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)
Original Source
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 TCE-HR Lodging and Transportation services for Civil Service Mariners (CIVMARs) at Fort Eustis, VA. This is a Total Small Business Set-Aside for a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 18, 2026, at 4:00 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 those separated by a tunnel), ensuring a commute time not exceeding one hour. Each room must include a microwave, refrigerator, and free functional internet. Facilities require on-site laundry, a business center with at least two computers and two printers (one multifunction), and dining options on-site or within a half-mile. Crucially, each CIVMAR must be assigned an individual guest room for single occupancy with a private bathroom and no shared living spaces. Hotels must be on the current Hotel-Motel Master List and not undergo major construction during the performance period.
- Transportation: Daily round-trip transportation is required between the 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 estimated for 30-50 CIVMARs daily, with morning drop-offs between 0645-0700. Weekend and Federal Holiday transportation may be required if coordinated by MSC.
- General: The contractor must provide check-in/check-out letters, daily hotel rosters, and adhere to specific fire, safety, health, and sanitation standards.
Contract Details
- Contract Type: Single Award Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: A five-year ordering period from October 1, 2026, to September 30, 2031, with an option for an additional six months 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.
- Estimated Volume: Approximately 34,675 single room nights and 1,750 single transportation trips per year.
- NAICS Code: 721110 (Hotels and Motels) with a $40,000,000.00 size standard.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) in two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability). The TCE-HR Pricing Spreadsheet must be used in Excel format without altering formulas.
- Evaluation: Offers 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 of Hotel Facilities.
- Key Deadlines:
- Offeror Questions Due: March 13, 2026, 4:00 PM EST.
- Proposals Due: March 18, 2026, 4:00 PM EST.
Key Clarifications
- Hotels must have an active AAA Three Diamond Designation at the time of proposal submission.
- The government is tax-exempt, but the Prime Contractor is responsible for all applicable taxes and fees.
- Offerors may propose multiple hotel properties, provided each meets all solicitation requirements.
- The government does not guarantee specific room quantities or lead times; demand is mission-driven.
People
Points of Contact
Briana VeilPRIMARY
Alvinia R. JenkinsSECONDARY
Files
Versions
Version 15
Solicitation
Posted: Mar 16, 2026
Version 14
Solicitation
Posted: Mar 16, 2026
Version 13Viewing
Solicitation
Posted: Mar 12, 2026
Version 12
Solicitation
Posted: Mar 12, 2026
Version 11
Solicitation
Posted: Mar 10, 2026
Version 10
Solicitation
Posted: Mar 6, 2026
Version 9
Solicitation
Posted: Mar 3, 2026
Version 8
Solicitation
Posted: Mar 3, 2026
Version 7
Solicitation
Posted: Mar 2, 2026
Version 6
Solicitation
Posted: Feb 25, 2026
Version 5
Solicitation
Posted: Feb 19, 2026
Version 4
Solicitation
Posted: Feb 18, 2026
Version 3
Solicitation
Posted: Feb 9, 2026
Version 2
Solicitation
Posted: Feb 2, 2026
Version 1
Solicitation
Posted: Nov 20, 2025