International Naval Review Hotel Lodging
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, NAVSUP FLC Norfolk, is soliciting proposals for International Naval Review Hotel Lodging to support U.S. Navy personnel in New York City and surrounding areas during the 2026 International Naval Review. The Government intends to award seven (7) separate Firm Fixed Price (FFP) contracts for different geographic locations. This acquisition is UNRESTRICTED with options for Small Business set-asides. Quotes are due by April 09, 2026, at 1300 EST.
Scope of Work
This requirement is for hotel lodging accommodations, providing up to an estimated 6,080 total room nights between June 20, 2026, and July 10, 2026. Accommodations are needed in Manhattan, Queens (LaGuardia), Brooklyn, New York, and Teterboro, New Jersey. Hotels must be reputable, full-service or limited-service properties with consistent standards of quality, safety, and reliability.
Key requirements include:
- Proximity: Within one mile of specific operational sites (e.g., Javits Center, Times Square, Pier 88, LaGuardia Airport, Brooklyn Bridge, Teterboro Airport, Edgewater NJ) or a 20-minute commute.
- Amenities: Handicapped accessible, "smoke-free" rooms, 24/7 fitness center, business center, refrigerator, coffee maker in each room, and free internet access.
- Service: 24/7 front desk operations and a dedicated point of contact for lodging matters.
- Rating: Minimum average public rating of 3.8 or higher on TripAdvisor or Google Reviews.
- Compliance: Adherence to safety and health requirements, including fire safety and bed bug prevention.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: June 20, 2026, to July 10, 2026.
- Award Structure: The Government reserves the right to make multiple awards (seven separate contracts) or a single bulk contract.
- Set-Aside: UNRESTRICTED, with options for Small Business set-asides.
- Procedures: Conducted under FAR Subpart 12.6 (Streamlined Procedures for Commercial Products and Commercial Services) and FAR Subpart 13.5 (Simplified Procedures for Certain Commercial Products and Commercial Services).
Submission & Evaluation
- Quotes Due: April 09, 2026, by 1300 EST.
- Submission Method: Via email to Courtney Dunlow (courtney.p.dunlow.civ@us.navy.mil) and Amber Geusic (amber.m.geusic.civ@us.navy.mil).
- Quote Content: Offerors must propose one firm-fixed-price nightly rate (no conditioned rates), specify the geographic location, and provide documentation of facility location and a 3.8+ public rating.
- Evaluation: Offers will be evaluated separately for each of the seven geographic locations. Technical acceptability will be based on meeting geographical limitations, hotel rating, and PWS requirements. Price quotes will be evaluated based on the total evaluated price (single nightly rate multiplied by total room nights).
Key Dates & Contacts
- Questions Due: April 07, 2026, by 1300 EST.
- Response Due: April 09, 2026, by 1300 EST.
- Primary Contact: Courtney Dunlow (courtney.p.dunlow.civ@us.navy.mil)
- Secondary Contact: Amber Geusic (amber.m.geusic.civ@us.navy.mil)