CHAPTER 10
Protest Grounds Based on Alleged Statutory Violations (Besides CICA)

1. BUY AMERICAN ACT

Overview of This Protest Ground: The Buy American Act (BAA) is a socioeconomic policy that was originally crafted during the Great Depression in an effort to save and create jobs for American workers. It sets out a statutory preference for domestic end products (supplies) and domestic construction materials for federal construction contracts. The relatively recent American Recovery and Reinvestment Act (ARRA) also contained a Buy American provision intended to stimulate the U.S. economy.

The Buy American Act (including ARRA and some other related laws and regulations) is implemented in FAR Part 25, Foreign Acquisitions. This FAR part is essentially a general rule with a vast array of exceptions. These exceptions include (1) the item is not available in sufficient commercial quantities domestically, (2) domestic preference would be inconsistent with the public interest, (3) the item is for use outside the United States, (4) the cost of a domestic end item would be unreasonable, (5) the item is for commissary resale, (6) the item is excepted under another law such as NAFTA or the Trade Agreements Act, or (7) the contract value is under the micropurchase threshold. Although the details of each of these exceptions are varied and numerous, the protests in this area tend to fall into two broad categories: (1) protests arguing that the government cannot lawfully award the contract to the proposed awardee because it would be in violation of the Buy American Act and (2) protests arguing that the government incorrectly applied the Buy American Act to the protester’s offer.

GAO’s Key Language

The Buy American Act… provides for the acquisition of American materials and goods for public use, except to the extent that it is inconsistent with the public interest or the cost is unreasonable. If there is a domestic offer that is not the low offer, and the restrictions of the Buy American Act apply to the low offer, the contracting officer must determine the reasonableness of the cost of the domestic offer by adding an evaluation factor (of either 6 or 12 percent for civilian agency procurements, Federal Acquisition Regulation (FAR) § 25.105(a), or 50 percent for Department of Defense procurements, DFARS § 225.105) to the low offer. The price of the domestic offer is reasonable if it does not exceed the evaluated price of the low offer after addition of the evaluation factor. FAR § 25.105(c).

For manufactured end products, the FAR uses a two-part test to define a domestic end product: (1) the article must be manufactured in the United States, and (2) the cost of domestic components (i.e., components mined, produced, or manufactured in the U.S.) must exceed 50 percent of the cost of all components. FAR §§ 25.003 and 25.101; see also DFARS § 225.101. The FAR defines “component” as an article, material, or supply incorporated directly into an end product. FAR § 25.003.

In cases involving an end product derived from a single component or material, we have looked to whether the component/material has undergone substantial changes in physical character in determining whether manufacturing has occurred…. Further, since the BAA requires both that the end product have been manufactured in the U.S. and that the cost of components mined, produced, or manufactured in the U.S. exceed 50 percent of the cost of all components, where it is alleged that a foreign material has been manufactured into a component domestically and the component in turn manufactured into an end item domestically, we have also looked at whether the manufacturing process consists of two distinct phases, the first yielding a component that is distinguishable from the original material and the second yielding an end item that is distinguishable from the component…. Where the original material is of foreign origin and we have failed to find two distinct manufacturing phases yielding two distinct products, we have found noncompliance with the two-pronged test for defining a domestic end product.

City Chemical LLC, B-296135.2, B-296230.2, June 17, 2005.

As a general rule, an agency should go beyond a firm’s self-certification for Buy American Act purposes and should not rely upon the validity of that certification where the agency has reason to believe, prior to award, that a foreign end product will be furnished. On the other hand, where a contracting officer has no information prior to award that would lead to the conclusion that the product to be furnished is a foreign end product, the contracting officer may properly rely upon an offeror’s self-certification without further investigation. Following award, whether an offeror does in fact furnish a foreign end product in violation of its certification is a matter of contract administration…. Where an agency is required to investigate further, we will review the evaluation and resulting determination as to whether the item offered is a domestic end product to ensure that they were reasonable.

