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, specifically the Military Sealift Command (MSC) MSCHQ NORFOLK, is soliciting proposals for TCE-HR Lodging and Transportation services for authorized Civil Service Mariners (CIVMARs) in Fort Eustis, VA. This is a Total Small Business Set-Aside for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due by 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 separation), ensuring a commute under one hour. Each room must include a microwave, refrigerator, and free functional internet. Facilities require on-site laundry, a business center with specific equipment (2 desks, 2 computers, 2 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. Each CIVMAR must have a single-occupancy room with a private bathroom and no shared interior living spaces. Hotels must not be under major construction during the performance period.
  • 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 contract award. Weekend and Federal Holiday transportation is also required when coordinated.

Contract Details

  • Contract Type: Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ).
  • Period of Performance: A five-year ordering period from October 1, 2026, to September 30, 2031, with an optional six-month extension (October 1, 2031, to March 31, 2032).
  • Estimated Value: Minimum guarantee of $15,000.00, with a maximum contract ceiling of $22,000,000.00 for the entire period.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 721110 (Hotels and Motels), size standard $40,000,000.00.
  • Estimated Volume: Approximately 34,675 single room nights and 1,750 transportation trips annually for evaluation purposes.

Submission & Evaluation

  • 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 used for pricing and governs for evaluation.
  • 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.
  • Key Deadlines:
    • Offeror Questions Due: March 13, 2026, 4:00 PM EST.
    • Proposals Due: March 18, 2026, 12:00 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.
  • The contract ceiling of $22,000,000 is correct; larger implied lodging values in some documents are for administrative purposes only.
  • Service Contract Labor Standards (SCLS) apply only to transportation CLINs.

Contact Information

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
Download
Download
Download

Versions

Version 15
Solicitation
Posted: Mar 16, 2026
View
Version 14Viewing
Solicitation
Posted: Mar 16, 2026
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 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