TCE-HR Lodging
ID: N3220525R6007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential contractors to provide lodging and transportation services for Civil Service Mariners (CIVMARs) at Fort Eustis, Virginia. Contractors must supply lodging facilities rated at least Three Diamond by the American Automobile Association, located within a 25-mile radius of the MSC Training Center, and ensure sufficient single rooms for an estimated 34,675 room nights, along with necessary amenities such as microwaves, refrigerators, and free internet access. Additionally, the contractor will manage daily transportation between approved lodging and the MSC Training Center, with an expected 1,750 single trips annually. Interested businesses must submit a capability package by June 27, 2025, as this notice serves as a market research tool in preparation for future Request for Proposals (RFPs). For further inquiries, interested parties can contact Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) is issuing a Sources Sought Notice to find potential contractors to provide lodging and transportation services for Civil Service Mariners (CIVMARs) at Fort Eustis, VA. The contractor must supply lodging facilities rated at least Three Diamond by the American Automobile Association and located within a 25-mile radius of MSC Training Center. Each room should include essentials like a microwave, refrigerator, and access to free internet. The contractor must ensure sufficient single rooms for an estimated 34,675 room nights, along with amenities such as on-site business centers. In addition, contractors are needed to manage daily transportation between approved lodging and the MSC Training Center, with an expected 1,750 single trips annually. The performance period will include one base year with four possible extensions, starting around October 2026. Interested businesses must submit a capability package by June 27, 2025, outlining their capabilities and compliance with specified requirements. This notice serves as a market research tool rather than a formal solicitation, aimed at preparing for future RFP issuances.
    Lifecycle
    Title
    Type
    TCE-HR Lodging
    Currently viewing
    Sources Sought
    Similar Opportunities
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    Polar Star Dining and Lodging FY 26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide temporary lodging and associated services for approximately 90 personnel during the USCGC POLAR STAR drydock repairs from April 15, 2026, to August 13, 2026. The contractor will be responsible for supplying 20 single occupancy rooms and 35 double occupancy rooms, along with laundry, fitness, and dining services that include three meals daily and laundry services twice a week for each member. This procurement is critical for ensuring the comfort and operational readiness of Coast Guard personnel during maintenance activities, with lodging facilities required to meet specific safety and quality standards. Interested parties should contact Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or 206-827-4342, or William Zittle at william.r.zittle@uscg.mil or 571-608-6517 for further details.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    Military Sealift Command VERTREP NAVCENT Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing worldwide vertical replenishment (VERTREP) and logistical helicopter services for U.S. Navy and partner nation ships. The procurement requires a two-helicopter detachment, optional unmanned aerial capabilities, support equipment, and a minimum staffing of five pilots and three maintainers, with operations expected to be based in Bahrain. This service is crucial for ensuring efficient logistical support and operational readiness for naval missions. Interested vendors must submit their capability statements by December 19, 2025, at 3:00 PM local time (Norfolk, VA), and can direct inquiries to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    Food Services / Logistics Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking qualified vendors to provide food and logistics services. The procurement aims to fulfill requirements related to education and training, particularly in training and curriculum development, under the PSC code U008. These services are crucial for supporting military operations and ensuring effective training programs. Interested parties can reach out to Alexandra Hiser at alexandra.p.hiser.civ@us.navy.mil or Christina McCloud at christina.l.mccloud2.civ@us.navy.mil for further details regarding the opportunity.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.