As with the Buy America Act, when a bidder or offeror represents that it will furnish end products of designated or qualifying countries (including domestic end products) in accordance with the Trade Agreements Act, it is obligated under the contract to comply with that representation. If prior to award an agency has reason to believe that a firm will not provide compliant products, the agency should go beyond a firm’s representation of compliance with the Trade Agreements Act; however, where the contracting officer has no information prior to award which would lead to such a conclusion, the contracting officer may properly rely upon an offeror’s representation without further investigation.

Leisure-Lift, Inc., B-291878.3, B-292448.2, Sept. 25, 2003.

FAR Crosswalk: FAR Subparts 25.1, Buy American – Supplies, and 25.2, Buy American – Construction Materials; FAR 19.102(f)(1); and FAR 52.212-4.

Other Relevant Cases: See page 316 in the Index of Representative Cases.

Commentary: The legal framework for the Buy American Act is tedious and often very difficult for agency contracting officers to work through. It can be both a fact-intensive and a regulation-intensive process. Furthermore, prospective contractors that understand the interplay between the BAA and the GAO’s rulings in this area can adeptly use a protest on this ground as a very effective weapon to knock non–BAA-compliant offerors out of the competition.

There are no silver bullets for agency contracting officers in terms of the BAA. First, contracting officers must ensure that they have read FAR Part 25 (and DFARS Part 225 for DOD contracting officers) thoroughly. Further, contracting officers must study the special “definitions” section in Part 25. Although most acquisition professionals look to FAR Part 2 for definitions, the BAA is one of those areas where it is critical to study the specific definitions section within the FAR part itself. This special definitions section is set out at FAR § 25.003 (with additional terms for DOD contracting officers at DFARS § 225.003.) This area requires time, patience, and painstaking study to avoid the common pitfalls associated with incorrectly applying (or ignoring) the requirements of this important procurement law.

Both contracting officers and BAA-compliant contractors should recognize that the GAO will allow the contracting officer to rely on an offeror’s BAA certification unless the contracting officer was made aware of a potential BAA violation prior to the award. As the GAO notes, the contracting officer’s duty to investigate is triggered only when “the agency has reason to believe, prior to award, that a foreign end product will be furnished.” This language reflects the fine line between a contract formation issue and a contract administration issue. Since the GAO will not generally hear cases related to contract administration, this demarcation is critical. In other words, this is an area where a procedural issue can determine the substantive ruling. To challenge a contract award successfully, BAA-compliant offerors are wise to read the GAO’s case law, especially with an eye toward understanding how they can trigger a contracting officer’s duty to investigate BAA compliance beyond the offeror’s self-certification that it will comply with the BAA.

The best advice for contracting officers (and their supervisors) is to ensure that they receive in-depth training related to the BAA to prevent missteps. This is an area where contracting officers and their assigned counsel must work through the issues thoroughly to ensure that (1) the BAA applies to the procurement at hand and (2) if so, the BAA has been applied to the procurement correctly.

It is imperative for the agency to document its BAA analysis clearly—and contemporaneously. The agency must be prepared to clearly explain its (correct) BAA analysis in any post-award debriefings. It is not uncommon for commercial entities (especially those that typically engage in nongovernment commerce) to lack familiarity with the intricacies of the BAA. The debriefing is an excellent opportunity for the contracting agency to explain clearly how the BAA applied to the procurement at hand in an effort to dissuade an offeror from filing a protest out of mere frustration.

2. JAVITS-WAGNER-O’DAY ACT

Overview of This Protest Ground: The Javits-Wagner-O’Day Act (JWOD Act) provides statutory authority for noncompetitive procurements for certain supplies and services. Codified at 41 U.S.C. §§ 46-48c, it is intended to promote job opportunities for people in the United States who are blind or have other significant disabilities. The JWOD Act falls under the CICA exception that is set out at FAR § 6.302-5, “authorized or required by statute.”

