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 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, specifically the Military Sealift Command (MSC) in Norfolk, is soliciting proposals for lodging and transportation services for authorized Civil Service Mariners (CIVMARs) at 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 March 31, 2026, at 12:00 PM EST.

Scope of Work

The contractor will provide comprehensive lodging and daily round-trip 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), and ensure 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 specific equipment, and dining options on-site or within 0.5 miles. Hotels must be on the current Hotel-Motel Master List and feature security cameras at entry/exit points and lobbies, plus emergency battery lighting in common areas. Single room occupancy is strictly required, meaning individual guest rooms with private bathrooms and no shared living spaces. Hotels undergoing major construction are not permitted.
  • 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 meet all state and base requirements. DBIDS passes must be obtained within two weeks of contract award. Weekend and Federal Holiday transportation may be required if coordinated by the MSC POC.
  • General: The government is tax-exempt, but the contractor is responsible for all applicable taxes and fees.

Contract Details

  • Contract Type: Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ), Single Award.
  • 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.
  • Product Service Code: V231 (Lodging - Hotel/Motel).

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 (Excel format, no formula alteration) for fixed unit rates.
  • 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 26, 2026, 4:00 PM EST.
    • Proposals Due: March 31, 2026, 12:00 PM EST.

Key Clarifications

The quantities listed in the CLIN structure are maximum cumulative ordering quantities for administrative purposes, not guaranteed usage. For proposal pricing, offerors must use the estimated quantities provided in the TCE-HR Pricing Spreadsheet (e.g., 34,675 room nights and 1,750 transportation trips annually for evaluation). Actual services will be ordered via task orders.

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
Download
Download
Download

Versions

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