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)
Original Source
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, Military Sealift Command (MSC), through its MSCHQ Norfolk office, is soliciting proposals for Lodging and Transportation Services for authorized Civil Service Mariners (CIVMARs) at Fort Eustis, VA. This acquisition is a Total Small Business Set-Aside. The services are required to support the MSC Training Center East Hampton Roads (TC-E HR). Proposals are due by February 27, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive lodging and transportation services within a 25-mile radius of MSC TC-E HR, excluding hotels separated by a tunnel.
- Lodging: Hotels must be AAA Three Diamond rated or higher, listed on the Hotel-Motel Master List, and not undergoing major renovation. Each room requires a microwave, refrigerator, and free functional internet. Facilities must include on-site laundry (2-3 units), a business center with at least two computers and printers, and dining options on-site or within 0.5 miles. An estimated 50-95 rooms per night are required, totaling approximately 34,675 single room nights annually.
- Transportation: Daily round-trip transportation for an estimated 30-50 CIVMARs between lodging facilities and MSC TC-E HR (Buildings 667 and 827) is required. Vehicles must be climate-controlled, and drivers must obtain DBIDS passes within two weeks of contract award.
- General Requirements: Security cameras at entry/exit points and lobby areas, emergency battery lighting in common areas, and identity verification (USCG MMC, CAC) upon check-in are mandatory.
Contract Details
- 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 (October 1, 2031, to March 31, 2032).
- Estimated Value: The maximum ceiling for the five-year period is $17,472,906.25, with a minimum order guarantee of $609.35.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 721110 (Hotels and Motels) with a size standard of $40,000,000.00.
- Product Service Code: V231 (Lodging Hotel/Motel).
Submission & Evaluation
- Proposal Submission: Proposals must be submitted electronically via PIEE in two separate volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability).
- Evaluation: Offers will be evaluated 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. An on-site inspection of proposed hotel facilities will be conducted.
- Key Deadlines: Offeror questions were due 15 calendar days after the solicitation posting. Proposals are due by February 27, 2026, at 3:00 PM EST.
Key Clarifications & Notes
- Pricing: Offerors must use the hotel's ZIP code for JTR Per Diem Rate consistency and include all applicable taxes in their pricing, as the government will not provide a tax-exempt certificate. The pricing spreadsheet requires annual breakdown for the five-year period. Quantities for the optional period are subject to revision via amendment.
- Attachments: The solicitation includes a TCE-HR Pricing Spreadsheet and an Attachment B Onsite Checklist, which details specific PWS requirements for facility inspection.
- Contact: Primary point of contact is Briana Veil at briana.k.veil.civ@us.navy.mil.
People
Points of Contact
Briana VeilPRIMARY
Alvinia R. JenkinsSECONDARY
Files
Versions
Version 15
Solicitation
Posted: Mar 16, 2026
Version 14
Solicitation
Posted: Mar 16, 2026
Version 13
Solicitation
Posted: Mar 12, 2026
Version 12
Solicitation
Posted: Mar 12, 2026
Version 11
Solicitation
Posted: Mar 10, 2026
Version 10
Solicitation
Posted: Mar 6, 2026
Version 9
Solicitation
Posted: Mar 3, 2026
Version 8
Solicitation
Posted: Mar 3, 2026
Version 7
Solicitation
Posted: Mar 2, 2026
Version 6
Solicitation
Posted: Feb 25, 2026
Version 5Viewing
Solicitation
Posted: Feb 19, 2026
Version 4
Solicitation
Posted: Feb 18, 2026
Version 3
Solicitation
Posted: Feb 9, 2026
Version 2
Solicitation
Posted: Feb 2, 2026
Version 1
Solicitation
Posted: Nov 20, 2025