Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2025 SAM #8707
SPECIAL NOTICE

Z -- Notice of Intent to Sole Source - Chief of Mission Residence (CMR) Bathroom Renovation

Notice Date
9/26/2025 12:53:12 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
STATE, DEPARTMENT OF US
 
ZIP Code
00000
 
Solicitation Number
19SN1025R0002
 
Response Due
9/30/2025 2:00:00 PM
 
Archive Date
10/15/2025
 
Point of Contact
Kevin M Phillips, Meenachi Palanisamy
 
E-Mail Address
sgprocurementrfq@state.gov, sgprocurementrfq@state.gov
(sgprocurementrfq@state.gov, sgprocurementrfq@state.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The U.S. Department of State, U.S. Embassy Singapore, has awarded a sole source, firm-fixed-price contract to KRD Enterprise Pte Ltd, Singapore, under Contract No. 19SN1025C0008. The purpose of this award is to provide construction services for the renovation of two additional bathrooms at the Chief of Mission Residence (CMR), located at 8 Leedon Park, Singapore. This work is a continuation of renovations already in progress at the residence under Contract No. 19SN1025C0002, which was awarded after full and open competition on a lowest price technically acceptable (LPTA) basis for the renovation of five bathrooms. Adding the two remaining bathrooms ensures consistency of design, workmanship, and finishes across all seven bathrooms while the residence is under renovation. The total contract value is SGD 48,614.00 (USD 37,773.12). The renovation is required on an urgent basis to eliminate safety hazards and ensure the residence is safe, functional, and presentable prior to the Ambassador�s arrival. Authority This contract was awarded on a sole source basis under FAR 13.106-1(b)(1) and FAR 6.302-2 (Unusual and Compelling Urgency), as only one responsible source could meet the Government�s requirements within the available timeframe. Rationale for Sole Source Safety Hazards A pre-occupancy survey of the Chief of Mission Residence identified significant hazards in two bathrooms that were not included in the prior competed scope. Flooring surfaces were found to be excessively slippery, fixtures were deteriorated, and water infiltration risk was noted around joints and cabinetry. These conditions pose direct health and safety risks to the incoming Ambassador, family members, official guests, and Embassy staff. The residence is a representational property, and any accident would not only endanger personnel but also expose the Government to liability. Completing the renovation of these bathrooms before occupancy is the only way to mitigate these risks. Deferring the work until after move-in would mean subjecting the Chief of Mission�s family to unsafe conditions, which is not acceptable. Security Risks The Chief of Mission (COM) is the personal representative of the President of the United States in Singapore. Ensuring the safety of the COM and family is a matter of national interest. The Chief of Mission Residence (CMR) is equipped with security measures specifically designed and implemented to protect the COM. If the COM and family were required to lodge outside the residence due to unfinished bathroom renovations, they would face unnecessary risks in less secure facilities. The CMR is also used for private representational functions and sensitive but unclassified discussions with host government officials, business leaders, and other stakeholders. Ongoing disruptive construction during occupancy would interfere with these activities and diminish the effectiveness of U.S. representation in Singapore. Awarding to the incumbent contractor ensures the bathrooms are completed before occupancy, allowing the COM to immediately reside in a safe, secure environment that fully supports both family living and official representational duties. Mobilization Timelines KRD Enterprise Pte Ltd is already mobilized on site under Contract No. 19SN1025C0002, which was awarded after full and open competition on a lowest price technically acceptable basis for the renovation of five bathrooms. They have workforce, equipment, and materials staged and operating inside the residence. Starting a new procurement action for the two remaining bathrooms would require 30�60 days to issue a solicitation, receive proposals, evaluate, award, and allow a new contractor to mobilize. By that time, the Ambassador and family would be occupying the residence, making the work far more disruptive and impractical. Only the incumbent can perform the additional work immediately, without delay. Continuity and Quality Because five bathrooms are already being renovated under the competed contract, introducing a new contractor at this stage would risk mismatched design, materials, finishes, and workmanship. Bathrooms are highly visible, functional spaces, and inconsistent design would reflect poorly on Embassy standards and representational quality. Awarding to the incumbent ensures uniform finishes across all seven bathrooms, avoids warranty conflicts, and maintains continuity in safety and design compliance. Cost Impacts Awarding a new contractor would impose unnecessary and duplicative mobilization and demobilization costs, conservatively estimated at SGD 20,000 (USD 15,540.02). Further costs would be incurred if the Ambassador and family were forced to occupy alternative housing, including rent, utilities, security adjustments, and transport. Those costs are not quantifiable in advance but would be significant. None of these costs contribute to mission benefit; they arise solely from procurement delays. Awarding this contract to the incumbent avoids these inefficiencies and uses taxpayer resources responsibly. Capability Requirements Legal Registration and Licensing: Because all work will be performed in Singapore, the contractor must be properly registered and authorized to conduct business in Singapore. The host government will expect to collect taxes on the full contract amount, and all contractors must possess a valid Singapore tax identification number. They must also hold all permits and licenses required by the Government of Singapore for construction activities. Firms without existing legal registration and tax standing in Singapore face lengthy approval processes, often requiring months of lead time. Insurance: Contractors must be able to obtain and maintain both Defense Base Act (DBA) insurance and general business liability insurance for the duration of performance. DBA insurance must be procured from an approved U.S. insurance provider in accordance with statutory requirements. In addition, contractors must carry general business liability coverage issued by a Singapore-licensed insurer, as required under host nation law. Proof of both types of insurance must be presented prior to commencement of work. Knowledge of Local Codes and Conditions: Contractors must be familiar with and able to comply with all applicable Singapore building codes, inspection standards, and safety requirements. This includes working with the Building and Construction Authority (BCA), National Environment Agency (NEA), and other regulatory bodies. Relevant Past Performance in Singapore: Contractors must demonstrate verifiable prior experience executing construction projects of similar size and scope in Singapore. This includes experience navigating Singapore�s regulatory environment, managing subcontractors, and coordinating with local authorities. Mobilization and In-Country Presence: Contractors must demonstrate the ability to mobilize immediately within Singapore, with workforce, materials, and logistical support already available. Construction permits, materials procurement, and labor sourcing in Singapore require local presence and vendor networks. Determination of Fair and Reasonable Price The Contracting Officer has determined the price to be fair and reasonable. The total contract value of SGD 48,614.00 (USD 37,773.12) is in line with the Independent Government Cost Estimate prepared by Embassy Facility Management, with pricing for similar bathroom renovations under Contract No. 19SN1025C0002, and with regional benchmarks for Embassy renovation projects. Awarding to the incumbent contractor also avoids duplicate mobilization and demobilization expenses estimated at SGD 20,000 (USD 15,540.02), in addition to temporary housing and security costs if the Chief of Mission were displaced. Statement of Capability This notice does not constitute a request for competitive proposals. The award has been made concurrently with this posting. However, interested parties who believe they could have fulfilled this requirement may submit a written capability statement. Submissions must specifically demonstrate that the vendor meets all Capability Requirements described above and include evidence of technical expertise and past performance at secure U.S. diplomatic facilities in Singapore. Responses that do not substantively address these requirements will not be considered valid expressions of interest. All responses must be received no later than five (5) days after posting this notice. The information received will not impact this award but will be considered solely to determine whether future procurements may be conducted competitively.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/237c55860eb44a9cae29cc98670f637d/view)
 
Place of Performance
Address: Singapore 267885, SGP
Zip Code: 267885
Country: SGP
 
Record
SN07605908-F 20250928/250926230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.