Opportunity

SAM #19SN1026Q0010A

Sole Source Event Venue Services for U.S. Embassy Singapore Independence Day Celebration

Buyer

U.S. Embassy Singapore

Posted

May 05, 2026

Respond By

May 15, 2026

Identifier

19SN1026Q0010A

NAICS

721110, 721120, 531120

This notice announces the U.S. Embassy Singapore's intent to award a sole source contract for event venue services for its Independence Day Celebration. - The U.S. Department of State (U.S. Embassy Singapore) will contract Marina Bay Sands Pte Ltd for a full-service event venue. - Venue must be a single, contiguous indoor space for 1,000–2,000 attendees. - Integrated in-house catering and audiovisual services are required. - Venue must support Embassy security operations, controlled entry, and screening. - Facility must be suitable for senior-level diplomatic engagement and representational needs. - Market research determined only Marina Bay Sands Pte Ltd can meet all requirements. - Procurement is under FAR 13.106-1(b)(1) (other than full and open competition). - Other vendors may submit capability statements if they can meet all requirements, including legal authorization to operate in Singapore and direct venue control. - No other OEMs or vendors are mentioned. - The event is a single occurrence, with setup and teardown included in the period of performance. - Key locations: U.S. Embassy Singapore (event site) and Department of State, Washington, DC (contracting office).

Description

Synopsis

The Government intends to award a sole source, firm-fixed-price contract to Marina Bay Sands Pte Ltd for the provision of a full-service event venue in support of the U.S. Embassy Singapore Independence Day Celebration. This notice is published in accordance with Federal Acquisition Regulation (FAR) 5.201 and FAR 13.106-1(b)(1).

Description of Requirement

The U.S. Embassy Singapore requires a venue capable of supporting a large-scale diplomatic event hosting approximately 1,000 to 2,000 attendees. The requirement is for a single, integrated venue solution that includes event space, in-house catering, and audiovisual services necessary to support official programmatic activities.

The venue must provide a single, contiguous indoor space capable of accommodating the full attendee population without reliance on multiple separated rooms. The facility must include integrated, in-house catering services and built-in audiovisual capabilities to support formal remarks and event programming. The configuration of the space must support Embassy security operations, including the ability to establish controlled entry and screening, maintain appropriate visibility for security personnel, and facilitate safe and orderly movement of attendees. The layout must allow for appropriate separation of attendees while ensuring compliance with applicable safety and emergency egress requirements. The venue must be located in a central and accessible area suitable for senior-level diplomatic engagement and must be available on the required event date, including necessary setup and teardown periods.

In addition, the venue must provide an environment appropriate for an official Chief of Mission–hosted diplomatic event. This includes a setting suitable for engagement with senior government officials, members of the diplomatic corps, and business leaders, and capable of supporting formal remarks and ceremonial functions in a professional and internationally recognized environment. These requirements are based on operational considerations, security planning, and the representational responsibilities associated with official U.S. Government events.

Authority

This acquisition is conducted under the authority of FAR 13.106-1(b)(1), which permits the use of other than full and open competition when only one source is reasonably available.

Market Research

The Government conducted market research of venues in Singapore capable of supporting large-scale events, including hotels, convention centers, and other event facilities. This research identified venues that could meet certain individual aspects of the requirement, such as capacity or location. However, the Government was unable to identify any venue other than Marina Bay Sands that could meet the full combination of requirements for this specific event.

Venues that rely on multiple separated spaces, external catering providers, or shared public access areas were determined to present additional security and coordination considerations that are not compatible with the Government’s operational needs. Similarly, venues that do not have direct control over their event space or rely on third-party venue arrangements introduce additional coordination and accountability challenges and were not considered capable of meeting the requirement in full.

Rationale for Sole Source Determination

Based on the results of market research, the Government determined that Marina Bay Sands Pte Ltd is the only source reasonably available that can meet all of the minimum requirements for this procurement. The facility offers large-scale, contiguous indoor event space and integrated in-house services, which allow the Embassy to manage security, logistics, and event execution in a coordinated manner. The configuration of the venue supports controlled entry, screening, and the orderly movement of attendees, which are essential considerations for an event of this size and nature.

The venue also provides a setting suitable for formal diplomatic engagement, consistent with the requirements of a Chief of Mission–hosted event. This determination is based on the combination of operational, security, and representational requirements.

Annual Venue Considerations

The U.S. Embassy Singapore conducts this event annually and has utilized different venues in prior years. Venue selection is based on the specific requirements applicable to each year’s event, which may vary depending on attendance levels, programmatic needs, and security planning considerations. While other venues may be suitable for certain events or prior years, the Government’s assessment for this procurement determined that only one venue meets the full set of requirements for this specific event.

Consideration of Competition

The Government considered the use of a competitive procurement. However, given the specific operational and security requirements associated with this event, the number of venues capable of meeting all requirements is extremely limited. As a result, the Government determined that pursuing a competitive process would not be expected to result in meaningful competition and could introduce unnecessary risk to successful event execution.

The Government also considered whether a Lowest Price Technically Acceptable approach or a competitive trade-off process would be appropriate. Due to the nature of the requirement, which includes operational, security, and representational considerations, the Government determined that these factors are not fully reducible to objective or price-based evaluation criteria. Accordingly, the use of an LPTA or tradeoff approach would not provide a reliable basis for selecting a venue capable of meeting the Government’s needs.

Determination of Fair and Reasonable Price

The Contracting Officer will determine that the anticipated price is fair and reasonable through comparison with historical Embassy event costs, review of comparable venue pricing within Singapore, and consideration of the overall scope of services to be provided.

Response to this Notice

This notice is not a request for competitive proposals. However, interested parties may submit a capability statement demonstrating their ability to meet the Government’s requirements. Capability statements should provide sufficient detail to clearly demonstrate the ability to meet all aspects of the requirement described in this notice, including capacity, integrated services, and facility configuration that supports the operational and security considerations outlined above, as well as relevant past performance.

Interested parties should also demonstrate that they are legally authorized to operate in Singapore and are properly licensed in accordance with applicable local laws and regulations. In addition, respondents should demonstrate that they have direct ownership, leasehold interest, or operational control of the proposed venue and are able to provide the required services without reliance on third-party venue providers.

Responses must be received by the date specified above and should be submitted to the Contracting Officer at sgprocurementrfq@state.gov. The Government will review any information received for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement is at the sole discretion of the Government.

Disclaimer

This notice is provided for informational purposes only. The Government will not be responsible for any costs incurred in responding. A determination not to compete this requirement is within the sole discretion of the Government.

View original listing