Opportunity
SAM #FA561326S0123
RFI: Design and Installation of ICD 705 Compliant SCIFs at Ramstein Air Base, Germany
Buyer
700th Consolidated Group
Posted
May 05, 2026
Respond By
May 15, 2026
Identifier
FA561326S0123
NAICS
236220, 238290, 561621
This Request for Information (RFI) seeks U.S. vendor capabilities for secure facility construction at Ramstein Air Base, Germany. - Government Buyer: - U.S. Air Force, 700th Contracting Squadron (700 CONS PK), under U.S. Air Forces in Europe - Scope of Work: - Turnkey design, integration, installation, testing, commissioning, and sustainment of: - Building Automation and Control Systems (BACS) - C5ISR systems - Electronic Security Systems (ESS) - Construction and adaptation of Sensitive Compartmented Information Facilities (SCIFs) compliant with ICD 705, USAF, and Department of War standards - Implementation of physical, acoustic, visual, and TEMPEST countermeasures for secure environments - Requirements: - Facilities must be fully functional, accredited, and meet all security standards for mission-critical operations - Respondents must demonstrate recent experience with ICD 705 secure facility projects and government-accredited SCIFs or SAPFs at OCONUS (overseas) locations - Installation experience with physical and electronic security systems for federal agencies - Mandatory Top Secret Facility Clearance - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Notable Requirements: - All work must be performed at Ramstein Air Base, Germany - Only U.S. vendors with appropriate clearances and experience will be considered
Description
Request for Information (RFI) for Design and Installation of ICD 705 Compliant Sensitive Compartmented Information Facilities (SCIFs)
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, integration, installation, testing, commissioning, and sustainment of Building Automation and Control Systems (BACS), C5ISR systems, and Electronic Security Systems (ESS), together with associated incidental hardware, software, and limited facility-related work directly required for implementation within existing facilities and infrastructure at the Ramstein Air Base, Germany. 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.
Support may include incidental secure-space adaptations and physical, acoustic, visual and TEMPEST countermeasures necessary to create accreditable secure and mission-critical operating environments, including SSA, SCIF, and other mission support spaces within existing facility envelope and building footprint or perimeter, for Department of War organizations throughout Europe. These secure spaces will support USAFE, and other DoW Entities within Ramstein Air Base, Germany.
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) Confirm that your firm has previously peformed or has experience successfully completing/achieved accreditation for past ICD 705 secure facility projects. Provide at least one (1) successfully completed project within at least 5 years to include a general scope of the requriement. References are requested for this previous work completed. Please provide the following reference information:
Company Name Address Telephone Number Email Address Point of Contact for further clarification or questions General scope of work completed
b) Please confirm that your firm has the necessary clearance and certifications required to perform the work requested within this RFI.
c) 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 five 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/retrofit 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) A Top Secret Facility Clearance is mandatory.
5.0 INTERESTED PARTIES
Interested potential sources should provide their responses to this Request for Information (RFI) to aubreeana.taylor@us.af.mil and lissbeth.beezley@us.af.mil not later than 15 May 2026 at 09:00 AM, Eastern Standard Time (EST). Responses 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 above referenced points of contract no later than 12 May 2026 at 09:00 AM, EST. All responses to questions to this RFI will be posted on the SAM.gov website.