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, Military Sealift Command (MSC), is soliciting proposals for lodging and transportation services for Civil Service Mariners (CIVMARs) at the MSC Training Center East Hampton Roads (TC-E HR) in Fort Eustis, VA. This is a Total Small Business Set-Aside opportunity. The contract will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a Firm Fixed Price structure. Proposals are due March 31, 2026, at 12:00 PM EST.
Scope of Work
The contractor shall provide AAA Three Diamond rated or higher lodging facilities within a 25-mile radius of MSC TC-E HR, excluding locations separated by a tunnel, ensuring a commute time under one hour. Each CIVMAR requires a single, independent guest room with a private bathroom, microwave, refrigerator, and free internet. Facilities must include on-site laundry, a business center with specific equipment, and dining options within 0.5 miles or on-site. Daily round-trip, climate-controlled transportation between the lodging and MSC TC-E HR (Buildings 667 and 827) is also required for an estimated 30-50 CIVMARs daily.
Contract Details
- Contract Type: IDIQ, Firm Fixed Price
- Period of Performance: Five-year ordering period (October 1, 2026 - September 30, 2031), plus a six-month option (October 1, 2031 - March 31, 2032).
- Estimated Value: Maximum contract ceiling of $22,000,000.00. Minimum guarantee of $15,000.00.
- Set-Aside: Total Small Business (FAR 19.5)
- Product/Service Code: V231 - Lodging Hotel/Motel
- Place of Performance: Fort Eustis, VA
Submission & Evaluation
Proposals must be submitted electronically via PIEE in two volumes: Volume I (Price and Solicitation Documents, including the TCE-HR Pricing Spreadsheet) and Volume II (Technical Capability). Evaluation will follow 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. The TCE-HR Pricing Spreadsheet governs for evaluation purposes, using estimated quantities of 34,675 room nights and 1,750 transportation trips annually.
Key Deadlines
- Offeror Questions Due: March 26, 2026, at 4:00 PM EST
- Proposals Due: March 31, 2026, at 12:00 PM EST
Additional Notes
The Service Contract Labor Standards apply to transportation CLINs. Offerors must ensure proposed hotels meet AAA Three Diamond designation at the time of submission and are not undergoing major renovation. The government is tax-exempt, but the prime contractor is responsible for all applicable taxes and fees.