Loading...
USCG-IMAT-LEASE-NORFOLK-2026
Response Deadline
May 15, 2026, 8:00 PM(EDT)16 days
Eligibility
Contract Type
Solicitation
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.
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
CEU CLEVELAND(00083)
CEU CLEVELAND(00083)
1240 E. NINTH ST
CLEVELAND, OH, 44199
NAICS
Lessors of Other Real Estate Property
PSC
LEASE/RENTAL OF OFFICE BUILDINGS
Set-Aside
No Set aside used