Opportunity
SAM #N0018926RL007
Hotel Lodging Services for 2026 International Naval Review (NYC & NJ)
Buyer
NAVSUP FLC Norfolk
Posted
April 02, 2026
Respond By
April 09, 2026
Identifier
N0018926RL007
NAICS
721199, 721110
The U.S. Navy is seeking hotel lodging services to support the 2026 International Naval Review in New York City and nearby New Jersey areas. - Government Buyer: - U.S. Navy, Commander Navy Region Mid-Atlantic (CNRMA) - NAVSUP Fleet Logistics Center Norfolk, Contracting Office - Scope of Procurement: - Up to 6,080 hotel room nights across seven geographic locations: - Manhattan Times Square Area - Manhattan LaGuardia Area - Manhattan Javits Center Area - Brooklyn (Fleet Landing Pier 4) - Manhattan Pier 88 Area - Edgewater, New Jersey - Teterboro, New Jersey - Room types: Single and double occupancy - Amenities and requirements: - Minimum 3.8 public rating - Security, accessibility, and quality standards - Dog-friendly rooms required for Javits Center location - Hotels must be within one mile of Navy operational sites - Flexible booking and cancellation (20 days' notice) - Products/Services Requested: - Hotel room nights (no specific part numbers or brands) - Quantities per location range from 387 to 4,527 room nights - Unique/Notable Requirements: - Multiple contracts will be awarded, one per location - Offers evaluated separately for each location - Hotels must meet specific proximity and quality standards - OEMs and Vendors: - No specific hotel brands, OEMs, or vendors are named - Place of Performance: - Manhattan, Queens, Brooklyn, New York City - Edgewater and Teterboro, New Jersey - Key Navy operational sites: Javits Center, Times Square, LaGuardia Airport, Pier 88, Fleet Landing Pier 4, Teterboro Airport
Description
The Government intends to award seven (7) separate Firm Fixed Price (FFP) contracts for seven (7) different geographic locations, which geographic locations are described in the Performance Work Statement that accompanies this solicitation, as a result of this solicitation in accordance with the policies and procedures of FAR Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation of Commercial Products and Commercial Services" and FAR Subpart 13.5, "Simplified Procedures for Certain Commercial Products and Commercial Services". The Government will evaluate offers pertaining to each of the seven (7) geographic locations separately, with an awardee being chosen for each location.
Quoters may submit questions regarding clarification of solicitation requirements via email to Courtney Dunlow (courtney.p.dunlow.civ@us.navy.mil) and Amber Geusic (amber.m.geusic.civ@us.navy.mil). It is requested that all questions be received by Tuesday, 07 April 2026, by 1300 Eastern Standard Time, as time may not permit responses to questions received after the deadline. PLEASE SEE THE SOLICITATION ATTACHMENT (N0018926RL007) AND PERFORMANCE WORK STATEMENT ATTACHMENT FOR FULL DETAILS INCLUDING BUT NOT LIMITED TO THE SECTION L ADDENDUM INSTRUCTIONS TO OFFERORS AND SECTION M ADDENDUM EVALUATION FACTORS FOR AWARD