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) 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 is a 100% Historically Underutilized Business (HUBZone) Set-Aside acquisition. Proposals are due February 25, 2026, at 1300 Local Time (Bluemont VA).

Scope of Work

This project requires professional construction services for the interior fit-out of Tenant-6, including circulation space, common areas, offices, conference rooms, communications rooms, general office space, storage, and support areas. The scope encompasses:

  • Deconstruction and reinstallation of existing finish materials.
  • Installation of new demising walls and partitions.
  • Modifications to power distribution, wall devices, lighting (including new LED fixtures), and fire alarm systems.
  • Modification to existing raised access flooring and potential full/new ceiling replacement.
  • Replacement of air grilles and VAVs.
  • Telecommunications cabling and pathways for power and cabling distribution.
  • Alterations to fire suppression and fire alarm systems.
  • Installation of new interior finishes, furniture, fixtures, and equipment (FF&E).
  • Addition of a mechanical Dry Cooler unit and associated site work, power, and piping.
  • Restoration of ground covers disturbed during construction.
  • Specific requirements include RF shielding on designated walls, doors, and structural decks (L2 and L3), and field testing for acoustical doors per ASTM E 336.

Contract Details

  • Contract Type: Firm Fixed Price
  • Magnitude of Construction: Between $5,000,000 and $10,000,000.00
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Period of Performance: March 6, 2026, to February 5, 2027. (Note: Q&A indicates an estimated 185-day PoP from April 14, 2026, to December 21, 2026, with beneficial occupancy around November 23, 2026).
  • CLIN Structure: The project is structured with three Contract Line Item Numbers (CLINs): 0001 (Tenant Buildout), 0002 (Tenant Furniture), and 0003 (B401 Dry Cooler).

Submission & Evaluation

  • Offer Due Date: February 25, 2026, 1300 Local Time (Bluemont VA).
  • Pre-Proposal Site Visit: A walk-through was held on January 22, 2026.
  • Contractor Questions: Questions and Answers (Q&A) have been posted via Amendment A0002.
  • Submission Format: Proposals must be submitted electronically as two separate Adobe PDF files: one combining Preliminary Screening and Technical proposals (70-page limit for Technical), and another for the Price proposal.
  • Evaluation Factors: Award will be based on Best Value, considering Technical Experience and Capabilities, Past Performance, and Price.
  • Preliminary Screening: Offerors must possess an active/current Virginia contractor's license. A bid bond is required, and a photocopy is acceptable for submission.

Key Requirements & Notes

This is a 100% HUBZone Small Business Set-Aside. Interested vendors MUST have a Virginia Contractors license. All individuals working on-site, including the Prime vendor, must be U.S. citizens or naturalized citizens and undergo NCIC checks for facility access. Contractors are responsible for providing portable restrooms, as building facilities are not permitted for use. Government Furnished Contractor Installed (GFCI) materials, such as carpet tiles and static dissipative flooring, are stored on-site and must be quantified in the offeror's schedule of values. The building will remain operational during renovations.

People

Points of Contact

Matthew A. RaiblePRIMARY

Files

Files

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

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6Viewing
Solicitation
Posted: Feb 18, 2026
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 1
Solicitation
Posted: Jan 6, 2026
View
B401 Tenant Buildout | GovScope