RSLP Targets Program
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 US Space Force (USSF), Space Systems Command (SSC), through its Rocket Systems Launch Program (RSLP), is conducting a Sources Sought / Request for Statement of Capabilities (SOCs) for launch services to provide target vehicles for upcoming tests. This market research aims to identify qualified US Commercial Providers. Responses are due by March 2, 2026.
Scope of Work
The RSLP Targets Program requires launch services for target vehicles, primarily off the west coast of the United States. Key requirements for the launch service provider include:
- Providing launch services for target vehicles for upcoming tests.
- Potentially procuring target vehicle payloads.
- Ensuring the target vehicle allows for throttling.
- Supporting a Government mission director, requiring Space Flight Worthiness Certification and likely Government-provided mission assurance.
- Participating in regular meetings with mission partners.
- Utilizing a reliable and mature launch vehicle that is not under development, has had multiple successful launches, and is not undergoing significant design changes.
- The launch solution must include the provider's own manufactured hardware, not a vehicle obtained from another company, with the provider controlling the technical baseline and launch operations.
US Commercial Provider Requirements
Respondents must provide documentation attesting to meeting the requirements of a US Commercial Provider per the Commercial Space Act of 1998, Title II Public Law 105-303. Additionally, a Cage Code verifying active SAM registration and active registration/certification in the Defense Logistics Agency (DLA) Joint Certification Program is required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Product/Service Code: V126 (Space Transportation And Launch Services)
- Set-Aside: None specified
- Response Due: March 2, 2026, by 23:00 UTC
- Published: February 23, 2026
- Place of Performance: Albuquerque, NM, United States (administrative office)
Submission Requirements
Responses are limited to one page, size 11 font with 1-inch margins, and must be submitted within 5 calendar days of the RFI posting (though the official response date is March 2, 2026). Submissions should reference "RSLP Targets" and include company size status under NAICS code 336414. Only unclassified and non-proprietary information should be submitted if possible; if proprietary, it must be clearly marked. This is for informational purposes only, and the Government will not pay for submitted information.
Additional Notes
More specific requirements and direction will be provided via DOD SAFE to respondents who meet the US Commercial Provider requirements and possess active DLA Joint Certification Program registration. Respondents should include their name, phone number, and email address for receiving this information. The primary source for acquisition information is SAM.gov.
Contact Information
- Primary: Alicia Cawley (alicia.cawley@spaceforce.mil, 505-846-3640)
- Secondary: Lucia A Corral (PCO, SSC/AAK-KT) (lucia.corral@spaceforce.mil, 505-846-5426)