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, through MSCHQ NORFOLK, is soliciting proposals for Lodging and Transportation Services for Civil Service Mariners (CIVMARs) assigned to the Military Sealift Command (MSC) in Fort Eustis, VA. This is a Firm Fixed-Price contract with a maximum value of $22,000,000.00. Proposals are due March 18, 2026, at 12:00 pm EST.

Purpose & Scope

This solicitation seeks to establish a contract for providing comprehensive lodging and daily round-trip transportation for authorized CIVMARs attending training at the MSC Training Center East Hampton Roads (TC-E HR) in Fort Eustis, VA. The services are crucial for supporting MSC's operational readiness.

Key Requirements

Lodging:

  • Hotels must be AAA Three Diamond rated or higher, with active designation at proposal submission, located within a 25-mile radius of MSC TC-E HR (excluding tunnel-separated locations).
  • Each room requires a microwave, refrigerator, and free functional internet.
  • Facilities must include on-site laundry (minimum 2 washers/dryers), a business center with at least two computers and two printers (one multi-function: copy, print, scan, fax), and dining options on-site or within 0.5 miles.
  • Hotels must be on the current Hotel-Motel Master List, feature security cameras at entry/exit points, and emergency battery lighting. No construction or major renovation is permitted during the performance period.
  • Estimated volume: 50-95 rooms per night (approx. 34,675 single room nights annually). Transportation:
  • Daily round-trip transportation is required between lodging facilities and MSC TC-E HR (Buildings 667 and 827).
  • Vehicles must be climate-controlled, and drivers/vehicles must meet all state and base requirements. DBIDS passes are required within two weeks of contract award.
  • Estimated volume: 30-50 CIVMARs daily (approx. 1,750 single trips annually).
  • Commute time must not exceed one hour each way. Transportation is flexible regarding vehicle type (e.g., school buses allowed if requirements met) and number of shuttles.

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 optional six-month extension (October 1, 2031 - March 31, 2032).
  • Estimated Value: Minimum $15,000.00, Maximum $22,000,000.00.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS 721110 ($40M size standard).
  • Pricing: Offerors must propose a single, fixed unit rate per room night for lodging and per trip for transportation, inclusive of all taxes. The government's tax-exempt status does not extend to the prime contractor.

Submission & Evaluation

  • Proposal Submission: Electronically via PIEE in two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability). The TCE-HR Pricing Spreadsheet must be submitted in Excel format without formula alteration.
  • 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 facilities will be conducted.

Key Deadlines

  • Offeror Questions Due: March 6, 2026, 2:00 pm EST.
  • Proposals Due: March 18, 2026, 12:00 pm EST.

Contact Information

People

Points of Contact

Alvinia R. JenkinsSECONDARY

Files

Files

Download
Download
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 7Viewing
Solicitation
Posted: Mar 2, 2026
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 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Nov 20, 2025
View