The program is carried out by the Ability One Program, which “uses the purchasing power of the federal government to buy products and services from participating, community-based nonprofit agencies nationwide dedicated to training and employing individuals with disabilities.”46 The act also establishes the Committee for the Purchase from People Who Are Blind or Severely Disabled. This committee has the exclusive authority to establish and maintain a “procurement list” of supplies and services provided by qualified nonprofit agencies for the blind or disabled. As the GAO explains, “Once a commodity or service has been added to the procurement list, contracting agencies are required to procure that commodity or service directly from a qualified agency for the blind or severely handicapped if it is available within the time period required.”47

This is not a frequent subject of protest, but the few protests that have been filed have been sustained.

COFC’s Key Language

The Committee used informal rule-making to add the operations and facilities maintenance services at the [an Army multi-purpose range] to the Procurement List. The measuring stick for the Committee’s action is its own regulations which describe the suitability determination that the Committee must make before adding a product or service to the Procurement List. 41 C.F.R. § 51-2.4. Thus, when comparing the Committee’s action in this case to the regulation that describes the requirements of a suitability determination, the court will consider: “(1) whether the rulemaking record supports whatever factual conclusions underlie the rule; (2) whether the policy determinations behind the rule are rational; and (3) whether the agency has adequately explained the basis for its conclusion.”

Systems Application & Technologies, Inc. v. United States, 107 Fed. Cl. 795 (2012).

[The non-JWOD protester] received the contract at issue under a purchase exception, pursuant to 41 C.F.R. § 51-5.4 and 48 C.F.R. § 8.706. The granting of an exception does not have the effect of removing the contract from the JWOD procurement list—such a “deletion” is accomplished under an entirely different regulation, 41 C.F.R. § 51-6.8. Moreover, the removal of a contract from the JWOD procurement list requires the same notice and comment rulemaking procedures as are followed in adding contracts to the list. See 41 U.S.C. § 47(a)(2) (requiring the Committee to follow 5 U.S.C. § 553(b)-(e) to make additions or subtractions to the JWOD procurement list); see also 41 C.F.R. § 51 2.8(d) (additions to and deletions from the list are published in the Federal Register). Nothing of the sort was alleged to have been followed in the granting of the exception. Since the contract was not removed from the procurement list, the procedures for adding a contract to the list are irrelevant.

Magic Brite Janitorial v. United States, 69 Fed.Cl. 319 (2006).

GAO’s Key Language

A contracting agency needs a reasonable basis to support a decision to cancel an RFQ. We have recognized that a solicitation may be cancelled where, during the course of the procurement, the item or services involved are discovered to be on, or have been added to, the JWOD procurement list.

Here, we find that GSA had no reasonable basis to cancel the RFQ, because the tarps obtained from IBNC under the authority of the JWOD Act are not on the procurement list. Accordingly, GSA’s noncompetitive purchase of the tarps was not authorized by the JWOD Act. Given that the noncompetitive purchase of the tarps from IBNC under the JWOD Act was the agency’s only documented basis for cancellation of the RFQ, we find that GSA did not have a reasonable basis to cancel the RFQ.

See OSC Solutions, Inc, B-401498, Sept. 14, 2009.

FAR Crosswalk: FAR § 6.302-5(b)(2) and FAR Subpart 8.7, Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Disabled.

Other Relevant Cases: See page 316 in the Index of Representative Cases.

Commentary: The few cases that have been decided in this area focus on whether the services or supplies in question are on the “procurement list” under the Ability One program. If they are on the procurement list, the agency must purchase the supplies or services on that list—unless there is an equal supply item (not service) offered by the Federal Prison Industries. See FAR § 8.704. However, as seen in the OSC Solutions case, if the item is not on the procurement list, the agency cannot cite to JWOD as supporting a noncompetitive purchase.

