MSC Training Center EAST -Hampton Roads
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 the Military Sealift Command (MSC) Headquarters Norfolk, is soliciting proposals for lodging and transportation services for Civil Service Mariners (CIVMARs) assigned to the MSC Training Center East Hampton Roads (TC-E HR) in Fort Eustis, VA. This is a Total Small Business Set-Aside for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 31, 2026, at 12:00 PM Local Time.
Scope of Work
The contractor will provide:
- Lodging: Hotels must be AAA Three Diamond rated or higher, located within a 25-mile radius of MSC TC-E HR (Fort Eustis, VA), excluding locations separated by a tunnel. Each room requires a microwave, refrigerator, and free internet. Facilities must offer 2+ functional washers/dryers (3+ if providing over 50% of rooms), a business center with computers and multifunction printers, and dining options on-site or within 0.5 miles. Free parking and security cameras are also required. Each CIVMAR must be assigned an individual guest room for single occupancy with a private bathroom and no shared living spaces.
- Transportation: Daily round-trip transportation for CIVMARs between their lodging and MSC TC-E HR (Buildings 667 and 827). Vehicles must be climate-controlled, and company personnel require DBIDS passes. Weekend and Federal Holiday transportation is required when coordinated.
Contract Details
- Contract Type: 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 additional six-month option period (October 1, 2031, to March 31, 2032).
- Estimated Value: The maximum contract ceiling is $22,000,000.00. A minimum guarantee of $15,000.00 is established.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). The NAICS code is 721110 (Hotels and Motels) with a $40 million size standard.
- Pricing: Offerors must propose fixed unit rates per room night and per transportation trip using the TCE-HR Pricing Spreadsheet. Lodging rates must not exceed applicable Joint Travel Regulations (JTR) locality rates. The prime contractor is responsible for all applicable taxes.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) in two separate volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability). The pricing spreadsheet must be submitted in Excel format without altering formulas.
- Offer Due Date: March 31, 2026, at 12:00 PM Local Time.
- Questions Due: March 26, 2026, at 4:00 PM EST.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) approach. Technical capability will be evaluated as "acceptable" or "unacceptable" across five subfactors: Hotel Facilities, Fire and Safety Policies, Health and Sanitation, Transportation, and On-Site Inspection. An on-site inspection of proposed facilities will be conducted.
Additional Notes
Estimated annual quantities for evaluation are 34,675 lodging nights and 1,750 transportation trips. Actual services will be ordered via task orders, and the government does not guarantee maximum quantities. The Contracting Officer Representative (COR) will sponsor DBIDS passes.