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.