3. PROCUREMENT INTEGRITY ACT

Overview of This Protest Ground: The Procurement Integrity Act (PIA) is set out in Section 27 of the Office of Federal Procurement Act of 1988 and implemented at FAR § 3.104, Procurement Integrity. The law has three primary components: (1) It bans the disclosure (and receipt) of certain types of procurement information, (2) it requires certain agency officials to report communications with offerors regarding nonfederal employment contacts, and (3) it imposes a one-year ban on certain agency officials receiving compensation from certain contractors.

Protests in this area focus almost exclusively on the first component: that a competitor wrongfully received procurement information that provided it an unfair advantage. This protest ground is similar to the organizational conflict of interest protest ground in that protesters typically argue that their competitor should be disqualified from the competition in order to protect and preserve the integrity of the procurement system. Protests in this area also arise when a company is disqualified by the contracting officer on this ground.

FAR § 3.104 includes its own definitions section, which is very important to a proper analysis of PIA issues. The term that proves particularly important is “contractor bid or proposal information.” Although the term itself seems quite broad, the definition is somewhat narrow, limiting contractor bid or proposal information to the following five types of information:

(1) Cost or pricing data (as defined by 10 U.S.C. 2306a(h)) with respect to procurements subject to that section, and section 304A(h) of the Federal Property and Administrative Services Act of 1949 (41 U.S.C. 254b(h)) with respect to procurements subject to that section.

(2) Indirect costs and direct labor rates.

(3) Proprietary information about manufacturing processes, operations, or techniques marked by the contractor in accordance with applicable law or regulation.

(4) Information marked by the contractor as “contractor bid or proposal information” in accordance with applicable law or regulation.

(5) Information marked in accordance with 52.215-1(e).

Thus, this category of information is more limited than its name suggests. This is particularly true in terms of the “marking” requirement set out in the last three types of information.

The PIA also prohibits the disclosure and receipt of “source selection information.” That term is not defined in FAR § 3.104, but is in the FAR definition section, 2.101, as follows:

“Source selection information” means any of the following information that is prepared for use by an agency for the purpose of evaluating a bid or proposal to enter into an agency procurement contract, if that information has not been previously made available to the public or disclosed publicly:

(1) Bid prices submitted in response to an agency invitation for bids, or lists of those bid prices before bid opening.

(2) Proposed costs or prices submitted in response to an agency solicitation, or lists of those proposed costs or prices.

(3) Source selection plans.

(4) Technical evaluation plans.

(5) Technical evaluations of proposals.

(6) Cost or price evaluations of proposals.

(7) Competitive range determinations that identify proposals that have a reasonable chance of being selected for award of a contract.

(8) Rankings of bids, proposals, or competitors.

(9) Reports and evaluations of source selection panels, boards, or advisory councils.

(10) Other information marked as “Source Selection Information—See FAR 2.101 and 3.104—based on a case-by-case determination by the head of the agency or the contracting officer, that its disclosure would jeopardize the integrity or successful completion of the Federal agency procurement to which the information relates.

As the key cases note, protesters need to pay particular attention to the 14-day reporting requirement for alleged PIA violations. This is quite tricky for protesters because this 14-day reporting period is set out in statute and in the GAO’s bid protest regulations but it is not specified in the FAR. 41 U.S.C. § 423(e)(3) and Section 21.5(d) of the GAO’s bid protest regulations read as follows:

For any Federal procurement, GAO will not review an alleged violation of subsections (a), (b), (c), or (d) of sec. 27 of the Office of Federal Procurement Policy Act, 41 U.S.C. 423, as amended by sec. 4304 of the National Defense Authorization Act for Fiscal Year 1996, Public Law 104-106, 110 Stat. 186, February 10, 1996, where the protester failed to report the information it believed constituted evidence of the offense to the Federal agency responsible for the procurement within 14 days after the protester first discovered the possible violation. (emphasis added). Several of the reported cases in this area were dismissed by GAO because the record showed that the protester was aware of the alleged PIA violation well before the protest was filed.

