This Request for Solutions (RFS) seeks proposals for the development and potential production of the Precision Strike Missile (PRSM) Increment 4 (Inc 4). The program follows a phased lifecycle approach, from prototype development to full-scale production, utilizing an Other Transaction Authority (OTA). Key requirements include adherence to a Modular Open Systems Approach (MOSA), compatibility with the M142 launcher platform, and the capability to engage moving maritime and relocatable land targets at ranges of 1,000 km or greater. The submission deadline for solution briefs is May 22, 2026. The evaluation will consider technical merit, innovation, schedule, price reasonableness (ROM), and MOSA compliance, with non-price factors being significantly more important than price. The government reserves the right to downselect, reduce, or increase the quantity of performer awards at each phase. Follow-on production contracts or transactions may be negotiated with participants of the prototype OTA.
The deadline for submitting solution briefs is May 22, 2026, at **** CDT. The program has a period of performance for the prototype OTA of 36 months, with various milestones outlined for design reviews, competitive flyoffs, and potential production awards.
The bid notice states that all payment obligations of the USG shall be subject to receiving appropriations from Congress for the purpose, time, and amount of the obligation. The contracting/agreements officer reserves the right to negotiate directly with the performer on the terms and conditions prior to execution of the resulting award instrument, including payment terms.
The USG will evaluate initial solution briefs based on four weighted factors: Technical Merit/Innovation (most important), Schedule, Price Reasonableness (ROM), and MOSA Compliance/Openness (least important). Non-price factors are significantly more important than price reasonableness.
Performers must have a Unique Entity ID (UEI) number and be registered in the System for Award Management (SAM) prior to receiving an instrument. They are required to maintain SAM registration throughout the period of performance and any subsequent follow-on award. Performers must also register in the Wide Area Work Flow (WAWF) invoicing system and be determined responsible by the contracting/agreements officer, not suspended or debarred from federal government award.
The question period for this solicitation is closed due to the accelerated nature of the acquisition.
The bid notice does not provide a specific estimated total value, but requires performers to submit a non-binding Rough Order of Magnitude (ROM) estimate for the full program lifecycle, including forecasted production unit costs.