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, specifically MSCHQ NORFOLK, is soliciting proposals for TCE-HR Lodging and Transportation services for authorized 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 Military Sealift Command (MSC) Training Center East Hampton Roads (TC-E HR).
- Lodging: Requires hotels rated AAA Three Diamond or higher, located within a 25-mile radius of MSC TC-E HR (excluding tunnel-separated locations) with a commute time not exceeding one hour. Each room must include a microwave, refrigerator, and free functional internet. Facilities must offer functional washers/dryers, a business center with specific equipment, and dining options on-site or within 0.5 miles. Security cameras and emergency battery lighting are mandatory. Lodging must ensure single room occupancy, meaning individual guest rooms with private bathrooms and no shared interior living spaces. Hotels must not be under major construction/renovation during performance.
- 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 required Monday-Friday, with morning drop-offs between 0645-0700, and may include weekends/Federal Holidays if coordinated.
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 optional six-month extension 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 for the entire period, including the option.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 721110 (Hotels and Motels) with a $40,000,000.00 size standard.
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). Offerors must use the provided TCE-HR Pricing Spreadsheet in Excel format, without altering formulas, to propose fixed unit rates per room night and per trip, allowing for year-to-year escalation.
- Evaluation: Award will be made using a Lowest Price Technically Acceptable (LPTA) approach. Technical capability will be evaluated 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.
- Key Deadlines:
- Offeror Questions Due: March 13, 2026, at 4:00 PM EST.
- Proposals Due: March 18, 2026, at 4:00 PM EST.
Key Clarifications
The quantities listed in the CLIN structure are maximum cumulative ordering quantities for administrative purposes and do not reflect estimated usage or guaranteed orders. Offerors must use the estimated quantities in the TCE-HR Pricing Spreadsheet (34,675 room nights annually, 1,750 transportation trips annually) for evaluation purposes. The Prime Contractor is responsible for all applicable taxes, as the government will not provide a tax-exempt certificate.