Opportunity

SAM #MOSAIC-26-03

US Army RFI for Low-Cost Interceptors and Components for Air and Missile Defense

Buyer

U.S. Army Contracting Command - Rock Island

Posted

May 15, 2026

Respond By

May 29, 2026

Identifier

MOSAIC-26-03

NAICS

336414, 336415, 336419, 334511

The US Army is seeking industry and government input for low-cost interceptor solutions and components to support its Air and Missile Defense mission. - Market research is being conducted via a Request for Information (RFI) by the Army Acquisition Support Center, RCCTO. - Five focus areas: - All-Up Round (AUR) interceptor and fire control solutions (unit cost < $1M) - Solid rocket motors for interceptors (unit cost < $250K) - Seekers for threat acquisition and terminal guidance (unit cost < $250K) - Fire control and flight guidance components (unit cost < $250K, open-architecture compatible) - Weapon System Integrators (WSI) using Modular Open Systems Approach (MOSA) to integrate components (final integrated cost < $1M) - Solutions must integrate with M903 launch station and IBCS, and be ready for demonstration by Q4 FY2026. - Strict cost thresholds and MOSA compliance are required. - No specific OEMs or vendors are named; opportunity is open to all qualified sources. - RFI will inform future industry days and prize competitions for advanced capabilities. - Place of performance and contracting office is Redstone Arsenal, Alabama.

Description

1. NOTICE This Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individuals for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained within their response.

2. SCOPE The United States (US) Army Capability Program Executive (CPE) Defensive Fires is conducting market research to identify existing capability for low-cost interceptors to serve as supplementals to the Integrated Fires Air and Missile Defense mission against Air Breathing Threats (ABT), Cruise Missiles, Close-Range Ballistic Missiles (CRBM), and Short-Range Ballistic Missiles (SRBM). Specifically, the Government is interested in identifying existing capability for All-Up Rounds (AUR) as well as low-cost components (e.g., seeker, solid rocket motor, fire control, etc.), and Weapon System Integrators (WSI) utilizing a Modular Open Systems Approach (MOSA). This RFI aims to identify potential solutions and industry partners that may be capable of demonstrating capability in 4QFY26 to address the problem statements outlined in Section 3. CPE Defensive Fires encourages all industry partners as well as Governmental Agencies to respond to this RFI with a focus on capabilities and interoperability. To aid in self-evaluation and response formulation, US Government (USG) expectations are provided in section 5 of this RFI. Providing existing product offerings in accordance with the descriptive information requests in section 5 will aid the USG in conducting consistent and informed market research analysis. Information provided by industry partners will inform topics to be covered in a future near-term Industry Day and level of potential participation in an anticipated near-term prize competition.

3. PROBLEM STATEMENTS The Government is soliciting information across five (5) distinct problem statements to support Air and Missile Defense (AMD) operations in highly contested environments. Respondents may submit information for one or multiple problem statements. To ensure sufficient technical details are provided within the allowable page limits, respondents addressing multiple problem statements must submit a separate, standalone response for each problem statement they are addressing. Strict cost constraints and technical parameters are associated with each statement and will be primary factors in the Government's analysis.

3.1 Problem Statement #1: Low-Cost Interceptor AUR and Fire Control. The Government seeks a complete All-Up Round (AUR) and fire control solution capable of defeating ABT, Cruise Missiles, CRBM, and SRBM. The proposed solution must integrate with the M903 launch station, Integrated Battle Command System (IBCS), and must perform as an integrated component within the Integrated Fires Air and Missile Defense Capability. The solution must also be mature enough to support capability demonstrations in 4QFY26. Vendors who cannot integrate with required components for 4QFY26 are encouraged to provide information and capabilities as to relevant solutions and proposed alternative near-term execution approaches. The critical threshold for this problem statement is an AUR with a total cost of less than $1,000,000 at the prototype or production unit level.

3.2 Problem Statement #2: Low-Cost Rocket Motor. The Government seeks a component-level solid rocket motor (SRM) capable of meeting the rigorous kinetic and kinematic requirements necessary for an AMD interceptor and capable of being integrated as part of a MOSA AMD interceptor. Respondents should outline the motor's demonstrated performance characteristics, safety compliance (e.g., MIL-STD-1901, Insensitive Munitions requirements, etc.), and maturity for a 4QFY26 static or integrated demonstration. The critical threshold for this problem statement is an SRM maximum cost of $250,000 at the prototype or production unit level.

