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, Military Sealift Command (MSC), is soliciting proposals for Lodging and Transportation Services for Civil Service Mariners (CIVMARs) at Fort Eustis, VA. This Total Small Business Set-Aside opportunity supports the MSC Training Center East Hampton Roads (TC-E HR) with an estimated maximum value of $22 million. Proposals are due by March 18, 2026, at 12:00 PM EST.
Scope of Work
This Indefinite Quantity (IDIQ) contract requires comprehensive lodging and transportation services.
- Lodging: Hotels must be AAA Three Diamond rated or higher, located within a 25-mile radius of MSC TC-E HR (excluding tunnel-separated locations), ensuring a commute time under one hour. Rooms must include a microwave, refrigerator, and free internet. Facilities require functional washers/dryers, a business center with at least two computers and printers (one multifunction), and dining options on-site or within 0.5 miles. Security cameras at entry/exit/lobby and emergency battery lighting are mandatory.
- Transportation: Daily round-trip transportation is required for CIVMARs between their 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. Weekend and Federal Holiday transportation is also required when coordinated by MSC.
- General: Identity verification (USCG MMC and CAC) is required for CIVMARs upon check-in. The government is tax-exempt, but the prime contractor is responsible for all applicable taxes and fees.
Contract Details
- Contract Type: Indefinite Quantity (IDIQ), Firm Fixed Price for task orders.
- Period of Performance: A five-year ordering period from October 1, 2026, to September 30, 2031, with an optional six-month extension through March 31, 2032.
- Estimated Value: Minimum guarantee of $15,000.00 and a maximum ceiling of $22,000,000.00 for the entire period.
- Estimated Volume: Approximately 34,675 single room nights and 1,750 single transportation trips annually. These are estimates; actual usage will vary based on mission needs.
Submission & Evaluation
- Set-Aside: This is a Total Small Business Set-Aside under NAICS Code 721110 (Hotels and Motels, $40M size standard).
- 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 altering formulas.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) approach. Technical capability will be assessed as "acceptable" or "unacceptable" across five subfactors: Hotel Facilities (General Requirements, Fire/Safety, Health/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
Additional Notes
Offerors may propose multiple hotel properties, provided each independently meets all solicitation requirements. The government does not guarantee specific room quantities or fixed schedules; reservations are mission-driven.