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 TCE-HR Lodging and Transportation services for authorized Civil Service Mariners (CIVMARs) at the Military Sealift Command (MSC) Training Center East Hampton Roads (TC-E HR) in Fort Eustis, VA. This is a Total Small Business Set-Aside with a maximum contract ceiling of $22,000,000.00. Proposals are due by March 18, 2026, at 12:00 pm EST.

Scope of Work

The contractor will provide comprehensive lodging and transportation services. Lodging requirements include:

  • Hotels rated AAA Three Diamond or higher, located within a 25-mile radius of MSC TC-E HR (excluding those separated by a tunnel), ensuring a commute time under one hour.
  • Each room must feature a microwave, refrigerator, and free functional internet.
  • Facilities must provide functional washers and dryers (minimum two of each, or three if providing over 50% of rooms), a business center with at least two computers and printers (one multi-function), and dining options on-site or within 0.5 miles.
  • Hotels must be on the current Hotel-Motel Master List, include security cameras at entry/exit points, and emergency battery lighting in common areas. Single room occupancy is required for CIVMARs. Transportation services entail:
  • Daily round-trip transport for an estimated 30-50 CIVMARs between lodging 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.
  • Morning drop-offs are scheduled between 0645-0700, with return times coordinated daily. Weekend and Federal Holiday transportation is required when coordinated by the MSC POC.

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 from October 1, 2031, to March 31, 2032.
  • Estimated Volume: Approximately 34,675 single room nights and 1,750 transportation trips annually, though actual quantities are mission-driven and not guaranteed.
  • Minimum Guarantee: $15,000.00.
  • Maximum Contract Ceiling: $22,000,000.00, covering the entire period including the option.
  • Pricing: Offerors must propose fixed unit rates per room night and per transportation trip for each contract year, allowing for escalation. The TCE-HR Pricing Spreadsheet must be used. Lodging rates cannot exceed applicable JTR per diem ceilings. The prime contractor is responsible for all taxes. Service Contract Labor Standards (SCLS) apply to transportation CLINs.

Submission & Evaluation

  • Set-Aside: Total Small Business (NAICS 721110, $40M size standard).
  • Proposal Submission: Electronically via PIEE in two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability). The pricing spreadsheet must be submitted in Excel format without formula alteration.
  • Evaluation: Proposals 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 Due: March 6, 2026, 2:00 pm EST.
    • Proposals Due: March 18, 2026, 12:00 pm EST.

Contacts

Primary: Briana Veil (briana.k.veil.civ@us.navy.mil) Secondary: Alvinia R. Jenkins (alvinia.r.jenkins.civ@us.navy.mil)

People

Points of Contact

Alvinia R. JenkinsSECONDARY

Files

Files

Download
Download
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 9Viewing
Solicitation
Posted: Mar 3, 2026
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 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