Buildout of SCIF
ID: 70FA5026I000000010Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided Statement of Work outlines a comprehensive project for tenant fit-out and facility upgrades at Building 401, Level 2, encompassing approximately 7,000 square feet. Key aspects include configuring the space with conference rooms, offices, storage, and specialized areas. Mechanical system improvements involve adding a dry cooler unit with associated infrastructure and upgrading existing HVAC components. Site improvements focus on earthwork, grading, erosion control, and restoring disturbed ground, with strict guidelines for maintaining access and minimizing disruption to government operations. Interior finishes, furniture, and equipment installations include new wall, ceiling, and floor materials, integrated cable distribution, systems furniture, IT racks, an intercom system, wall-mounted TVs, and a new IT/telecom cable-plant with documentation.
    Lifecycle
    Title
    Type
    Buildout of SCIF
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    SCIF Construction Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) contractors for the construction upgrade of a Sensitive Compartmented Information Facility (SCIF) in Albuquerque, New Mexico. Interested contractors must be ICD 705 certified and demonstrate prior experience in SCIF construction, providing a capabilities statement that includes their 8(a) status, ICD 705 certification, a list of relevant projects completed in the last five years, bonding capacity, and in-house design capabilities. This procurement is critical for ensuring secure facilities that meet stringent government standards. Contractors should direct their inquiries and submissions to Alexander Ramsower at alexander.ramsower@us.af.mil or by phone at 505-846-6673.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    Federal Emergency Management Agency (FEMA) Region 10Federal Regional Center (FRC) Urinal Draining Pipe Repair
    Buyer not available
    The Federal Emergency Management Agency (FEMA) Region 10 is seeking proposals for the repair of urinal draining pipes at its Federal Regional Center located in Bothell, Washington. The project involves replacing existing copper waste lines, which have multiple leaks, with ABS or equivalent code-compliant piping, ensuring that all affected plumbing is fully operational. This procurement is critical for maintaining the functionality and safety of the facility's plumbing systems. Interested contractors must submit their quotes by the specified deadline and are required to attend a mandatory onsite visit on December 10, 2025, at 11 AM PST, with arrangements needing to be made 24 hours in advance. For further inquiries, contact Richard Albidress at Richard.Albidress@fema.dhs.gov or by phone at 425-686-4821.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the National Radio System (FNARS) and ensuring effective emergency communication capabilities. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award expected to be made to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    FLETC Charleston Construction IDIQ Contract
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for a Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract in Charleston, South Carolina. This procurement aims to secure services, labor, and materials for construction, maintenance, and alterations at various FLETC facilities, with a contract duration of 12 months and four optional 12-month periods, plus a potential six-month extension. The total estimated value of the contract is not to exceed $27.5 million, with a guaranteed minimum of $50,000, and task orders will typically range from $2,000 to $1,000,000. Interested HUBZone small businesses must submit proposals by December 12, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.