B401 Tenant Buildout

SOL #: 70FA5026Q00000002Solicitation

Overview

Buyer

Homeland Security
Federal Emergency Management Agency
NATIONAL CONTINUITY SECTION(CON50)
BERRYVILLE, VA, 22611, United States

Place of Performance

GRASSY CREEK, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Office Buildings (Y1AA)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 10, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Federal Emergency Management Agency (FEMA) is soliciting proposals for the B401 Tenant Buildout project, involving the interior fit-out of approximately 7,000 SF of Class-A office space within Building 401 at the Mount Weather Emergency Operations Center (MWEOC) in Grassy Creek, VA. This opportunity is a Historically Underutilized Business (HUBZone) Set-Aside. The scope also includes the addition of a mechanical Dry Cooler unit. Proposals are due February 25, 2026, at 1300 Local Time.

Scope of Work

The project requires professional construction services for the interior fit-out of Tenant-6, encompassing circulation space, common areas, offices, conference rooms, communications rooms, general office space, storage, and support areas. Key modifications include:

  • Deconstruction and reinstallation of existing finish materials.
  • Installation of new demising walls and partitions, including RF shielding for designated spaces.
  • Modifications to power distribution, wall devices, lighting, and fire alarm systems.
  • Modification to existing access flooring and potential full/new ceiling replacement with LED lighting.
  • Replacement of air grilles and VAVs, and modifications to HVAC systems.
  • Telecommunications cabling and pathways for power and cabling distribution.
  • Alterations to fire suppression and fire alarm systems, including VESDA system modifications.
  • Installation of new interior finishes, furniture, fixtures, and equipment (FF&E), including specific Haworth products and interior signage.
  • Associated site work for the mechanical Dry Cooler unit, including power and piping.
  • Restoration of ground covers disturbed during construction.

Contract Details

  • Contract Type: Firm Fixed Price
  • Magnitude of Construction: Between $5,000,000 and $10,000,000.00
  • Period of Performance: March 6, 2026, to February 5, 2027
  • NAICS Code: 236220 (Construction Of Office Buildings)
  • Set-Aside: 100% Historically Underutilized Business (HUBZone) Small Business
  • Place of Performance: Mount Weather Emergency Operations Center (MWEOC), Grassy Creek, VA 20135

Submission & Evaluation

  • Proposal Due Date: February 25, 2026, 1300 Local Time (Bluemont VA).
  • Submission: Proposals must be submitted electronically via Adobe PDF format, in two parts: Part I (Preliminary Screening) & Part II (Technical) combined, and Part III (Price) separate. The technical proposal has a 70-page limit.
  • Evaluation Factors: Technical Experience and Capabilities, Past Performance, and Price.
  • Preliminary Screening Factors: Offerors must possess an active/current Virginia contractor's license (Prime vendor must have it).
  • Bid Guarantee: Clause 52.228-1 Bid Guarantee (SEPT 1996) is incorporated, and a photocopy of the signed bid bond is acceptable for submission.
  • Past Performance: Vendors can include CPARS and other past performance data entries in lieu of the provided sample questionnaire.
  • Government Furnished Materials: Bidders must account for Government Furnished Contractor Installed (GFCI) materials by providing a schedule of values.
  • Site Visit: A walk-through was held on January 22, 2026.
  • Personnel Requirements: All individuals working on-site must be U.S. citizens or naturalized citizens. Delivery drivers require NCIC checks. Contractors must provide portable restrooms.

Key Documents & Clarifications

The solicitation includes detailed IFC specifications (Volumes I & II) covering general requirements, metals, wood, thermal/moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, fire suppression, HVAC, electrical, communications, and electronic safety/security. Numerous architectural, mechanical, electrical, and signage plans are provided. A comprehensive Q&A document (posted 2026-02-13) provides critical clarifications on sales tax, QC personnel, field office options, firestopping, door manufacturers, acoustical door testing, RF shielding, furniture specifications, CLIN structure, period of performance, proposal submission, bid bond, citizenship requirements, restroom facilities, and dry cooler lead time.

People

Points of Contact

Matthew A. RaiblePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6
Solicitation
Posted: Feb 18, 2026
View
Version 5
Solicitation
Posted: Feb 13, 2026
View
Version 4
Solicitation
Posted: Jan 23, 2026
View
Version 3
Solicitation
Posted: Jan 20, 2026
View
Version 2
Solicitation
Posted: Jan 9, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 6, 2026