U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice II
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 Special Notice (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 the anticipated Contract Line-Item Number (CLIN) structure and recommended contract type. Responses are due by March 12, 2026, at 2:00 PM CDT.
Purpose of RFI
This RFI is a follow-up to a previous ROSIE RFI and aims to gather industry feedback to refine the acquisition strategy for the ROSIE requirement. The USG has not yet made a decision regarding the acquisition approach or strategy. It is explicitly stated that this is not a solicitation, and no contract will be awarded based on this notice.
Scope of ROSIE (from Draft PWS)
The ROSIE contract will provide comprehensive support for the Reagan Test Site (RTS) mission-critical operations, including research, development, test, and evaluation (RDT&E). The scope encompasses:
- Test Mission Support: Planning, execution, and post-mission support.
- Sustainment/Maintenance: Maintaining RTS instrumentation, systems, hardware, software, and facilities.
- Improvements & Modernization (I&M) Engineering Services: Supporting upgrades and new capabilities.
- Cyber Security: Implementing and maintaining a comprehensive cybersecurity program.
- Mission Communications and IT Services: End-to-end operations, sustainment, and maintenance.
- Support Services: Technical facility maintenance, calibration, and RF safety.
- Transition: Managing phase-in and phase-out activities. Primary work locations include Kwajalein Atoll, RMI, and Huntsville, Alabama.
Specific Feedback Requested
The RFI specifically requests industry feedback on two key areas:
- Suggestions and/or feedback regarding the USG's anticipated CLIN structure and requirements related to relevant CLINs.
- Suggestions and/or feedback regarding the USG's anticipated contract type per CLIN.
Note: The USG is not seeking feedback on the attached draft Performance Work Statement (PWS) and will not respond to questions regarding it.
Submission Details
- Eligibility: Only U.S. companies, or companies authorized to do business with the Department of Defense via a DCSA FOCI Risk Mitigation Approval Transmittal Letter, may respond.
- Deadline: Responses must be submitted via email by 2:00 PM CDT on March 12, 2026.
- Email Address: usarmy.redstone.acc.mbx.acc-rsa-rets-ii-req@army.mil
- Content Restrictions: Responses must be limited to the requested feedback on CLIN structure and contract type. Do not submit classified or proprietary information, company literature, or marketing materials.
Important Notes
- Set-Aside: None specified for this RFI.
- Kwajalein BOS: Base Operations Support (BOS) requirements for Kwajalein are no longer within the scope of ROSIE and will be pursued under a separate, standalone acquisition. Interested parties should monitor SAM.gov for separate notices.
- This RFI is for planning purposes only and does not guarantee a future solicitation or contract award.
Contact Information
- Contracting Officer: Ms. Shasta A. Davis (shasta.a.davis.civ@army.mil)
- Contract Specialist: Ms. Tiffany N. Kimbrough (tiffany.n.kimbrough.civ@mail.mil, 256-955-6018)
- Contract Specialist: Ms. Julie N. Haraway (julie.n.haraway.civ@army.mil)