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, through the Military Sealift Command (MSC) Headquarters Norfolk, is soliciting proposals for Lodging and Transportation Services for Civil Service Mariners (CIVMARs) at Fort Eustis, VA. This Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive support for CIVMAR training at the MSC Training Center East Hampton Roads (TC-E HR). Proposals are due by March 18, 2026, at 12:00 pm EST.
Scope of Work
The contractor will provide:
- Lodging: Hotels must be AAA Three Diamond rated or higher, located within a 25-mile radius of MSC TC-E HR (excluding tunnel-separated areas). Rooms require microwaves, refrigerators, and free internet. Facilities must include on-site laundry, a business center with computers and printers, and dining options on-site or nearby. Hotels must be on the current Hotel-Motel Master List and feature security cameras and emergency lighting. Single room occupancy is required for CIVMARs.
- Transportation: Daily round-trip transportation is required for an estimated 30-50 CIVMARs between lodging 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. Transportation is typically Monday-Friday, with morning drop-offs between 0645-0700.
- General: Identity verification (USCG MMC and CAC) is required for CIVMARs upon check-in and for transportation. Hotels undergoing major renovation are not permitted.
Contract Details
- Contract Type: Firm Fixed Price Solicitation.
- Period of Performance: A five-year ordering period from October 1, 2026, to September 30, 2031, with an optional six-month extension from 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 for the entire period, including the option.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 721110 (Hotels and Motels) with a $40 million size standard.
- SCLS Applicability: Service Contract Labor Standards apply only to transportation CLINs (0002 and 1002).
Submission & Evaluation
- Proposal Submission: Proposals must be submitted 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 alterations.
- Evaluation: Award will be made using a Lowest Price Technically Acceptable (LPTA) approach. Technical capability will be assessed as "acceptable" or "unacceptable" 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.
- Pricing: Offerors must propose fixed unit rates per room night and per trip, consistent with applicable JTR locality rates (not exceeding the ceiling). Seasonal rates are not permitted. The Prime Contractor is responsible for all applicable taxes.
- Key Deadlines:
- Offeror Questions Due: March 6, 2026, 2:00 pm EST.
- Proposals Due: March 18, 2026, 12:00 pm EST.
Key Clarifications
The government does not guarantee specific durations of stay, training cycles, or continuous occupancy; quantities are estimates. Offerors may propose one or multiple properties, provided each meets all solicitation requirements.