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 TCE-HR Lodging and Transportation services for Civil Service Mariners (CIVMARs) at Fort Eustis, VA. This Total Small Business Set-Aside opportunity seeks an Indefinite Quantity Contract with Firm Fixed Price CLINs. Proposals are due March 18, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide comprehensive lodging and transportation services for CIVMARs assigned to the MSC Training Center East Hampton Roads (TC-E HR).
- 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. Each CIVMAR requires a fully independent, single-occupancy room with a private bathroom, microwave, refrigerator, and free internet. Facilities must offer functional washers/dryers, a business center with computers and printers, and dining options on-site or within 0.5 miles. Security cameras, emergency lighting, and inclusion on the Hotel-Motel Master List are mandatory. Hotels undergoing major renovation are not acceptable.
- Transportation: Daily round-trip transportation is required between lodging facilities and MSC TC-E HR (Buildings 667 and 827) for an estimated 30-50 CIVMARs daily. Vehicles must be climate-controlled, and drivers must obtain DBIDS passes within two weeks of award. Weekend and Federal Holiday transportation may be required if coordinated.
Contract Details
- Contract Type: Indefinite Quantity Contract (Firm Fixed Price CLINs)
- 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: The contract has a minimum guarantee of $15,000.00 and a maximum ceiling of $22,000,000.00.
- Estimated Volume: Approximately 34,675 single room nights and 1,750 transportation trips annually.
- NAICS Code: 721110 (Hotels and Motels) with a $40,000,000.00 size standard.
Submission & Evaluation
Proposals must be submitted electronically via PIEE in two volumes: Price and Solicitation Documents, and Technical Capability. The evaluation will follow 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. Offerors must propose fixed unit rates per room night and per transportation trip, including all applicable taxes, as the government is not tax-exempt for contractors.
Key Deadlines
- Proposals Due: March 18, 2026, 12:00 PM EST.