3.3 Problem Statement #3: Low-Cost Seeker. The Government seeks a component-level seeker capable of threat acquisition, tracking, and terminal guidance in support of AMD missions against the stated threat sets within contested and degraded environments (e.g., active electronic warfare, harsh weather, cluttered terrain, etc.). Responses must address open-architecture integration parameters, data output formats, and readiness for a 4QFY26 demonstration (e.g., captive carry, string test, etc.). The critical threshold for this problem statement is a seeker maximum cost of $250,000 at the prototype or production unit level.

3.4 Problem Statement #4: Fire Control and Flight Guidance Implementation. The Government seeks a component-level fire control and flight guidance implementation capable of providing engageability options to the IBCS and providing post-launch management of interceptor flight and communications messaging. Solutions must highlight their open-architecture compatibility, specifically addressing interoperability/integration with the IBCS architecture, and readiness for 4QFY26 Hardware-in-the-Loop (HWIL) or synthetic evaluation. The critical threshold for this problem statement is a fire control component maximum cost of $250,000 at the prototype or production unit level.

3.5 Problem Statement #5: Weapon Systems Integrator. The Government seeks a system integrator capable of utilizing a Modular Open Systems Approach (MOSA) to integrate "best of breed" components—specifically intending to utilize the solutions resulting from Problem Statements 2, 3, and 4—into a functional AUR capable of firing from an M903 launch station. The WSI will be responsible for providing a digital engineering environment, an integration methodology, and supplying all remaining necessary sub-components (e.g., control actuation systems, datalinks, airframe, warhead, etc.) not covered by the separate component efforts. The critical threshold for the WSI is that the proposed solution process must result in a final, integrated interceptor with a total cost of less than $1,000,000 at the AUR prototype or production unit level.

4. INSTRUCTIONS TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have existing capability or experience with the technology maturity necessary to support the aggressive 4QFY26 capability demonstrations outlined in this RFI. Because of the distinct nature of the competitive tracks, expected maturity levels vary: For Problem Statement 1 (AUR): Solutions should be at Technology Readiness Level (TRL) 6 or higher. For Problem Statements 2, 3, and 4 (Components): Solutions should be at TRL 4 or higher, demonstrating readiness for hardware-in-the-loop (HWIL), static fire, or captive carry testing. For Problem Statement 5 (WSI): Respondents must demonstrate a high Integration Readiness Level (IRL) and proven experience utilizing mature digital engineering environments to execute rapid hardware/software integration. Responses shall include the following information and address the topics enumerated below in sections 4.1 and 5.

4.1 RESPONDENT DATA Company Name Address Point of Contact (include phone number and email address) CAGE Code Web Page URL State the country of ownership for the company State whether the company is a non-traditional defense contractor

5. SELF-EVALUATION/RESPONSE EXPECTATIONS Please provide the information below in separate sections. As a reminder, respondents addressing multiple Problem Statements must provide a separate, standalone response for each.

5.1 GENERAL INFORMATION: Describe the configuration, functionality, and features for your capability or solution. a. Provide a general description of your offering, capability, or integration methodology (for WSIs). b. Detail the current Technology Readiness Level (TRL) or Integration Readiness Level (IRL) of the solution, including a brief roadmap of how it will be prepared for a 4QFY26 demonstration.

5.2 PERFORMANCE & KINEMATICS a. For AURs (Problem Statement 1): Describe the interceptor's performance characteristics, including kinematic capabilities (e.g., speed, range, maneuverability, weight, etc.) and its ability to defeat the required threat sets (ABT, Cruise Missiles, CRBM, SRBM) in contested environments. b. For Components (Problem Statements 2, 3, & 4): Describe the component's specific performance specifications, including but not limited to Size, Weight, and Power (SWaP) parameters, data output formats, and safety/Insensitive Munitions (IM) compliance where applicable. c. For WSI (Problem Statement 5): Describe the approach to addressing the interceptor’s performance and kinematic capabilities as the system integrator. Provide specific examples of interceptor integration activities with complex performance requirements.

5.3 INTEGRATION, INTEROPERABILITY, & M&S a. If applicable, describe any previous or planned integration and/or testing with existing defense command and control systems, specifically detailing interoperability with the Integrated Battle Command System (IBCS) architecture. b. If applicable, detail the physical and logical configurability of your solution to integrate with the M903 launch station. c. Describe existing Modeling and Simulation (M&S) tools, 6-DOF models, or digital twins available for your candidate. For WSIs (Problem Statement 5), describe your digital engineering environment and how you intend to ingest third-party component models.

