Skip to content
Department of Defense

RSLP Targets Program

Solicitation: RSLP-TARGETS
Notice ID: 3e535fb54c794b1c949f710d186166f8
TypeSources SoughtNAICS 336414PSCV126Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNMPostedFeb 23, 2026, 12:00 AM UTCDueMar 02, 2026, 11:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NM. Response deadline: Mar 02, 2026. Industry: NAICS 336414 • PSC V126.

Market snapshot

Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,308,535,059
Sector total $20,371,516,771 • Share 6.4%
Live
Median
$18,463,883
P10–P90
$18,463,883$18,463,883
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,308,535,059)
Deal sizing
$18,463,883 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NM
Live POP
Place of performance
Albuquerque, New Mexico • United States
State: NM
Contracting office
Kirtland Afb, NM • 87117-0001 USA

Point of Contact

Name
Alicia Cawley
Email
alicia.cawley@spaceforce.mil
Phone
5058463640
Name
Lucia A Corral (PCO, SSC/AAK-KT)
Email
lucia.corral@spaceforce.mil
Phone
5058465426

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
SPACE SYSTEMS COMMAND
Office
PEO ASSURED ACCESS TO SPACE • FA8818 ASSRD ACS TO SPC SSC/AAK-KT
Contracting Office Address
Kirtland Afb, NM
87117-0001 USA

More in NAICS 336414

Description

RSLP TARGETS PROGRAM SUPPLEMENTAL REQUEST FOR STATEMENT OF CAPABILITIES (SOCS)

The US Space Force (USSF), Space Systems Command (SSC), Small Launch and Targets Division (SYD 80/AMX), Rocket Systems Launch Program (RSLP), Kirtland AFB, Albuquerque, NM is interested in obtaining a statement of interest demonstrating industry’s interest and capability in providing launch services for the requirements listed below.

General Projected Requirements:

  • An amount of launches off the west side of the United States to provide launch services for target vehicles for upcoming tests
  • The launch service provider may be required to procure target vehicle payloads
  • The target vehicle must allow for throttling
  • A Government mission director is required for these launches which means Space Flight Worthiness Certification will be required and will likely require Government provided mission assurance
  • Participation with mission partners in regular meetings to help develop the tests 
  • A reliable and mature launch vehicle that is not under development, has had multiple successful launches, and is not undergoing significant design changes is required
  • The launch service provider’s launch solution shall include its own manufactured hardware as part of the launch vehicle capability and not be a launch vehicle obtained from another company. The launch service provider must control the technical baseline and launch operations of the launch vehicle.
  • Date of most recent successful launch

US Commercial Provider Requirements

  • Provide documentation and statement attesting to how the offeror meets in the requirements of a US Commercial Provider IAW Commercial Space Act of 1998, Title II Public Law 105-303.
  • Provide Cage Code to verify active SAM registration and active registration/certification in Defense Logistics Agency Joint Certification Program.

Responses to the general projected requirements and US Commercial Provider must be submitted within 5 calendar days of posting this RFI and is limited to 1 page, size 11 font with 1” margins. All replies to this synopsis must reference RSLP Targets. Submit only unclassified and non-proprietary information if possible. If proprietary information is deemed essential, all proprietary information should be clearly marked and associated with restrictions on Government use identified. Note: Both Government and Contractor personnel will be utilized for RFI response review. If proprietary information is deemed essential, Non-Disclosure Agreements will be executed. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this RFI. The Contract Opportunities, www.sam.gov, will be the primary source of information for this acquisition. All responses shall include company size status under the North American Industry Classification System (NAICS) code 336414.

The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. This notice is for informational purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. The Government will not recognize any costs associated with submission of information in response to this notice.

Request for Information/SB Tracking #: N/A

More specific requirements, information and direction will be provided via DOD SAFE to respondents who meet the US Commercial Provider requirements and who possess active DLA Joint Certification Program registration. Please make sure to include name, phone number and email address of person able to receive the information.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.