TCE-HR Lodging and Transportation
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 Department of the Navy, MSCHQ Norfolk, is soliciting proposals for TCE-HR Lodging and Transportation services. This Firm Fixed-Price contract aims to provide lodging and daily transportation for Civil Service Mariners (CIVMARs) assigned to the Military Sealift Command (MSC) in Fort Eustis, VA. This acquisition is a Total Small Business Set-Aside. Proposals are due by February 27, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide comprehensive lodging and transportation services:
- Lodging: Hotels must be AAA Three Diamond rated or higher, located within a 25-mile radius of MSC Training Center East Hampton Roads (TC-E HR), and not separated by a tunnel. Each room requires a microwave, refrigerator, and functional internet. Facilities must offer on-site laundry, a business center with at least two computers and printers, and dining options on-site or within a half-mile. Hotels must be listed on the current Hotel-Motel Master List. Estimated volume is 50-95 rooms per night, totaling approximately 34,675 single room nights per year.
- Transportation: Daily round-trip transportation is required for an estimated 30-50 CIVMARs between the hotel facilities and MSC TC-E HR (Buildings 667 and 827). Vehicles must be climate-controlled, and drivers must obtain DBIDS passes within two weeks of contract award. An estimated 1,750 single trips are required per year.
- General Requirements: Hotels must not be undergoing major renovation. Security cameras at entry/exit points and lobby areas, and emergency battery lighting in common areas are mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: A five-year ordering period from October 1, 2026, to September 30, 2031, with an option for an additional six-month period from October 1, 2031, to March 31, 2032.
- Estimated Value: Minimum $609.35, Maximum $3,494,581.25 for the entire period.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Proposal Due Date: February 27, 2026, 3:00 PM ET
- Published Date: February 18, 2026
Submission & Evaluation
- Submission: Proposals must be submitted electronically via PIEE, comprising two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability).
- Evaluation: Award will be made using a Lowest Price Technically Acceptable (LPTA) approach. Technical capability will be assessed on an "acceptable" or "unacceptable" basis across five subfactors: General Requirements of Hotel Facilities, Fire and Safety Policies, Health and Sanitation, Transportation, and On-Site Inspection.
- Pricing: Offerors must utilize the provided TCE-HR Pricing Spreadsheet, detailing costs for each individual year. Proposed lodging rates must be consistent with applicable JTR locality rates and not exceed the JTR lodging ceiling. Transportation pricing will be evaluated for reasonableness. Offerors must include all taxes in their pricing, as the Government will not provide a tax-exempt certificate.
Additional Notes
An amendment is anticipated to revise the estimated quantities for the 6-month optional period. An Onsite Checklist (Attachment B) outlines specific PWS requirements that will be verified during facility inspections. Primary Contact: Briana Veil (briana.k.veil.civ@us.navy.mil).