Missile Defense Agency - Advanced Capability Concepts
ID: HQ0860-25-S-C001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)MISSILE DEFENSE AGENCY (MDA)HUNTSVILLE, AL, 35898, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Missile Defense Agency (MDA) within the Department of Defense is soliciting innovative concepts through its Advanced Capability Concepts program, which is open for submissions from May 9, 2025, to May 8, 2030. This opportunity invites industry participants to propose unique ideas that enhance missile defense systems, focusing on areas such as kinetic and hypersonic defense, battle management systems, and space-based capabilities, with white papers accepted at any time during the five-year period. The program is crucial for advancing the effectiveness of missile defense technologies and ensuring national security. Interested parties can contact MDA Advanced Capability Concepts at MDA-ACC-WP@mail.mil for further details and guidance on submission requirements.

    Point(s) of Contact
    MDA Advanced Capability Concepts
    MDA-ACC-WP@mail.mil
    Files
    Title
    Posted
    The document, "MDA Advanced Capability Concepts, Solicitation No. HQ0860-25-S-C001, Attachment 3, White Paper Submission Requirements," outlines the mandatory guidelines for submitting white papers for unclassified information. Submissions must be sent via email to MDA-ACC-WP@mail.mil, with a specific subject line format. Files must be in Microsoft Word or Adobe PDF format, attached directly to the email, and not exceed 10MB in size. The white paper content must include a Title Page, Executive Summary, Program Description, Program Plan and Milestone Chart, Description of Relevant Prior Work, Rough Order of Magnitude (Attachment 3a), and Program Summary Quad Chart (Attachment 3b). The Executive Summary and Program Description are limited to 10 pages combined, and the entire white paper should adhere to specific formatting requirements (letter size, one-inch margins, 12-point font). The document details specific content requirements for each section, including proprietary markings, abstracts, proposed objectives, technical approaches, management plans, prior work, cost estimates, and a non-proprietary Quad Chart.
    This document, "Requirements for FAR-Based Procurement Contracts" (Attachment 1 to Solicitation No. HQ0860-25-S-C001), outlines key regulations and requirements for potential FAR-based procurement contracts with the Missile Defense Agency (MDA). It emphasizes that contract awards will result from full and open competition under the Competition in Contracting Act (CICA). Key provisions include a prime offeror's requirement to perform 50% of the effort by cost, consideration of various contract types (with cost-reimbursement types requiring adequate accounting systems), and adherence to safeguarding covered defense information clauses (e.g., FAR 52.204-25, DFARS 252.204-7008, 252.204-7012). For offerors selected for Step-Two, additional requirements include government rights to technical data and computer software (Unlimited Rights for government-funded, Government Purpose Rights for mixed-funded), completion of an Organizational Conflict of Interest (OCI) analysis, submission of a Small Business Subcontracting Plan if applicable, and submission of certified cost and/or pricing data for proposals exceeding the Truth in Negotiations Act (TINA) threshold.
    The OCI Disclosure Form is a mandatory document for offerors (prime contractors or subcontractors) bidding on Missile Defense Agency (MDA) and Ballistic Missile Defense System (BMDS) related contracts. Its primary purpose is to identify and mitigate potential organizational conflicts of interest (OCI). The form requires companies to disclose details about their current and past MDA-related contracts, including contract titles, roles (prime, subcontractor, affiliate), contracting agencies, and the magnitude of the work. It also probes into the scope of work, specifically asking about involvement in systems engineering, preparing specifications, technical evaluations, access to non-public information, and providing products. The form further investigates any significant business relationships with MDA development contractors and access to government systems containing non-public information. Crucially, it asks if the current scope of work creates an actual or potential conflict of interest and if any mitigation plans are in place. Finally, it requires disclosure of any former DoD employees who had access to solicitation information and assisted the company on the acquisition. This comprehensive disclosure ensures transparency and helps the MDA assess and manage potential conflicts that could compromise fair competition or government interests.
    The document outlines requirements for Other Transaction (OT) Agreements under the MDA Advanced Capability Concepts solicitation, emphasizing their role in encouraging new or non-traditional defense contractors and fostering commercial-like practices. MDA leverages 10 U.S.C. §§ 4021 and 4022 for research and prototype OTs, enabling follow-on production agreements. All offerors, including traditional contractors adopting commercial practices, are encouraged to propose OTs. Awards prioritize commercial industry standards, are generally exempt from most FAR/DFARS regulations, but are subject to specific statutes like the False Claims Act and Civil Rights Act. Agreements over $5,000,000 are subject to Comptroller General record access. Step-Two offerors face additional requirements concerning intellectual property rights (technical data and computer software), organizational conflict of interest identification, and potential cost data submission for price reasonableness.
