ContractSpecial Notice

U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice

DEPT OF DEFENSE W9113M-FY26-ROSIE
Response Deadline
Dec 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Special Notice

Contract Opportunity Analysis

The U.S. Army Space and Missile Defense Command (USASMDC) is seeking industry feedback through a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This procurement aims to gather insights on anticipated contractor support services for ballistic missile testing and space operations at the RTS, located on Kwajalein Atoll and in Huntsville, Alabama, with a focus on security clearances, mission support, and Command, Control, Communication, Computers, and Information Management (C4IM) services. The contract is expected to span a four-year base period with three two-year options, totaling ten years, and responses to the RFI are due by December 17, 2025. Interested parties can direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via email at usarmy.redstone.acc.mbx.acc-rsa-rets-ii-req@army.mil.

Classification Codes

NAICS Code
541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC Code
AC35
NATIONAL DEFENSE R&D SVCS; DEFENSE-RELATED ACTIVITIES; R&D FACILITIES & MAJ EQUIP

Solicitation Documents

4 Files
ROSIE RFI_Questions and Answers_FINAL.pdf
PDF94 KB3/4/2026
AI Summary
The document, Notice ID: W9113M-FY26-ROSIE, provides questions and answers between the government and industry regarding the ROSIE requirement, likely a federal RFP. Key points include: personnel requiring an Interim Secret clearance will be accepted; a Government Furnished Equipment (GFE) list will be provided, with contractors responsible for Contractor Furnished Equipment (CFE); the government will not provide transportation to Kwajalein via Military Air, with contractors utilizing commercial air; clarification on NETCOM baseline services, PWS paragraph 3.5.3, and material movement within warehouses will be provided in a bidders/offeror’s library. The government does not anticipate directing subcontractors, but a small business participation requirement may be included if the acquisition is full-and-open. Modernization priorities and a roadmap for range instrumentation, along with information on major systems' lifecycle status and future upgrades, will also be available in the bidders/offeror’s library. The average number of test missions is nine per fiscal year. Watercraft are not part of the ROSIE requirement. The GBR-K radar is in caretaker status with no specific funded upgrade plans. Details on the C4IM architecture, infrastructure, and anticipated state will be in the bidders/offeror’s library. The government will not provide additional detail on range services beyond the PWS specificity. Recall timelines for sensors are clarified (8-hour, 90-minute, 15-minute, 3-hour). Systems engineering requirements will flow to third-party developers, but the ROSIE contractor cannot enforce standards on them, only on their own subcontractors. Definitions for “minor” and “major” modifications will be provided. The government will clarify “power plant equipment” and modify accuracy requirements to 100%. Written notification from the ISSM/ISSO initiates the 24-hour clock. Third-party algorithms will come with documented static code scans. The government will update lists in PWS Sections 3.4.1 and 3.5 to reflect the same information and clarify downtime and operational availability requirements.
RFI_ROSIE_26NOV25.pdf
PDF214 KB3/4/2026
AI Summary
This Special Notice is a Request for Information (RFI) from the U.S. Army Space and Missile Defense Command (USASMDC) concerning the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements. It is for market research and planning purposes, not a solicitation. The RFI details anticipated contractor support services for the RTS, located on Kwajalein Atoll and in Huntsville, Alabama, which conducts ballistic missile testing and space operations. Key requirements include security clearances (Secret FCL, Secret personnel clearance), mission support for radar, optics, telemetry, control centers, and data networks, and Command, Control, Communication, Computers, and Information Management (C4IM) services. The document highlights challenges of the corrosive environment and remote location of Kwajalein. The anticipated contract period is a four-year base with three two-year options (total 10 years). Industry feedback is sought on acquisition options and requirements. Responses, due by December 17, 2025, are limited to U.S. companies and should include company information, relevant contract experience, and feedback on the support services and acquisition approach.
PWS_ROSIE_24NOV25 (Draft).pdf
PDF813 KB3/4/2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. The contract, prepared by the U.S. Army Space and Missile Defense Command, covers comprehensive support for RTS's two main activities: Space Operations and Test and Evaluation of DoD weapons systems. Key performance areas include test mission support, space operations, sustainment and maintenance of instrumentation and systems, improvements and modernization engineering services, cybersecurity, and communications/IT services. The PWS also details general requirements for contract, program, financial, configuration, quality, and risk management, as well as supply services. Special requirements cover security management, training, safety, and environmental compliance. The contractor is responsible for providing qualified personnel, labor, materials, and equipment to ensure operational readiness, mission continuity, and compliance with all applicable regulations.
RTS_KWAJ_Industry Day Questions and Answers (Reference).pdf
PDF488 KB3/4/2026
AI Summary
This government RFI provides responses to industry questions regarding a follow-on USASMDC Kwajalein range contract, emphasizing that Base Operations Support (BOS) requirements are largely excluded from this specific acquisition and will be pursued separately. Key points include that Marshallese employees are authorized but not required to have Secret clearance, with specific background check procedures outlined. The government will consider approaches to maximize small business participation and anticipates providing performance metrics and Government-furnished property. Challenges include operating in a corrosive environment, logistics to a remote location, aging infrastructure, and talent retention. The final RFP for the range requirement is anticipated in Q1 FY2027. Host-nation labor and environmental compliance, particularly the Marshall Islands Employment Equal Opportunity Act and "grandfathering" of wages for local hires, are critical considerations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 26, 2025
amendedAmendment #1Jan 6, 2026
amendedAmendment #2Feb 25, 2026
amendedLatest Amendment· Description UpdatedMar 4, 2026
deadlineResponse DeadlineDec 17, 2025
expiryArchive DateMar 10, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-RSA

Point of Contact

Official Sources