MSC Training Center EAST -Hampton Roads

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 30, 2026
3
Submission Deadline
Mar 31, 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 Civil Service Mariners (CIVMARs) assigned to MSC in Fort Eustis, VA. This Total Small Business Set-Aside opportunity will result in a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to support the MSC Training Center East Hampton Roads (TC-E HR). Proposals are due by March 31, 2026, at 12:00 PM EST.

Scope of Work

The contractor shall provide comprehensive lodging and transportation services within a 25-mile driving radius of MSC TC-E HR (Fort Eustis, VA), excluding locations separated by a tunnel, ensuring a commute time not exceeding one hour.

  • Lodging Requirements: Hotels must be AAA Three Diamond rated or higher at the time of proposal submission. Each room must include a microwave, refrigerator, and free functional internet. Facilities require on-site laundry, a business center with specific equipment (two desks, two computers, two printers, one multifunction), and dining options on-site or within a half-mile. Hotels must be listed on the current Hotel-Motel Master List, feature security cameras at entry/exit/lobby, and emergency battery lighting. Crucially, each CIVMAR requires a single room with a private bathroom and no shared interior living spaces. Hotels undergoing major construction are not permitted. Estimated usage is 50-95 rooms per night, totaling approximately 34,675 room nights annually for evaluation purposes.
  • Transportation Requirements: Daily round-trip transportation is required between the lodging facilities and MSC TC-E HR (Buildings 667 and 827) for an estimated 30-50 CIVMARs daily, totaling approximately 1,750 trips annually for evaluation. Vehicles must be climate-controlled and meet all state and base requirements. Drivers must obtain DBIDS passes within two weeks of contract award. Transportation is required Monday-Friday, with weekend/Federal Holiday service as coordinated by MSC.

Contract Details

  • Contract Type: Firm Fixed-Price, Single Award 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 (FAR 52.217-8) 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.
  • Applicability: Service Contract Labor Standards (SCLS) apply only to the transportation CLINs.

Submission & Evaluation

  • Proposal Due Date: March 31, 2026, at 12:00 PM EST.
  • Questions Due Date: March 26, 2026, at 4:00 PM EST.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) in two volumes: Volume I (Price and Solicitation Documents) and Volume II (Technical Capability).
  • Evaluation: Award will be made 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. An on-site inspection of proposed hotel facilities will be conducted.
  • Pricing: Offerors must propose fixed unit rates using the provided TCE-HR Pricing Spreadsheet (Excel format, no formula alteration). The quantities in the spreadsheet are for evaluation purposes only and do not guarantee minimum order quantities.

Eligibility & Contacts

People

Points of Contact

Alvinia JenkinsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 20
Solicitation
Posted: Mar 30, 2026
View
Version 19
Solicitation
Posted: Mar 30, 2026
View
Version 18Viewing
Solicitation
Posted: Mar 30, 2026
Version 17
Solicitation
Posted: Mar 26, 2026
View
Version 16
Solicitation
Posted: Mar 17, 2026
View
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 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