TCE-HR Lodging and Transportation

SOL #: N3220526R6021Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
MSCHQ NORFOLK
NORFOLK, VA, 23511-2313, United States

Place of Performance

Fort Eustis, VA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

Lodging Hotel/Motel (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Feb 27, 2026, 3:00 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 Military Sealift Command (MSC) has issued a solicitation for commercial lodging and transportation services to support Civil Service Mariners (CIVMARs) assigned to the Training Center East-Hampton Roads (TCE-HR) in Fort Eustis, VA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Proposals are due February 27, 2026.

Scope of Work

The contractor must provide lodging and daily transportation for an estimated 30–50 CIVMARs daily (up to 95 rooms per night). Key requirements include:

  • Lodging: Facilities must be AAA Three Diamond rated or higher, located within a 25-mile driving radius of TCE-HR (Building 650), and must not be separated from the base by a tunnel. Rooms must include a microwave, refrigerator, and free internet. On-site laundry and a business center are required.
  • Transportation: Daily round-trip, climate-controlled transportation between the hotel and TCE-HR (Buildings 667 and 827). Commute times must not exceed one hour during peak traffic.
  • Safety: Facilities must be on the Hotel-Motel Master List and equipped with security cameras and emergency lighting.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP)
  • Duration: Five-year ordering period (October 1, 2026 – September 30, 2031) plus a six-month option period.
  • Value: Minimum $609.35; Maximum $3,494,581.25.
  • Set-Aside: Total Small Business
  • Response Due: February 27, 2026

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) process. Technical capability will be evaluated on an acceptable/unacceptable basis across five subfactors: General Facility Requirements, Fire/Safety, Health/Sanitation, Transportation, and On-Site Inspection.

Additional Notes

Amendment 001 extended the response date and provided a Q&A template. Proposals must be submitted electronically via the PIEE portal in two volumes (Price and Technical).

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 15
Solicitation
Posted: Mar 16, 2026
View
Version 14
Solicitation
Posted: Mar 16, 2026
View
Version 13
Solicitation
Posted: Mar 12, 2026
View
Version 12
Solicitation
Posted: Mar 12, 2026
View
Version 11
Solicitation
Posted: Mar 10, 2026
View
Version 10
Solicitation
Posted: Mar 6, 2026
View
Version 9
Solicitation
Posted: Mar 3, 2026
View
Version 8
Solicitation
Posted: Mar 3, 2026
View
Version 7
Solicitation
Posted: Mar 2, 2026
View
Version 6
Solicitation
Posted: Feb 25, 2026
View
Version 5
Solicitation
Posted: Feb 19, 2026
View
Version 4
Solicitation
Posted: Feb 18, 2026
View
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 2, 2026
Version 1
Solicitation
Posted: Nov 20, 2025
View