U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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
The U.S. Army Space and Missile Defense Command (USASMDC) has issued a Request for Information (RFI) for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) follow-on requirements. This RFI is for market research and planning purposes only, seeking industry feedback on providing comprehensive operational support for RTS test missions and space operations. Responses are due by December 17, 2025.
Scope of Work
The anticipated scope includes continuous operational support for RTS, encompassing:
- Test Mission Support (TMS): Planning, cost estimation, mission test planning, execution, and post-mission support.
- Space Operations: Support for Space Surveillance Operations (SSOPS) as a contributing sensor to the Space Surveillance Network.
- Sustainment/Maintenance: Maintaining RTS instrumentation, systems, hardware, software, and facilities.
- Improvements & Modernization (I&M): Engineering services for instrumentation upgrades and new capabilities.
- Cyber Security: Implementing and managing a comprehensive cybersecurity program.
- Communications/Networks/IT Services (C4IM): End-to-end operations, sustainment, and maintenance of RTS mission communications, networks, and IT services.
- Support Services: Technical facility maintenance, design/engineering, calibration lab support, and RF safety.
Note: Base Operations Support (BOS) requirements are explicitly excluded from this acquisition and will be pursued under a separate, standalone acquisition.
Contract & Timeline
- Type: Request for Information (RFI) / Special Notice
- Anticipated Contract Period: Four-year base period with three two-year option periods (total 10 years).
- Anticipated Transition: Approximately 90 days prior to October 1, 2028.
- Set-Aside: N/A (market research stage)
- Anticipated NAICS Code: 541715
- Response Due: December 17, 2025, 10:00 AM CST
- Published: November 26, 2025 (RFI document posted date)
- Place of Performance: Kwajalein Atoll, RMI, and Huntsville, Alabama.
Submission Requirements
Interested vendors must submit:
- A response letter (maximum 10 pages) detailing their ability to comply with requirements.
- A separate Excel file providing feedback/suggestions on requirements and the draft Performance Work Statement (PWS).
- No classified or proprietary information should be submitted.
Additional Notes
This RFI is for market research only and does not guarantee a future solicitation or contract award. The final RFP is anticipated in the first quarter of Fiscal Year 2027. Two in-person industry day events are planned for 2026 in Huntsville, AL, and Kwajalein Atoll. Personnel will require SECRET clearance, with TOP SECRET for those working with SCI/SAP.