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 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).

People

Points of Contact

Alvinia R. JenkinsSECONDARY

Files

Files

Download
Download
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 4Viewing
Solicitation
Posted: Feb 18, 2026
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Nov 20, 2025
View
TCE-HR Lodging and Transportation | GovScope