Regardless of the 14-day rule, however, contracting officers are charged with analyzing an alleged PIA violation to determine if it had any impact on the pending award or the selection of a contractor. The internal process is set out at FAR 3.104-7. It is important for the contracting officer to read the agency’s FAR supplement(s) to ensure that the internal processing of the alleged violation is strictly in accordance with agency-specific guidance.

This is an area where the contracting officer’s determination can go unchecked—either way. That is, even if the contracting officer determines that there was no impact on the pending award or the already-selected contractor, that decision must be reviewed by another agency official in accordance with that agency’s procedures. For example, an Army contracting officer who determines that an alleged PIA violation had no impact on a procurement must forward that determination and all supporting documentation to the chief of the contracting office. If, on the other hand, the contracting officer determines that the alleged violation did impact the procurement, the contracting officer must send that information to the head of the contracting activity for appropriate action.

Finally, because criminal, civil, and administrative remedies can be triggered by a violation of the Procurement Integrity Act, contracting personnel should notify their legal counsel as soon as they become aware of a violation or a potential violation.

COFC’s Key Language

The PIA governs the disclosure of contractor bid, proposal, or source selection information, and prohibits government representatives from “knowingly disclos[ing] contractor bid or proposal information or source selection information before the award of a Federal agency procurement contract to which the information relates.” 41 U.S.C. § 423(a)(1) (emphasis added). The PIA defines “contractor bid or proposal information” as:

[A]ny of the following information submitted to a Federal agency as part of or in connection with a bid or proposal to enter into a Federal agency procurement contract, if that information has not been previously made available to the public or disclosed publicly: (A) Cost or pricing data…. (B) Indirect costs and direct labor rates. (C) Proprietary information about manufacturing processes, operations, or techniques marked by the contractor in accordance with applicable law or regulation. (D) Information marked by the contractor as “contractor bid or proposal information”, in accordance with applicable law or regulation.

41 U.S.C. § 423(f)(1) (emphasis added). The PIA also prohibits any person from protesting an award or proposed award alleging a violation of the PIA “unless that person reported to the Federal agency responsible for the procurement, no later than 14 days after the person first discovered the possible violation, the information that the person believed constitutes evidence of the offense.” 41 U.S.C. § 423(g) (emphasis added).

The court agrees with the government that [the protester’s] contention that [the government agency] violated the PIA and disclosed [the protester’s] proprietary information to [the awardee] is without merit. Omega has not alleged that [the agency] released [the protester’s] proprietary and confidential information to [the awardee] before the award of the master task order on June 20, 2007, as required by the PIA. 41 U.S.C. § 423(a)(1) (“A person… shall not, other than as provided by law, knowingly disclose contractor bid or proposal information or source selection information before the award of a Federal agency procurement contract to which the information relates.” (emphasis added)). Instead, [the protester] alleges that [the Government agency] violated the PIA in the fall of 2007, after the master task order had been awarded to [the awardee], and has not alleged that [the awardee] utilized [the protester’s] proprietary information to obtain the master task order or sub task orders. Furthermore, [the protester’s] allegations are untimely, because [the protester] never presented evidence to DOJ that it considered to be “evidence of the offense” under the PIA as required by 41 U.S.C. § 423(g). Accordingly, [the protester’s] contention that [the agency] violated the PIA by releasing its proprietary information to [the awardee] is without merit. The government’s motion for judgment on this claim is GRANTED.

Omega World Travel, Inc. v. United States, 82 Fed. Cl. 452 (2008).

GAO’s Key Language

The PIA provides that “[a] person shall not, other than as provided by law, knowingly obtain contractor bid or proposal information or source selection information before the award of a Federal agency procurement contract to which the information relates.” 41 U.S.C. § 423(b). FAR § 3.104-3(a) dictates that a contracting officer who receives or obtains information of a possible violation of the PIA must determine if the possible violation has any impact on the pending award or selection of the contractor. If the contracting officer concludes that a violation may impact the procurement, the contracting officer is required to report the matter to the head of the contracting activity (HCA). FAR § 3.104-7(b). The HCA must review the information and take appropriate action, which includes either: 1) advising the contracting officer to proceed with the procurement; 2) beginning an investigation; 3) referring information to appropriate criminal investigative agencies; 4) concluding that a violation occurred; or 5) recommend to the agency head that a violation has occurred and void or rescind the contract. Id.

