Precision Strike Missile (PrSM) Increment 4 Prototype Request for Solutions
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is seeking solutions for the Precision Strike Missile (PrSM) Increment 4 (Inc 4) prototype. This multi-phase program aims to develop an affordable, cost-effective, and Modular Open Systems Approach (MOSA) compliant missile capable of engaging moving maritime and relocatable land targets at ranges of 1,000 km or greater. The solution must be compatible with the M142 launcher platform. This effort is conducted under 10 U.S.C. § 4022 (Other Transaction Authority for Prototypes), with potential for a follow-on production contract. Solution Briefs are due May 22, 2026.
Purpose & Scope
The U.S. Government (USG) requires a full, end-to-end missile solution for PrSM Inc 4, moving from high-risk research to full-scale production. The program emphasizes MOSA compliance (10 U.S.C. §§ 4401–4403) to ensure interoperability, upgradeability, competition, and prevent vendor lock. The solution must be effective against moving maritime and relocatable land targets, operate in contested GPS environments, and be compatible with the M142 launcher. The operational range threshold is >1000km maximum and <300km minimum, with INDOPACOM AOR operability as a threshold.
Key Requirements & Deliverables
- Performance: Engage moving maritime and relocatable land targets at ≥ 1,000 km.
- Compatibility: M142 launcher platform and organic resupply systems.
- Architecture: Mandatory MOSA compliance.
- Phased Approach: Includes Phase 0 (Solutions Brief), Phase I (Prototype Design, Development, Demonstration), Phase I Option (Prototype Demonstration), Phase II (Qualification), and Phase III (Production).
- Deliverables: Vary by phase, including design packages, simulation data, prototype hardware, test reports, and technical data packages. A Technical Data Request (TDR) specifies required system performance data in .csv format for evaluation.
Contract Details
- Authority: 10 U.S.C. § 4022 (Other Transaction Authority for Prototypes).
- Contracting Vehicle: A new standalone Other Transaction Authority (OTA) will be used.
- Period of Performance (Prototype OTA): 36 months.
- Funding: Shared investment model; Government provides some Phase 1 funding, significant performer investment expected.
- Follow-on: Potential for follow-on production contract without further competition per § 4022(f).
- Set-Aside: None specified.
Submission & Evaluation
- Solution Brief Due Date: May 22, 2026, 1700 CDT.
- Submission Format: Max 15 pages, searchable PDF, 12pt Times New Roman, 1” margins.
- Submission Content: Technical Narrative, MOSA Strategy, Data Rights Assertion, OCI, Performer Eligibility (using Annex 2), Technical Data Sheet (using Annex 3), Rough Order of Magnitude (ROM).
- Evaluation Criteria (Solutions Brief): Technical Merit & Innovation (most important), Schedule, Price Reasonableness (ROM), and MOSA Compliance & Openness (least important). Non-price factors are significantly more important than price.
- Evaluation (Phase I Option): Mission Effectiveness (holistic performance modeling), Schedule, Technical Performance vs. Metrics (TRL 6 for Flyoff 1), Architectural Integrity (MOSA), and Price Reasonableness. Non-price factors are significantly more important than price.
- Flight Tests: Two planned (FY27, FY28), with the first flight being a down-select event.
Eligibility & Notes
- Performers must have a Unique Entity ID (UEI) and be registered in SAM.gov. Annex 2 details performer eligibility certification requirements.
- The USG reserves the right to down-select, reduce, or increase the number of awards at each phase. Non-Government advisors may be used for evaluation.
- The question period is closed; all available information is in the RFS and its attachments, including the Q&A from the previous Industry Day (Annex 1).