OUSD (R&E) CRITICAL TECHNOLOGY AREA(S): Hypersonics; Emerging Threat Reduction The technology within this topic is restricted under the International Traffic in Arms Regulation (ITAR), 22 CFR Parts 120-130, which controls the export and import of defense-related material and services, including export of sensitive technical data, or the Export Administration Regulation (EAR), 15 CFR Parts 730-774, which controls dual use items. Offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the statement of work (SOW) tasks intended for accomplishment by the FN(s) in accordance with the Announcement. Offerors are advised foreign nationals proposed to perform on this topic may be restricted due to the technical data under US Export Control Laws. OBJECTIVE: Develop design concepts for a low cost missile interceptor and conduct mission analysis to determine the warfighter utility of the concepts against a range of threat missiles. DESCRIPTION: This topic seeks to complete the detailed design of a low cost interceptor (LCI) to supplement legacy missile defense systems and provide low cost options to help rebalance the offense/defense cost disparity. In order to effectively defend against large scale attacks from low cost, supersonic cruise missiles (SCM), short- and medium-range ballistic missiles (SRBM, MRBM), and hypersonic glide vehicles (HGV), the Missile Defense Agency (MDA) is looking for options to demonstrate LCIs ($350-$700 K per interceptor) capable of fielding in large quantities. MDA is looking for concepts which utilize Commercial-off-the-Shelf (COTS) components and supply chains, weapon open system architecture standards, previously developed subsystems, and rapid, low cost manufacturing practices to provide interceptor options which may offer slightly reduced performance in exchange for greatly decreased unit costs. Operationally, the same aggregated probability of kill (Pk) may be achieved by firing more, lower-performing LCIs per target than would be required using legacy interceptors, while still achieving a much lower total cost per kill. The LCI concepts for this topic should be modular in design with weapon open system architectures to permit substitution or spiral improvements of different sensors, effectors or booster components from multiple vendors in follow-on development efforts to expand the mission space of the LCI to additional threats or alternate engagement mechanisms. The baseline design should be capable of endo-atmospheric engagements, at a maximum range of 100-300 km from the launcher with additional engagement envelope if appropriate. The LCI must be capable of receiving in-flight updates and possess sufficient speed and maneuverability to intercept airborne targets. More detailed performance metrics will be provided at the SECRET level after contract award. The physical dimensions of the missiles should permit it to be loaded in the M903A2 launcher or quad-packed into a MK41 Vertical Launch System but the integration is not part of this scope of work. Phase II awards under this topic will prioritize rapid execution with a maximum period of performance of 18 months. Faster execution is encouraged where appropriate. The mission analysis required under this effort will result in SECRET classified data, therefore appropriate facility and personnel clearances will be required to execute this topic. PHASE I: Phase I-like proposals will not be evaluated and will be rejected as nonresponsive. For this topic, the Government expects the small business would have accomplished the following in a Phase I-like effort via some other means, e.g., independent research and development (IRAD) or other source, a concept for a workable prototype or design to address, at a minimum, the basic capabilities of the stated objective above. Proposal must show, as appropriate, a demonstrated technical feasibility or nascent capability. The documentation provided must substantiate the proposer's development of a preliminary understanding of the technology to be applied in their Phase II proposal in meeting topic objectives. Documentation should comprise all relevant information including, but not limited to, technical reports, test data, prototype designs/models, and performance goals/results. Feasibility = maturity and what have you already done/validated. Proposers interested in participating in Direct to Phase II must include in their responses to this topic Phase I feasibility documentation that substantiates the scientific and technical merit and Phase I feasibility described in Phase I above has been met. (i.e., the small business must have performed a proof of concept like Phase I component and/or other validation in a relevant environment, and/or at a much higher TRL level (5 or higher) and describe the potential commercialization applications. The documentation provided must validate that the proposer has completed development of technology in previous work or research completed.) IRAD work: Documentation should include the most relevant information including, but not limited to: technical reports, test data, prototype designs/models, and/or performance goals/results. Work submitted within the feasibility documentation must have been substantially performed by the proposer and/or the principal investigator (PI). PHASE II: he threshold level of performance for this phase is to develop a detailed design for a low cost interceptor, conduct engagement modeling and simulation analysis against a range of threat classes to demonstrate the mission effectiveness of the proposed LCI concept, and provide a plan for completing the development, manufacture, testing and demonstration of the concept within 18 additional months, including a proposed schedule and cost. The detailed design must describe at a minimum: all major subsystems including, but not limited to, boosters, controls, flight computers, communications, fire control interface, terminal seeker, and warhead, sufficiently detailed that the company can begin prototype construction. The launch interface should be defined including physical and network connections. The system design must use non-proprietary interfaces between the subsystems (subject to government approval) to permit the substitution of alternate components for the major subsystems listed above, produced by other vendors, in a subset of future spiral designs. (I.e alternate warheads, terminal seekers, etc.) If the concept design maturity supports further development, then the objective goal for this phase is to continue the development of the LCI concept beyond the design stage to include prototyping, ground test and/or flight test of the LCI. The proposal should include the maximum level of maturation the offeror can provide with the available funds. The kinematic, sensor, control, and warhead performance of the LCI design shall be used to conduct modeling and simulation of engagements against multiple threat missiles in multiple engagement scenarios for each to determine the Pk of the LCI for each case. The threat missiles shall include, at a minimum; SCM, SRBM, MRBM and HGV and the simulations should include engagements ranging from point defense to protecting targets 10 - 100 km from the LCI launcher at multiple altitudes. Objectively, the modeling and simulation should include maneuvering target missiles and cooperative intercepts using multiple LCIs to counter the maneuvering and targeting uncertainty. Three months before the end of the period of performance, the offeror should provide a proposal for completing the development, prototyping, testing and demonstration of the LCI. The proposal should include a schedule and a cost estimate to complete all remaining development and testing work, culminating in providing 2 demonstration interceptors for government use in interception tests. PHASE III DUAL USE APPLICATIONS: The Missile Defense Agency is looking to conduct a technology capability demonstration of the LCI to support potential transition to a program of record for integration and fielding. The completion of this effort would provide a mature design that can rapidly transition into prototyping, test and demonstration. Selection for a Phase III award will be based on a best value judgement on the expected utility of the interceptor vs. the cost for development and acquisition, interest from legacy missile defense system program offices which would transition the interceptor, and the availability of funds. REFERENCES: Missile Defense Agency (MDA) Request for Information (RFI) 2024-RFI_LCI, Missile Defense Agency Low-Cost Interceptors, November 2024 Missile Defense Agency (MDA) Request for Information (RFI) MDA-RFI-001, Missile Defense Agency (MDA) Capabilities in response to Executive Order "The Iron Dome for America", January 2025 KEYWORDS: Low Cost Interceptor; LCI; Low Cost Defeat; missile; Hypersonic Defense