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, specifically the Military Sealift Command (MSC) in Fort Eustis, VA, is soliciting proposals for lodging and transportation services for authorized Civil Service Mariners (CIVMARs) at the MSC Training Center East Hampton Roads (TC-E HR). This is a Total Small Business Set-Aside for a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Proposals are due March 31, 2026, at 12:00 PM EST.

Scope of Work

The contractor shall provide lodging facilities and daily round-trip transportation for CIVMARs. Lodging facilities must be within a 25-mile driving radius of MSC TC-E HR, excluding locations separated by a tunnel, and ensure a commute time not exceeding one hour. Transportation services will facilitate travel between the lodging facilities and the training center.

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 optional six-month extension (FAR 52.217-8) from October 1, 2031, to March 31, 2032.
  • Estimated Value: Minimum guarantee of $15,000.00, with a maximum contract ceiling of $22,000,000.00 for the entire ordering period, including the optional extension.
  • Pricing: Offerors must propose fixed unit rates per room night and per transportation trip using the provided TCE-HR Pricing Spreadsheet. The government is tax-exempt, but the prime contractor is responsible for all applicable taxes.

Submission & Evaluation

  • 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.
  • Evaluation: Offers will be evaluated 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.
  • Deadlines: Offeror questions were due by March 26, 2026, at 4:00 PM EST. Proposals are due March 31, 2026, at 12:00 PM EST.

Key Requirements

  • Lodging: 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 computers/printers, one with copy/scan/fax), and dining facilities on-site or within 0.5 miles. Hotels must not be under major construction. Single room occupancy is mandatory, meaning individual guest rooms with private bathrooms and no shared interior living spaces with other CIVMARs. Security cameras and emergency battery lighting are required.
  • Transportation: Daily round-trip transportation is required for an estimated 30-50 CIVMARs. Vehicles must be climate-controlled, and DBIDS passes must be obtained within two weeks of award (COR will sponsor). Weekend and Federal Holiday transportation is required when coordinated.
  • Estimated Quantities: Estimated 34,675 single room nights and 1,750 single transportation trips annually are provided for evaluation purposes only and are not guaranteed.

Additional Notes

The Service Contract Labor Standards (SCLS) apply only to transportation CLINs. An on-site inspection of proposed hotel facilities will be conducted as part of the evaluation. Guidance for PIEE portal access and proposal submission training is available. The award is anticipated prior to September 30, 2026.

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
Download

Versions

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