5.4 MODULAR OPEN SYSTEMS APPROACH (MOSA) & DATA RIGHTS a. Describe your solution's alignment with MOSA principles. b. Critical for Component Providers (Statements 2, 3, 4): State your company's posture on Technical Data/Data Rights, specifically your willingness to share Interface Control Documents (ICDs) and work collaboratively as a sub-component supplier to a Government-selected Weapon Systems Integrator (WSI). c. WSI Providers (Statement 5): Confirm whether your company develops and/or produces the components noted in Statements 2, 3, and 4. If your company develops or produces those components, provide a quick summary as to how your company will work to protect competitor's information and avoid conflicts of interest. d. AUR Providers (Statement 1): Confirm your company's willingness to incorporate Government selected “best in breed” components into your solution in future development.

5.5 MANUFACTURING & PRODUCIBILITY a. Given the intent for these interceptors to serve as low-cost supplementals, describe your ability to produce at quantity in the near-to-mid-term. b. Discuss the health of your supplier base, long-lead materials, and any known supply chain risks that could hinder rapid production at scale. c. Provide an estimated manufacturing readiness level of the proposed solution.

5.6 COST MODEL a. Provide a Rough Order of Magnitude (ROM) costing model for the proposed solution. b. Mandatory: Explicitly demonstrate how your solution meets the strict thresholds outlined in Section 3 (Total AUR costs < $1,000,000 for AURs/WSIs; Total Unit Cost < $250,000 for components). Detail the key cost-drivers and any production volume assumptions required to achieve these price points.

6. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: 6.1 The Government may contact respondents to obtain additional information or clarification to understand a company's response. This may include discussions, site visits, demonstrations, etc., to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. 6.2 Responses shall correspond to a single problem statement per response. The page limits below do not include the cover page: • Responses addressing Problem Statements 2, 3, and 4 (Components) shall not exceed 5 pages for each problem statement. • Responses addressing Problem Statements 1 and 5 (AUR and WSI) shall not exceed 10 pages for each problem statement. Include technical and descriptive text, functional block diagrams, and illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government. 6.3 Responses shall correspond to a single problem statement per response. 6.4 Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request is protected from any unauthorized disclosure. Any material that is not marked is publicly releasable. 6.5 When submitting a response, please be aware that the Army workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). 6.6 Responses are due electronically by 5:00 pm CST on 29 MAY 2026 via email to the following email inbox: usarmy.redstone.pae-fires.list.open-solicitations@army.mil 6.7 Subject line must read “RFI for Low-Cost Interceptors for CPE Defensive Fires, Problem Statement #X – [Company Name].” 6.8 For more information on this RFI, please contact the email address identified above.

7. PRELIMINARY INDUSTRY DAY DETAILS The Government intends to host an industry day to provide an overview of this developing program and associated competitions. The target audience for the Industry Day is prime contractors, subcontractors, or joint venture offerors with the technical capabilities, facilities, and personnel to develop and deliver low-cost interceptor capability and components. A separate announcement will be issued with the finalized details of the Industry Day.

8. PRELIMINARY PRIZE COMPETITION DETAILS Following the Industry Day, the Government intends to host multiple 10 U.S.C. 4025 prize competitions: one for each of problem statements 1-4. Note: There will be no prize competition for Problem Statement #5, Weapon System Integrator. The notional intent is to reward participating vendors with monetary prizes based on demonstration performance. CPE Defensive Fires will identify superior performing systems based on criteria (to be provided closer in time to the competition) to determine recipients of the reward. Each prize competition is intended to have a separate prize pool. CPE Defensive Fires intends to award first and second place prizes for each Problem Statement (except for Problem Statement #5). CPE Defensive Fires will reserve the right to reduce the number of winners per competition to one (1) each if the number of vendors participating in the demonstration, or the number of successful demonstrations, is lower than expected. In this case, CPE Defensive Fires may increase the prize pool for the winner per each competition, pending availability of funds; but the prize pool increase is not guaranteed.

9. DISCLAIMER This RFI is not a request for proposal (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 because of this RFI. This RFI is for market research purposes only, and the US reserves the right to use the funding arrangement or contract type most appropriate for the effort in subsequent solicitations. Potential funding instruments include but are not limited to Other Transaction for Prototype (OTA) consistent with 10 U.S.C. 4022, or Prizes for advanced technology achievements consistent with 10 U.S.C. 4025. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. The Government does not intend to pay for information received in response 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 capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if there are 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 the receipt be confirmed. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

Additional Links: Munitions Open Solicitation for Advanced and Innovative Capabilities

View original listing