Loading...
FA558726R0004
Response Deadline
May 1, 2026, 11:00 AM(GMT+1)8 days
Eligibility
Contract Type
Sources Sought
Request for Information (RFI) for Design and Construction of an ICD 705 Compliant Sensitive Compartmented Information Facility (SCIF)
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This RFI is for informational and planning purposes only and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense.
Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations only if properly marked and identified.
1.0 INTRODUCTION
The U.S. Air Force (USAF) is seeking information regarding the capabilities of U.S. Vendors to provide a complete, turnkey design-build solution for an office space within an existing building on Royal Air Force (RAF) Mildenhall, United Kingdom. The completed facility must be a fully functional and accredited secure facility compliant with USAF, Department of War (DoW), and Intelligence Community Directive (ICD) 705 standards.
The scope of this requirement includes all project management, design, engineering, procurement, logistics, construction, installation, and testing necessary to deliver the facility. Key requirements include but are not limited to enhanced construction for physical security, acoustic sound mitigation, construction security and surveillance, secure procurement and shipping of materials, and the installation of automated access control, intrusion detection, and CCTV systems, all culminating in a successful System Operation and Verification Test (SOVT) by a government-designated entity.
2.0 INFORMATION REQUESTED
The Government requests that U.S. industry partners provide insight that directly addresses how their specific corporate experience, personnel certifications, and management processes make them a viable candidate for this project. Responses should address the following:
a) Based on your firm's experience having successfully completed and achieved accreditation for past ICD 705 secure facility projects, describe the single most critical challenge you encountered (e.g., technical, logistical, or administrative) and explain how your team's specific certifications and established processes were essential to overcoming it.
b) Describe a specific logistical or regulatory challenge your company faced on a past OCONUS construction project, preferably in the United Kingdom. Explain how you resolved it and how that experience directly prepares you for the unique operational environment at RAF Mildenhall.
c) Explain how your company's project management methodology, specifically the use of certified Project Management Professionals (PMPs) and licensed Professional Engineers (PEs)/Registered Architects (RAs), directly ensures adherence to the strict design, construction, and documentation requirements of the ICD 705 standard and the Risk Management Framework (RMF).
d) How does your company integrate the requirements of a Construction Security Plan (CSP) and a secure supply chain into your day-to-day project management framework? Provide a specific example of how this integration mitigated risk or prevented a security vulnerability on a past sensitive project.
e) Is your company currently on a General Services Administration (GSA) schedule or other DoW contract vehicle suitable for this type of work? If so, please provide the schedule or contract number.
3.0 REQUIRED EXPERIENCE AND CAPABILITIES
The Government requests that responders have recent experience (within the last seven years) in the activities listed below. If a responder does not have experience in a specific activity, please clearly state as such.
a) Experience in the turnkey design-build of facilities to Intelligence Community Directive (ICD) 705 standards, culminating in successful government accreditation of a SCIF or Special Access Program Facility (SAPF).
b) Experience designing and installing physical security and electronic security systems for the DoW, Department of State (DoS), or other federal agencies at OCONUS locations.
c) Demonstrated knowledge and application of Unified Facilities Criteria (UFC), specifically UFC 4-010-05 (SCIF Construction) and UFC 4-021-02 (Electronic Security Systems).
d) Civil engineering and prime contractor experience managing all necessary infrastructure modifications (power, HVAC, telecommunications) to support SCIF construction within an existing building.
e) Experience developing a full suite of construction and security documentation, including "as-built" drawings, Construction Security Plans (CSPs), and system test plans.
f) Experience managing secure supply chains for the procurement, shipping, and storage of critical security materials and components for OCONUS projects to include construction surveillance.
g) Staff with professional certifications, including but not limited to: Project Management Professionals (PMP)®, Registered Architects (RA), Professional Engineers (PE), and OEM-certified technicians for the proposed electronic security systems.
h) Experience implementing and maintaining DoD cybersecurity requirements (e.g., DISA STIGs) for IT systems, staff with personnel meeting DoDD 8140.01/8570.01-M IAT Level II requirements, and experience navigating the Risk Management Framework (RMF) process.
i) A corporate quality management system certified under ISO 9001 or an equivalent standard.
j) A Top Secret Facility Clearance is mandatory.
4.0 INFORMATION REQUESTED
In delineating previous experience identify the complexity, scope, dollar value, start and end dates of the effort, customer point of contact, and whether the work was performed as a prime or subcontractor. Relate scope to the requirements identified above and describe breadth of experience in all functions of IDS project design and installation (e.g., surveillance, detection, etc.). In addition, please provide the following information in your response:
5.0 INTERESTED PARTIES
Interested potential sources should provide their responses to this Request for Information (RFI) to rachel.oldfield@us.af.mil and claire.hammond.gb@us.af.mil not later than 01 May 2026 at 12:00 PM, Eastern Standard Time. Responses should not exceed 10 single-sided pages and should be UNCLASSIFED. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice. Questions concerning this RFI should be sent to the Contracting Officer, Rachel Oldfield, at rachel.oldfield@us.af.mil and Contract Specialist, claire.hammond.gb@us.af.mil . All responses to questions to this RFI will be posted on the SAM.gov website.
6.0 Submission of Proprietary Information Caution:
The government appreciates that interested firms may not be able to respond to this RFI without disclosing information deemed to be "proprietary". Data submitted in response to this RFI will be widely distributed and discussed within the government. It is the responsibility of the Respondents to clearly mark submitted information with appropriate restrictive markings. Respondents are further advised that the government's analyses of your responses may require disclosure of your responses to Advisory and Assistance Services support contractor personnel. All members of the government and contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. The Government has also determined that the support contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information.
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
U
S
AIR FORCES IN EUROPE
FA5587 48 CONS (ADMIN ONLY NO REQ)
FA5587 48 CONS (ADMIN ONLY NO REQ)
UNIT 5120 BOX 270
APO, AE, 09461-5120
NAICS
Security Systems Services (except Locksmiths)
PSC
MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Set-Aside
No Set aside used