Faraday Rooms
ID: RFI-2026-0012Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Secret Service (USSS) Cyber Fraud Task Force is issuing a Request for Information (RFI)/Sources Sought for market research purposes to gather information on Faraday Rooms. The USSS plans to install one 10x30 modular Faraday room in its Washington, DC Field Office and is seeking information on various sizes of modular Faraday rooms for 41 other field offices across the continental United States. The RFI specifies minimum requirements for these Faraday rooms, including scalable EMI modular hard panel enclosures with features like ESD flooring, LED lights, vestibules with mantrap alert systems, high voltage IO plates, scalable ventilation systems (470CFM), and fire suppression systems with dry chemical agents, independent operation, and notification capabilities. It also details required shielding attenuation for magnetic fields (10 kHz – 10 MHz, 10dB – 60dB), electric fields (20 MHz – 1 GHz, 60dB – 100dB), and plane waves (20 MHz – 1 GHz, 60dB - 100dB), with IEEE 299 testing verification. Scalable internal AC units with a 12,000 BTU cooling capacity are also required. Responses are due by December 23, 2025, at 12:00 PM Eastern Time. This is for informational purposes only and does not constitute a solicitation or obligation for the DHS/USSS.
    Lifecycle
    Title
    Type
    Faraday Rooms
    Currently viewing
    Sources Sought
    Similar Opportunities
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Direct-View LED Video Wall for Auditorium with Sound System
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service, is conducting market research for the procurement of two large-format direct-view LED (DvLED) video walls and an accompanying sound system for a new auditorium at its National Computer Forensics Institute training facility in Hoover, Alabama. The RFI seeks industry input on the technical feasibility of proposed solutions, including the Nanolumens Engage Series video walls and JBL SRX900 Series sound systems, as well as vendor capabilities, cost considerations, and regulatory compliance. This auditorium, designed to seat 250 individuals, is currently under construction and is expected to be completed by June 2027. Interested vendors should submit their responses by December 31, 2025, and can contact LorieAnne Kliewer or Matthew Sutton via email for further information.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.
    Telecom Data Cabling & Wiring Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide telecommunications data cabling and wiring services. The procurement aims to install, terminate, test, and document various cabling systems, including telephone, data network, fiber optic, CATV, and CCTV, primarily within the Washington, D.C. area, including high-security locations such as the White House Complex. This contract will be awarded as a firm fixed price with a base year and two option years, and it requires contractors to comply with strict security protocols, including background checks and adherence to industry standards. Interested parties should submit their capability statements and responses to the RFI questions via the GSA RFI Link, and can contact Willie Bethune or Erik Syfert for further information.
    Residential Modular SCIF
    Buyer not available
    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with Centurion Consulting LLC for the acquisition of a new modular Sensitive Compartmented Information Facility (SCIF) to be installed in a residence within the National Capital Region (NCR). The SCIF must comply with stringent standards, including Intelligence Community Directive (ICD) 705, a Sound Transmission Class (STC) rating of 56, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), while also incorporating an Intrusion Detection System (IDS) that meets Underwriters Laboratories (UL) 2050 standards. This procurement is critical as it ensures compatibility with existing systems and facilitates rapid redeployments and reconfigurations, given that Centurion Consulting LLC is the only vendor capable of providing the necessary components and services. Interested parties who believe they can meet these requirements must submit a capability statement within 7 days of this notice to Ms. Karoline Schmal at karoline.k.schmal.civ@mail.mil, as no formal solicitation will be posted due to the sole source nature of the contract.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Buyer not available
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Request for Information (RFI)-- Modular Protection System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.