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, Military Sealift Command (MSC), is soliciting proposals for Lodging and Transportation Services for authorized 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). The contract is a Firm Fixed-Price Indefinite Quantity award with a maximum value of $22,000,000.00. Proposals are due March 18, 2026, at 12:00 pm EST.

Scope of Work

The contractor will provide comprehensive lodging and transportation services.

  • Lodging: Hotels must be AAA Three Diamond rated or higher at the time of proposal submission, located within a 25-mile radius of MSC TC-E HR (excluding those separated by a tunnel), and ensure a commute time not exceeding one hour. Each room must include a microwave, refrigerator, and free functional internet. Facilities require on-site 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, emergency battery lighting, and secure storage for valuables are mandatory. Each CIVMAR requires a fully independent guest room, not sharing living spaces within a unit. Estimated usage is 50-95 rooms per night, totaling approximately 34,675 room nights annually.
  • 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 (approx. 1,750 trips annually). Vehicles must be climate-controlled, and drivers must obtain DBIDS passes within two weeks of contract award. Weekend and Federal Holiday transportation is required when coordinated by the MSC POC. School buses are permissible if requirements are met.
  • General: The contractor is responsible for all applicable taxes. Identity verification (USCG MMC and CAC) is required upon check-in.

Contract Details

  • Contract Type: Firm Fixed-Price Indefinite Quantity.
  • 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: Minimum guarantee of $15,000.00, with a maximum ceiling of $22,000,000.00 for the entire period.
  • NAICS Code: 721110 (Hotels and Motels), Size Standard $40,000,000.00.
  • SCLS Applicability: Service Contract Labor Standards apply only to transportation CLINs (0002 and 1002).

Submission & Evaluation

  • Proposal Submission: Electronically via PIEE in two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability). Offerors must use the TCE-HR Pricing Spreadsheet in Excel format without altering formulas, proposing fixed unit rates per room night and per trip for each contract year, not exceeding JTR lodging ceilings.
  • Evaluation: Award will be based on 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.
  • Key Deadlines:
    • Offeror Questions Due: March 6, 2026, 2:00 pm EST.
    • Proposals Due: March 18, 2026, 12:00 pm EST.

Eligibility

This acquisition is a Total Small Business Set-Aside.

People

Points of Contact

Alvinia R. JenkinsSECONDARY

Files

Files

Download
Download
Download
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 12Viewing
Solicitation
Posted: Mar 12, 2026
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 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