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
Mar 18, 2026, 4:00 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), is soliciting proposals for TCE-HR Lodging and Transportation services for Civil Service Mariners (CIVMARs) in Fort Eustis, VA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Proposals are due March 18, 2026.

Scope of Work

The contractor will provide lodging and daily round-trip transportation for CIVMARs assigned to MSC Training Center East Hampton Roads (TC-E HR). Lodging requirements include AAA Three Diamond rated or higher hotels within a 25-mile radius of MSC TC-E HR (excluding tunnel-separated locations). Each room must feature a microwave, refrigerator, and functional internet. Hotels must provide functional washers/dryers, a business center with at least two computers and printers, and dining facilities on-site or within a half-mile. Hotels must also be listed on the current Hotel-Motel Master List. Transportation services require daily round-trip transport between lodging facilities and MSC TC-E HR (Buildings 667 and 827) using climate-controlled vehicles. Drivers and vehicles must meet all state and base requirements, and DBIDS passes must be obtained within two weeks of contract award.

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 months (October 1, 2031, to March 31, 2032).
  • Estimated Value: The contract has a minimum guarantee of $15,000.00 and a maximum ceiling of $22,000,000.00, covering the entire five-year ordering period and the optional extension.
  • Estimated Volume: For evaluation purposes, the government estimates approximately 34,675 single room nights per year (50-95 rooms per night) and 1,750 single transportation trips per year (30-50 CIVMARs daily).
  • CLIN Structure: CLINs 0001 (Lodging) and 0002 (Transportation) cover the five-year period, with optional CLINs 1001 and 1002 for the six-month extension. Section B amounts are for evaluation only, with actual pricing determined at the task order level.
  • Service Contract Labor Standards (SCLS): Applies only to transportation CLINs (0002 and 1002).
  • Set-Aside: This acquisition is a Total Small Business Set-Aside under NAICS Code 721110 (Hotels and Motels) with a $40,000,000.00 size standard.

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). The TCE-HR Pricing Spreadsheet must be submitted in Excel format without altering formulas.
  • 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.
  • Pricing: Bidders must propose fixed unit rates per room night for lodging and per trip for transportation. Lodging rates must align with JTR locality rates and not exceed the JTR lodging ceiling.

Key Dates & Contacts

  • Offeror Questions Due: March 6, 2026, at 2:00 pm EST.
  • Proposals Due: March 18, 2026, at 12:00 pm EST.
  • 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
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 6Viewing
Solicitation
Posted: Feb 25, 2026
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 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Nov 20, 2025
View