Lease of Office and Special-Use Space in Norfolk, VA for USCG Incident Management Assist Team (IMAT)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Coast Guard (USCG), a component of the Department of Homeland Security, is soliciting proposals for the lease of office and special-use space in Norfolk, VA, to support its Incident Management Assist Team (IMAT). The Government intends to award a Direct Lease to the responsible offeror providing the best value. Proposals are due May 15, 2026, at 4:00 PM ET.
Scope of Work
The requirement is for a minimum of 9,000 Usable Square Feet (USF). Key space requirements include:
- Administrative & Workspace: Four private offices, open-plan area for ~30 workstations, touchdown space, reception, high-density filing, and equipment areas.
- Conference & Collaboration: One large, one medium, and up to six small huddle/meeting rooms.
- Education & Training: One large classroom (~1,000 USF) with adjacent storage.
- Operational & Special-Purpose: ~1,000 USF for shipping/receiving (with roll-up door) and a ~120 USF computer server room (with dedicated climate control and IT pathways).
- Personnel Support: Male and female restrooms with showers, a nursing mothers room, and a high-volume break room.
- Parking: Minimum of four dedicated, secure on-site spaces for Government-Owned Vehicles (GOVs) and adequate daily parking for ~36 Privately-Owned Vehicles (POVs) either on-site or within walking distance.
- Infrastructure: Emergency backup power for critical infrastructure, established roadway access, public utilities, and compliance with all local, state, and federal codes, including ABAAS.
Contract & Timeline
- Type: Direct Lease (Solicitation under FAR Part 15)
- Lease Term: Up to 10 years (1-year firm base + nine 1-year renewal options).
- Anticipated Lease Start: On or about September 1, 2026.
- Set-Aside: None specified.
- Response Due: May 15, 2026, 4:00 PM ET.
- Published: April 29, 2026.
Evaluation Criteria
Award will be based on a Best Value Tradeoff, where technical factors are equally important as price. Technical factors, in descending order of importance, include:
- Geographic Location: Preference for sites closer to the current location (approx. 3-mile radius of 5425 Robin Hood Rd, Norfolk, VA 23513).
- Facility Readiness & Existing Infrastructure: Preference for properties requiring minimal Tenant Improvements.
- Adherence to Space Requirements & Facility Condition: Preference for efficient layouts less than 10,000 USF.
- Site Access & Security.
- Personnel Amenities: Preference for existing shower and locker rooms.
- Emergency Power: Preference for full-building emergency generators. Price will be evaluated based on the total 10-year term.
Submission Requirements
Proposals must be submitted electronically via email to Kevin Werthmuller (Kevin.j.werthmuller@uscg.mil). Required contents include Property Details, Proof of Ownership/Control, Floor Plan, Pricing Proposal, and SAM.gov Registration.
Additional Notes
Interested parties are responsible for monitoring SAM.gov for any amendments. Site visits will be conducted for the most highly rated proposals.