SOLICITATION NOTICE
M -- SCIF Space OT
- Notice Date
- 4/2/2026 7:19:09 AM
- Notice Type
- Solicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- IARPA CONTRACTING OFFICE Washington DC 20511 USA
- ZIP Code
- 20511
- Solicitation Number
- DNI-OT-26-0001
- Response Due
- 4/17/2026 1:00:00 PM
- Archive Date
- 07/31/2026
- Point of Contact
- John Hennessey, Kevin Manns
- E-Mail Address
-
contracts@odni.gov, contracts@odni.gov
(contracts@odni.gov, contracts@odni.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Government seeks solutions from responsible sources capable of providing, operating, and maintaining Secure Compartmented Information Facility (SCIF) space to support companies performing work on classified national security missions. The Office of the Director of National Intelligence (ODNI) (henceforth known as the Sponsor) anticipates potentially awarding one or more Prototype Other Transaction (OT) agreement(s) under the authority described in 10 U.S.C � 4022 as modified by 50 U.S.C, � 3024(n)(6). The Sponsor anticipates making multiple awards under this solicitation, subject to the availability of funds. The Sponsor anticipates that the total value of all agreements awarded as a result of this solicitation will not exceed $2M for Prototype OT award(s) under this effort. Prospective Respondents should pay close attention to the details of this solicitation prior to submitting a response. The Sponsor seeks prototype projects that demonstrate the establishment or provision of accredited SCIF space, including buildout (if required), accreditation support, and compliance with applicable IC and Department of War standards. Projects should propose an operational concept, described in unclassified terms, covering access controls, secure classified IT/connectivity (as permitted), security management, badging, visitor control, and facility administration. The Sponsor is receptive to a range of approaches, including commercially sustainable models with tenant-appropriate pricing structures that can be scaled and replicated across multiple sites. Prototype activities may include standing up or modifying a SCIF at an initial location, demonstrating onboarding of at least two (2) simultaneous tenants, and validating governance, security, and operational processes. Prototype scope, milestones, and the number of initial sites pursued will be tailored to available funding. Respondents should propose solutions that, at a minimum, address the following desired capabilities in unclassified terms: (1) SCIF availability and accreditation, including the ability to provide existing accredited SCIF space and/or execute buildout to achieve accreditation, along with a credible accreditation pathway and timeline for the initial site(s); (2) multi-tenant operations, including support for both single-tenant and multitenant occupancy models and governance/operating procedures that preserve tenant separation as required; (3) tenant onboarding and day-to-day security operations, including processes for personnel access, visitor control, badging, and security incident reporting, plus defined onboarding timelines and a repeatable onboarding playbook; (4) IT/connectivity concept, including a clear delineation of Respondent-provided versus Government-furnished IT/services and a plan to support permitted unclassified IT services and a concept to integrate Sponsor-directed classified connectivity (if applicable); (5) scalability, including a repeatable site selection and replication concept for multi-site expansion across CONUS and a staffing/supply-chain approach to scale operations; (6) commercial sustainability, including a commercial pricing model and utilization assumptions supporting long-term operations and a plan for sustaining the capability during prototype and potential production phases; and (7) clearance and compliance, including facility clearance status (if any) and/or a plan to obtain/maintain required clearances, plus an approach to FOCI risk identification and mitigation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/08e9481599bf49cc819a1023349d551c/view)
- Place of Performance
- Address: Washington, DC 20511, USA
- Zip Code: 20511
- Country: USA
- Zip Code: 20511
- Record
- SN07766403-F 20260404/260402230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |