Opportunity

SAM #USCG-IMAT-LEASE-NORFOLK-2026

USCG Lease of Office and Special-Use Space in Norfolk, VA for IMAT

Buyer

USCG Civil Engineering Unit Cleveland

Posted

April 29, 2026

Respond By

May 15, 2026

Identifier

USCG-IMAT-LEASE-NORFOLK-2026

NAICS

531120, 5311

The U.S. Coast Guard (USCG), under the Department of Homeland Security, is seeking to lease office and special-use space in Norfolk, Virginia to support its Incident Management Assist Team (IMAT). - Government Buyer: - U.S. Coast Guard (USCG), Civil Engineering Unit Cleveland, Real Property Division - Contracting Officer: Kevin Werthmuller - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Lease of a facility with a minimum of 9,000 usable square feet (USF) - Four private offices - Open workspace for approximately thirty workstations - One large and one medium meeting room - Up to six small huddle rooms - Reception area - High-density filing area - Space for standard office equipment and a large-format plotter/printer - Large classroom with storage - Warehouse area with overhead roll-up door - Dedicated computer server room with climate control - Emergency backup power capability - Restrooms and showers - Nursing mothers room - Break room - Secure parking for at least four government vehicles and daily parking for thirty-six personnel - Compliance with all relevant codes and accessibility standards - Unique or Notable Requirements: - Facility must be within a 3-mile radius of 5425 Robin Hood Rd, Norfolk, VA 23513 - Preference for facilities with existing shower and locker rooms, full-building emergency generator, and efficient layouts under 10,000 USF - Emergency power and secure parking are required - Lease term is up to ten years: one-year base period with nine one-year renewal options

Description

Part 2: Synopsis and Authority 

The United States Coast Guard (USCG), a component of the Department of Homeland Security, requires office and special-purpose facility space to support the mission of its Incident Management Assist Team (IMAT) in Norfolk, VA. The Government intends to award a Direct Lease to the responsible offeror whose proposal represents the best value to the government. 

This solicitation is issued in accordance with Federal Acquisition Regulation (FAR) Part 15 and 41 CFR 102-73. The resulting lease will be executed under the authority of 14 U.S.C. § 501(e). 

It is the responsibility of interested parties to monitor this posting on SAM.gov for any amendments.  

Part 3: Government Requirement – Space and Site 

The proposed property must meet the following minimum requirements. Offerors must provide a detailed response addressing their capability to meet each specification, or propose a viable architectural layout that maximizes these functional requirements in a space-efficient footprint. 

Total Required Space: The Government requires a minimum of 9,000 Usable Square Feet (USF). Offerors must specify the proposed space in both USF and Rentable Square Feet (RSF) and provide the Common Area Factor.  

Administrative & Workspace Requirements: 

Private Offices: Four (4) private, hard-walled offices. 

Open Workspace: Open-plan area capable of accommodating approximately thirty (30) standard workstations, plus space for touchdown/walk-up stations. 

Conference & Collaboration: 

One (1) large meeting room. 

One (1) medium meeting room. 

Up to six (6) small huddle/meeting rooms. 

General Administrative: Space allocated for a reception/waiting area, high-density filing, standard office equipment, and a large-format plotter/printer. 

Education & Training: 

Classroom: One (1) large, dedicated instructional space (approx. 1,000 USF) with adjacent classroom storage. 

Operational & Special-Purpose Requirements: 

Shipping/Receiving (Warehouse): Approximately 1,000 USF of dedicated supply receiving and storage space, requiring access via an overhead roll-up door. 

Computer Server Room: Approximately 120 USF, requiring dedicated climate control and specific IT pathways. 

Emergency Backup Power: The facility must have the ability to provide emergency power to critical infrastructure. 

Personnel Support: 

Restrooms & Showers: Male and female restroom facilities. 

Nursing Mothers Room: One (1) private, dedicated room with a sink. 

Break Room: One (1) dedicated break/lunch area equipped for high-volume use. 

Parking: A minimum of 4 dedicated, secure, on-site parking spaces exclusively for Government-Owned Vehicles (GOVs). Adequate daily parking for approximately thirty-six (36) unit personnel Privately-Owned Vehicles (POVs) must also be available, either onsite or within a walking distance.  

Utilities & Compliance: The site must have established roadway access, be serviced by public utilities, and conform to all local, state, and federal codes, including fire, life safety, and Architectural Barriers Act Accessibility Standards (ABAAS). 

Part 4: Lease Term and Evaluation 

Lease Term: The Government is seeking a total lease term of up to ten (10) years. The proposed lease structure is a one (1) year firm (base) period with nine (9) one-year renewal option periods, exercisable at the sole discretion of the Government. 

Anticipated Lease Start Date: On or about September 1, 2026. 

The Government's obligation is contingent upon the annual appropriation of funds. 

Evaluation Criteria:  

Best Value Tradeoff: The Government will make an award to the responsible offeror whose proposal is determined to provide the best overall value, considering both technical factors and price. Technical factors are equally as important as price. 

Technical Factors (in descending order of importance): 

Geographic Location: Preference for sites closer to the current location. 

Facility Readiness & Existing infrastructure: Preference for properties requiring minimal Tenant Improvements, demolition, or construction time to meet mission requirements. 

Adherence to Space Requirements and Facility Condition. Preference will be given to sites offering efficient layouts of less than 10,000 USF. 

Site Access & Security: The quality, safety, and security of site ingress/egress, as well as the security of the dedicated Government-Owned Vehicle (GOV) parking and overall site perimeter. 

Personnel Amenities: Preference for facilities possessing existing shower and locker rooms. 

Emergency Power: Preference for facilities possessing a full-building emergency generator. 

Price: The total evaluated price for the entire 10-year term. 

View original listing