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

SOL #: W9113M-FY26-ROSIESpecial Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-5000, United States

Place of Performance

Place of performance not available

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Svcs; Defense Related Activities; R&D Facilities & Maj Equip (AC35)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 26, 2025
2
Last Updated
Mar 4, 2026
3
Action Date
Dec 17, 2025, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

This Special Notice from the U.S. Army Space and Missile Defense Command (USASMDC) provides an update on the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) follow-on requirements. Industry feedback for the previous RFI has been received, and a new RFI focused on contract structure is anticipated to be posted on SAM.gov by March 18, 2026. The Government has also clarified that Base Operations Support (BOS) requirements are no longer within the scope of ROSIE and will be pursued separately.

Purpose

This notice serves as a Request for Information (RFI) update, issued solely for market research and planning purposes. It is not a solicitation, and the Government is under no obligation to award a contract. The primary intent is to inform industry of the upcoming contract structure-focused RFI and provide responses to questions from the initial ROSIE RFI.

Scope of ROSIE Requirements

The ROSIE acquisition aims to provide comprehensive, continuous, and fully coordinated operational support for RTS test missions and space operations. Key services include:

  • Test Mission Support (TMS): Program planning, cost estimation, mission test planning, execution, and post-mission support.
  • Space Operations: Support for Space Surveillance Operations (SSOPS).
  • Sustainment/Maintenance: Of RTS instrumentation, systems, hardware, software, and ancillary equipment.
  • Improvements & Modernization (I&M): Engineering services for instrumentation upgrades, modifications, and new capabilities.
  • Cyber Security: Implementing and managing a comprehensive cybersecurity program for RTS networks and systems.
  • Communications/Networks/IT Services: End-to-end operations, sustainment, and maintenance of RTS mission communications, networks, and IT services. Primary work locations are Kwajalein Atoll, RMI, and Huntsville, Alabama.

Key Updates & Clarifications

  • Upcoming RFI: A follow-on RFI specifically addressing the ROSIE contract structure is expected by March 18, 2026.
  • BOS Exclusion: Base Operations Support (BOS) requirements for Kwajalein are now separate and will be acquired under a distinct solicitation.
  • Personnel Clearances: Interim Secret clearances will be accepted for personnel to start.
  • Equipment: A Government Furnished Equipment (GFE) list will be provided with the solicitation; contractors must identify Contractor Furnished Equipment (CFE).
  • Transportation: Commercial air travel to Kwajalein is authorized; Military Air (MilAir) requires advance approval.
  • Warehouse & Delivery: The ROSIE contractor will be responsible for moving most materials from warehouses to end points.
  • Subcontractors: No directed subcontractors are anticipated; small business participation requirements are expected for full-and-open acquisitions.
  • Test Missions: An average of nine test missions occur annually.
  • Recall Timelines: Non-active metric sensors require 8-hour recall; critical situations may require 90-minute recall for secondary sensors; imaging sensors 3-hour recall.
  • PWS Clarifications: Several sections of the draft PWS will be clarified or updated in the final requirement.

Contract Details

  • Anticipated Period: A four-year base period with three two-year option periods (total 10 years).
  • NAICS Code: 541715 (National Defense R&D Svcs; Defense Related Activities; R&D Facilities & Maj Equip).
  • Set-Aside: None specified for this RFI.

Action Items

Interested parties should monitor SAM.gov for the upcoming contract structure-focused RFI for ROSIE, as well as separate notices regarding future Kwajalein BOS requirements.

Contact Information

For inquiries, contact Shasta A. Davis or Tiffany N. Kimbrough at usarmy.redstone.acc.mbx.acc-rsa-rets-ii-req@army.mil.

People

Files

Files

Download
Download
Download

Versions

Version 5
Special Notice
Posted: Mar 4, 2026
View
Version 4
Special Notice
Posted: Feb 25, 2026
View
Version 3
Special Notice
Posted: Feb 9, 2026
View
Version 2Viewing
Special Notice
Posted: Jan 6, 2026
Version 1
Special Notice
Posted: Nov 26, 2025
View