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 23, 2026, 6:00 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), under the Department of Homeland Security, is soliciting proposals for the B401 Tenant Buildout project at the Mount Weather Emergency Operations Center (MWEOC) in Grassy Creek, VA. This opportunity is a 100% Historically Underutilized Business (HUBZone) Set-Aside for construction services to fit out approximately 7,000 SF of Class-A office space. Proposals are due by February 25, 2026, at 1300 Local Time.

Scope of Work

This project involves comprehensive interior fit-out services for Tenant-6 in Building 401, including modifications to existing building systems and the installation of new infrastructure. The scope encompasses:

  • Interior Construction: New demising walls, partitions, ceilings (potential full replacement), raised access flooring, and new interior finishes.
  • System Modifications: Power distribution, wall devices, new LED lighting fixtures, air grilles, VAVs, telecommunications cabling and pathways, and alterations to fire suppression and fire alarm systems.
  • Mechanical Systems: Addition of a mechanical Dry Cooler unit, including associated site work, power, and piping.
  • Furnishings: Installation of new furniture, fixtures, and equipment (FF&E), with specific requirements for Haworth products and high-pressure laminate worksurfaces.
  • Life Safety: Maintaining life safety requirements throughout the project.
  • Site Work: Restoration of ground covers disturbed during construction.
  • Specialized Systems: Includes digital addressable fire alarm systems, interior signage (ADA compliant, Braille), RF shielding on specific walls/doors/decks, and emergency/exit lighting.

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. (Estimated 185 days from April 14, 2026 mobilization to December 21, 2026 completion, with beneficial occupancy around November 23, 2026).
  • NAICS Code: 236220 (Construction Of Office Buildings)
  • CLIN Structure: The project is structured with three Contract Line Item Numbers (CLINs): 0001 (Tenant Buildout), 0002 (Tenant Furniture), and 0003 (B401 Dry Cooler).

Key Requirements

  • Licensing: Interested vendors, including the Prime, MUST have a Virginia Contractors license prior to award.
  • Personnel: All individuals working on-site, including delivery drivers, must be U.S. citizens or naturalized citizens and undergo NCIC checks and badging processes. Contractors must provide portable restrooms.
  • Government Furnished Contractor Installed (GFCI) Materials: Offerors must include a schedule of values quantifying the cost of GFCI materials (e.g., carpet tiles, wall base, static dissipative flooring) in their proposals.
  • Bid Bond: A bid bond is required, and a photocopy of the signed bid bond is acceptable.
  • Quality Control: A QC Manager must be on-site during work.
  • Compliance: Adherence to Davis Bacon Wage Determinations, MWEOC standards, ADA 2010, UFAS, and OSHA standards for signage.

Submission & Evaluation

  • Proposal Submission: Proposals must be submitted electronically in two separate PDFs: Part I (Preliminary Screening) & Part II (Technical) combined (70-page limit for Technical), and Part III (Price) separate.
  • Evaluation Factors: Technical Experience and Capabilities, Past Performance, and Price.
  • Preliminary Screening: Offerors must possess an active/current Virginia contractor's license and comply with the HUBZone set-aside.

Important Dates

  • Questions Due: February 6, 2026, 1400 Local Time.
  • Proposals Due: February 25, 2026, 1300 Local Time (Bluemont VA).
  • Site Visit: A walk-through was held on January 22, 2026.

Contact Information

For inquiries, contact Matthew A. Raible at Matthew.Raible@fema.dhs.gov or 540-542-2248.

People

Points of Contact

Matthew A. RaiblePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6
Solicitation
Posted: Feb 18, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 13, 2026
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 1
Solicitation
Posted: Jan 6, 2026
View