    The MDA Advanced Capability Concepts Solicitation No. HQ0860-25-S-C001 outlines requirements for white paper submissions. Submissions, preferably unclassified, must be emailed to MDA-ACC-WP@mail.mil with a specific subject line and be in Microsoft Word or Adobe PDF format, under 10MB, without compression or password protection. White papers must include a Title Page, Executive Summary, Program Description, Program Plan and Milestone Chart, Description of Relevant Prior Work, Rough Order of Magnitude (Attachment 3a), and a Program Summary Quad Chart (Attachment 3b). The Executive Summary and Program Description are limited to 10 pages, with a total white paper limit of 8.5 x 11 inches, one-inch margins, and 12-point font. Detailed content requirements are provided for each section, including specific information to be included on the Title Page, an abstract, and comprehensive descriptions for the program, prior work, and financial estimates. The document emphasizes adherence to formatting and content guidelines for eligibility.
    The document outlines cost summary tables for government proposals, likely within the context of federal, state, or local RFPs and grants. It details three main tables: 'White Paper Cost Element Summary (Including Base and Any Future Periods)', 'White Paper Cost Element Summary by Task (Including Base and Any Option Periods Proposed)', and 'Subcontractor Price Summary'. These tables are designed to provide a comprehensive breakdown of estimated costs, including direct labor, materials, subcontract, other direct costs, indirect costs, and fee or profit across different periods or phases. The 'by Task' summary further categorizes costs by specific tasks. The 'Subcontractor Price Summary' focuses on individual subcontractor costs. This structure indicates a requirement for detailed financial transparency and accountability in government proposals, allowing for a clear understanding of all expenditures and their allocation.
    The document outlines a proposal template for technology contributions to the Missile Defense System. It requires a detailed description of the technology, its impact on the system, and an execution plan including top-level tasks and milestones. Proposers must provide a graphic illustration, chronological goals/accomplishments (max 10), and a summary statement highlighting the technology's significant contribution (e.g., performance improvements, cost reduction, mission enablement). The proposal also mandates company information, period of performance, estimated costs for each phase, and a transition strategy summary. This structure is typical for government RFPs, aiming to gather comprehensive details for evaluating potential advancements in missile defense.
    The document outlines the requirements for FAR-based procurement contracts related to the MDA Advanced Capability Concepts solicitation. It emphasizes compliance with the Competition in Contracting Act (CICA) and states that contract awards will undergo competitive selection, encouraging subcontracting arrangements while mandating that the prime offeror leads at least 50% of the effort. Various contract types are acceptable, though cost reimbursement contracts necessitate a sound accounting system. The procurement is subject to safeguarding provisions for defense information, including clauses on telecommunications and cybersecurity. Additionally, offerors advancing to Step-Two must recognize government rights regarding technical data developed with government funds and disclose any organizational conflicts of interest. A small business subcontracting plan may also be necessary. Finally, certified cost and pricing data will be required for proposals surpassing the Truth in Negotiations Act threshold, ensuring transparency in cost proposals. Overall, the solicitation aims to establish a robust framework for competitive and secure procurement while prioritizing organizational compliance and data protection.
    The OCI Disclosure Form is a critical document for contractors engaging with the Missile Defense Agency (MDA) to identify and disclose organizational conflicts of interest (OCI). Companies must specify their role (prime contractor, subcontractor, or affiliate) and list any relevant affiliations. The form requires detailed information about existing or past contracts related to MDA's Ballistic Missile Defense System, including key personnel contacts and contract specifics. Additionally, contractors must assess their work's significance to their overall business and examine any access to proprietary government information. Questions address potential OCI arising from current solicitations, existing mitigation plans for identified conflicts, and the involvement of former Department of Defense (DoD) employees in shaping proposals. The structured format ensures comprehensive disclosure for transparency and compliance with procurement regulations. Ultimately, this form serves to uphold ethical standards in government contracting by clarifying relationships and interests that could create bias or conflicts in performance.
    The document outlines the requirements and guidelines for Other Transaction (OT) Agreements related to the Missile Defense Agency’s (MDA) solicitation HQ0860-25-S-C001. It establishes that MDA has the authority to enter into OT agreements for research and prototype development under specific U.S. Code provisions, encouraging participation from both traditional and non-traditional defense contractors. Key points include eligibility criteria for offerors, the use of commercial industry standards, and applicable federal statutes such as the False Claims Act and the Clean Water Act. Furthermore, it indicates that agreements exceeding $5 million must allow audit access to the Comptroller General. Offerors selected for a second phase will face requirements concerning intellectual property rights, identifying potential conflicts of interest, and possibly providing cost data to confirm price reasonableness. The document emphasizes flexibility in accommodating commercial practices while maintaining necessary legal and regulatory compliance in the deployment of defense solutions.
