U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
ID: W9113M-FY26-ROSIEType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5000, USA

NAICS

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

PSC

NATIONAL DEFENSE R&D SVCS; DEFENSE-RELATED ACTIVITIES; R&D FACILITIES & MAJ EQUIP (AC35)
Timeline
    Description

    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.

    Files
    Title
    Posted
    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.
    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.
    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.
    Similar Opportunities
    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.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Counter Surveillance and Reconnaissance (CSR) Capabilities Against Space Based Threats
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone Arsenal (ACC-RSA), is seeking capable vendors for the development of ground-based counter surveillance and reconnaissance (CSR) capabilities against space-based threats. This opportunity aims to identify vendors who can produce terrestrial-based CSR prototypes and possess personnel with Top Secret/SCI clearances, as well as facilities that meet SCI security standards. The procurement is significant for enhancing national defense capabilities and may lead to a classified solicitation utilizing innovative contracting methods, including Other Transaction Agreements (OTAs) or Commercial Solutions Openings (CSOs). Interested vendors must submit their responses by December 5, 2025, at 1200 CST via JWICS email, with unclassified questions due 10 days prior. For further inquiries, vendors can contact Gina Petrino at gina.a.petrino.civ@army.mil or Ernest Snyder at ernest.l.snyder2.civ@army.mil.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.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.
    RFI W56KGY-26-R-0103 Universal Test Set
    Buyer not available
    The Department of Defense, through the Department of the Army, is conducting market research for the Universal Test Set (UTS), designated AN/GLM-11(V)2, aimed at evaluating Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) systems. This procurement seeks qualified prime contractors for the production of sustainment hardware essential for the rapid go/no-go evaluation of CREW systems, ensuring that warfighters can verify the proper operation of these systems before deployment. The UTS is critical for detecting faults in CREW systems that could otherwise jeopardize personnel safety in the field. Interested parties must submit a ten-page unclassified white paper detailing their capabilities and past performance by December 12, 2025, to the primary contact, Kristen N. Robertson, at kristen.n.robertson4.civ@army.mil, or the secondary contact, Kellie R. Clavijo, at kellie.r.clavijo.civ@army.mil.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    TEAMS BMDS CSM/CND Contract Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to extend the TEAMS BMDS CSM/CND contract, which involves professional engineering and technical support services. This contract extension is crucial for maintaining and enhancing the capabilities of the Ballistic Missile Defense System (BMDS) and ensuring the effectiveness of the associated command and control systems. The performance will take place at Redstone Arsenal in Alabama, and interested parties can reach out to Lauren Travis at lauren.travis@mda.mil for further details. The specific funding amount and deadlines are not disclosed in the available information.
    Sources Sought for Mild Detonating Cord/Fuze
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.