple concepts or capabilities.
4. Rough Order of Magnitude (ROM) cost by FY to include buildup to minimal viable product (MVP) and incremental delivery to full capability (as applicable). In addition, include cost breakdown for different components
5. Contract Vehicle (existing or new) / approach to enable accelerated delivery
6. What are the key advantages of your launch system in terms of cost, performance, reliability, or flexibility?
7. What are your plans for future development and improvement of your system?
Finalized submissions must be received by MDA no later than September 05, 2025, 1600 Eastern Standard Time (EST). Provided responses will not be returned and respondents are advised that MDA is under no obligation to acknowledge receipt of the information received except as required to confirm receipt of classified materials, or to request clarification with respect to any information that is submitted in accordance with the instructions contained in this RFI. MDA makes no commitment regarding the use of a submission; nor is any acquisition expected from this RFI or the submissions that may be made hereunder.
Based on the apparent capability of industry to perform in these areas, MDA reserves the right to develop an acquisition strategy that includes a non-competitive procurement approach. MDA reserves the right to request follow-up information and/or capability presentations from RFI respondents as needed, as a result of the information received from this RFI. The purpose of these follow-up questions and discussions is for MDA to better understand the market capabilities in relation to the various acquisition strategies available for this effort. Information received from follow-up questions and presentations is considered part of the overall market research activities conducted in accordance with FAR subpart 15.201.
5.0 SUBMISSION QUESTIONS
No questions regarding this announcement will be accepted.
6.0 MARKING
Respondents are encouraged to respond with the submission of information that is not constrained by proprietary information rights. If proprietary information is included in a respondent’s submission, the respondent is responsible for ensuring its submission contains appropriate and adequate markings of said proprietary information. Further, any proprietary information MUST be marked as such on a page-by-page basis.
The Government intends to use third party, non-Government (i.e. contractor, Federally Funded Research, and Development Center personnel) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. MDA utilizes subject matter experts at Federally Funded Research Laboratories and other support contractors to meet our mission objectives. The Agency maintains non-disclosure agreements on file with these organizations and companies to allow them access to proprietary information for the purpose of evaluations and recommendations.
Organizational Conflict of Interest (OCI) and Personal Conflict of Interest (PCI) clauses are incorporated within each of these contracts. Submission of a response to this RFI constitutes the participant's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these non-Government support personnel.
7.0 COMPENSATION
This RFI only supports MDA planning activities. Submission of information by a respondent hereunder is entirely voluntary. The Government does not intend to award a contract on the basis of this request or reimburse any costs for the information requested as a result of any company, organization, or individual providing a response to the RFI. MDA reserves the right to use information that has been voluntarily provided by respondents without compensation as part of MDA’s ongoing efforts to refine the Missile Defense System Strategic Investment Plan and Technology Roadmap.
8.0 DISCLAIMER
This RFI is not an RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference in this RFI. The Government does not intend to pay for information received in responses to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on available capabilities and responses indicating partial capabilities will not be accepted. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.
Approved for Public Release 25-MDA-12151 (21 Jul 25)