    The MDA Advanced Capability Concepts solicitation (No. HQ0860-25-S-C001) outlines criteria for submitting unclassified white papers to support innovation in the Missile Defense System. Interested offerors must email their submissions to the designated address, ensuring proper subject line formatting. The white paper must contain a title page, executive summary, program description, program plan with milestones, relevant prior work, a Rough Order of Magnitude (ROM), and a summary Quad Chart. The executive summary and program description must each be limited to 10 pages, with overall specifications for formatting. The document emphasizes the importance of detailing the innovation aspect of the proposed work and its significance to MDA and DoD goals. It encourages efficient organization of research tasks while addressing risk management and the need for government support. Prior work should be documented to showcase relevant experience, while budget estimations are required in specified tables. Furthermore, submissions must comply with the outlined page limitations and formatting specifics to avoid disqualification. This solicitation aims to advance missile defense technologies and requires clear, concise presentations of proposed concepts.
    This document presents a comprehensive cost element summary pertinent to a federal RFP for a project that spans multiple phases. It outlines several cost categories including total direct labor, materials, subcontractor expenses, and indirect costs, with corresponding estimates broken down by project phases. The tables detail expected costs for distinct tasks and subcontractor contributions, indicating a systematic approach to budget estimation across the project lifecycle. Each section is organized to reflect costs in distinct phases, facilitating clarity regarding budgeting responsibilities across tasks. The overall purpose of the document is to provide a transparent and organized financial overview necessary for stakeholders to consider during the RFP evaluation process. This format is critical in government contracting as it ensures accurate funding allocation, follows federal guidelines, and aids in compliance with financial reporting standards.
    The provided document outlines a proposal for a technology aimed at enhancing the Missile Defense System. It includes a description of the technology's contributions to missile defense capabilities, along with an overview of program execution, top-level tasks, and milestones. Key highlights feature goals and accomplishments presented chronologically, emphasizing significant improvements in system performance and cost reductions. An expression of regret regarding potential funding denial is noted, emphasizing the technology's role in supporting specific missions. The document contains essential details about the company's identity, phases of performance, estimated costs for each phase, and a transition strategy summary. Overall, the proposal underscores the critical advancements the technology could bring to missile defense, while outlining the strategic steps required for successful implementation. This document serves as a formal request for funding consideration, targeting federal and state initiatives related to defense advancements.
    The Missile Defense Agency (MDA) has issued a solicitation (No. HQ0860-25-S-C001) for its Advanced Capability Concepts program, running from May 9, 2025, to May 8, 2030. This solicitation invites industry participants to propose innovative and unique ideas for enhancing missile defense systems through the submission of white papers at any time during the five-year period. The MDA seeks solutions in various fields including kinetic and hypersonic defense, battle management systems, non-kinetic warfare technologies, and space-based capabilities. The solicitation outlines a two-step process: Step-One involves the submission and selection of white papers, while Step-Two includes negotiations for potential awards. All eligible entities, including private companies and academic institutions, are invited to apply following specific criteria for submission, evaluation, and program management. Proposals must adhere to multiple federal guidelines, ensuring that submitted concepts align with MDA’s strategic mission to advance missile defense capabilities effectively and efficiently.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mentor Protégé Program Broad Agency Announcement
    Buyer not available
    The Missile Defense Agency (MDA) is seeking eligible mentor and protégé firms to participate in its Mentor-Protégé Program (MPP) through a Broad Agency Announcement (BAA) effective from August 30, 2025, to August 30, 2028. The program aims to enhance the capabilities of protégé firms, increase their participation in Department of Defense (DoD) contracts, and foster long-term business relationships, with a focus on missile defense systems and innovation across the DoD Enterprise. Interested firms must submit white papers that align with MDA's focus areas, propose a minimum of 50% Engineering and Technical Assistance, and include a letter of support from an MDA Program Manager or Technical Advisor, with individual awards anticipated to be cost-reimbursement not exceeding $1,000,000 per government fiscal year. For further details, interested parties can contact MDA at mda.schriever.ics.mbx.mpp@mail.mil, and white papers will be accepted until August 30, 2028.
    U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is soliciting research proposals through its Broad Agency Announcement (BAA) W9113M-24-R-BAA1, aimed at advancing science, technology, and test and evaluation research. The BAA invites submissions from a diverse range of organizations, including educational institutions, nonprofits, and for-profit entities, focusing on innovative research that supports the SMDTC's mission in key areas such as tactical responsive space, high-altitude technologies, strategic weapon technologies, and hypersonic defeat. This initiative is critical for enhancing military capabilities and operational effectiveness in space and missile defense. Interested parties are encouraged to submit white papers for initial review, with the BAA open until August 26, 2029; for inquiries, contact Kayla James at kayla.m.james15.civ@army.mil or Adam Neely at adam.r.neely.civ@army.mil.
    MDA Agile Professional Services Solution (MAPSS)
    Buyer not available
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on various areas such as engineering, logistics, cybersecurity, and program support, with a significant emphasis on engaging small businesses. This initiative is critical for maintaining and advancing the operational effectiveness of the Missile Defense System, with an estimated total contract value of approximately $5.5 billion over the next decade. Interested vendors are encouraged to submit their capabilities statements and responses to the Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking innovative solutions through its "Nimble Options for Buying Layered Effects (NOBLE)" Announcement, aimed at enhancing missile defense capabilities. This initiative encompasses a range of solicitations focused on advanced defense technologies, including Kinetic and Hypersonic Defense, Command and Control Battle Management, and Disruptive Technologies, among others. The NOBLE program is designed to facilitate rapid acquisition and development of cutting-edge solutions to address evolving threats, with individual solicitations set to close between August 2025 and May 2030. Interested parties can find more information and track solicitations on SAM.gov, and inquiries can be directed to MDA-NOBLE@mail.mil.
    HQ0147-19-C-0005 Modified Ballistic Re-Entry Vehicle (MBRV)-11 Justification & Approval
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to justify and approve the procurement of the Modified Ballistic Re-Entry Vehicle (MBRV)-11 under contract HQ0147-19-C-0005. This opportunity involves the acquisition of guided missile technology, specifically focusing on the MBRV-11, which plays a critical role in national defense and missile defense systems. The justification and approval documents, which are essential for understanding the procurement's context and requirements, are available for review in the attached files. Interested parties can reach out to Jennifer Morgan at jennifer.morgan@mda.mil or by phone at 256-450-3144 for further information regarding this opportunity.
    Counter-Air Missile Program (CAMP) Request for White Papers
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is soliciting white papers for the Counter-Air Missile Program (CAMP), aimed at developing a low-cost, ground-launched counter-air missile with potential adaptability to air-to-air variants. The initiative seeks innovative industry proposals that focus on modular, open-system designs and high-TRL technologies, with a goal of achieving a first flight within nine months and maintaining an All-Up Round cost below $500,000 for an annual production of 1,000 to 3,500 units. This program is critical for enhancing the U.S. Air Force's capabilities in affordable mass munitions and aligns with the M-Series approach for rapid prototyping and development. Interested parties must submit their white papers by 5:00 p.m. Central on December 16, 2025, and can direct inquiries to Jill Harms at jill.harms.1@us.af.mil or Lt Col Nicolas Zimmerman at nicolas.zimmerman.1@us.af.mil.
    Aviation and Missile R&D BAA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Futures Command, is soliciting research proposals through a Broad Agency Announcement (BAA) focused on Aviation and Missile Research and Development (AMRD). The BAA aims to advance critical technologies in areas such as rotorcraft engine systems, intelligent teaming, and missile seekers, with a two-step submission process for concept papers and full proposals that emphasizes scientific merit and alignment with Army modernization goals. This initiative is crucial for enhancing the Army's operational capabilities and addressing technology gaps, with funding contingent on availability and project relevance. Interested parties can contact Laurie Pierce at laurie.a.pierce2.civ@army.mil or Devon Wolfe at devon.k.wolfe2.civ@army.mil for further details, with the submission deadline extended to July 3, 2027.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Buyer not available
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    Research and Development Innovations Broad Agency Announcement
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is soliciting innovative research and development proposals through its Broad Agency Announcement (BAA) HDTRA1-22-S-0003, aimed at countering weapons of mass destruction (WMD) and emerging threats. The BAA invites proposals for technologies at Technology Readiness Levels (TRL) 1-7, focusing on five key thrust areas: understanding WMD threats, enabling deterrence, controlling and defeating threats, protecting forces, and cross-cutting capabilities. This multi-year solicitation, active from February 2022 to February 2027, anticipates contract awards ranging from $500,000 to $5,000,000 over 1-3 years, with a two-phased proposal process. Interested parties should direct inquiries to the BAA Program Manager at dtra.belvoir.rd.mbx.rd-baa-inbox@mail.mil, and adhere to submission deadlines, including a final proposal submission date of September 19, 2025, for the latest addendum.
    SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is soliciting proposals for the Proliferated Warfighter Space Architecture (PWSA) under the Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA). The SDA seeks innovative architecture concepts, systems, and technologies that will enhance military capabilities and address evolving warfighter needs, particularly focusing on advanced target custody, missile tracking, and the integration of new technologies within the PWSA framework. This initiative is critical for bolstering U.S. national security through progressive space-based solutions, with a strong emphasis on collaboration with government stakeholders. Interested parties are encouraged to submit executive summaries by April 8, 2025, for the U.S. "Iron Dome" architecture studies, and by April 14, 2025, for the PWSA Ground Segment and AppFac transition studies, with further details available through the provided contact email: ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.