Here, the agency followed exactly the procedures set forth above in investigating the alleged violation. Upon receiving information concerning a potential PIA violation from [the incumbent contractor], the contracting officer referred the matter to the HCA and the [agency’s inspector general]. The [agency’s inspector general] then thoroughly investigated the record, conducted interviews, and analyzed [the incumbent computers before concluding that there was no indication of theft of GEO property or proprietary information, and no information to substantiate a PIA violation. On the basis of the investigation results, the HCA directed the contracting officer to proceed with the procurement. On this record, we see no basis to conclude that a PIA violation occurred, or that the agency’s actions were unreasonable.

… In any event, the agency argues, and we agree, that any protected pricing materials obtained by the [the awardee] in this manner are covered by the PIA’s “savings clause,” which provides in relevant part that “[t]his section does not… restrict a contractor from disclosing its own bid or proposal information or the recipient from receiving that information.” 41 U.S.C. § 423(h)(2).

[The protester] objects to the application of the PIA savings clause in this context. [The protester] argues that where the [awardee/former employee of the protester] failed to disclose his interest in [the awardee’s company] to [the protester], and purposefully lied to [the protester] in breach of his fiduciary duties and [the protester’s] code of ethics, the savings clause protections of the PIA have been waived. We disagree. We have repeatedly determined that the PIA’s savings provisions apply notwithstanding the fact that the voluntarily provided information is subsequently misused or not properly safeguarded. Here, [the protester] voluntarily provided its confidential information to the [awardee’s CEO] in the course of his employment with [the protester]. The [awardee’s CEO’s] alleged misuse of that information in transferring it to [the awardee], breach of his fiduciary duties to [the protester], or breach of [the protester’s] corporate code of ethics, are matters of a private dispute not for resolution by our Office.

The GEO Group, B-405012, July 26, 2011.

East West contends that NIH officials committed a procurement integrity violation by sharing “procurement-related” information with Integrity regarding the contract award prior to making an official award.

The Procurement Integrity Act, 41 U.S.C. § 423(a) (2006), prohibits any present or former official of the United States, with respect to a federal agency procurement, from “knowingly” disclosing contractor bid or proposal information or source selection information before the award of a federal agency procurement contract to which the information relates. The statute defines source selection information to include bid and proposal prices, source selection and technical evaluation plans, technical and cost/price evaluations of proposals, competitive range determinations, rankings of bids/proposals, and reports/evaluations of source selection panels, boards, or advisory councils. 41 U.S.C. § 423(f)(2).

East West, Inc., B-400325.7, B-400325.8, Aug. 6, 2010.

[The protester] states that, during the procurement, [the awardee] hired a (now-former) employee [of the protester] who had access to [the protester’s] proprietary pricing data. [The protester] asserts that, because [the awardee] lowered its proposed price between submission of initial and final revised proposals, the former [ ] employee [of the protester] must have provided [the protester’s] pricing information to [the awardee]. Accordingly, [the protester] maintains that [the awardee] violated the statutory procurement integrity provisions, 41 U.S.C. § 423 (2000), which prohibit an offeror’s unauthorized acquisition of a competitor’s proprietary information. Based on this allegation, [the protester] asserts that award to [the awardee] was improper.

Both our Bid Protest Regulations and the statutory procurement integrity provisions require—as a condition precedent to our consideration of an alleged procurement integrity violation—that a protester have reported the matter to the contracting agency within 14 days of becoming aware of the possible violation. This 14-day reporting requirement affords procuring agencies an opportunity to timely investigate alleged improprieties before completing procurement and, in appropriate circumstances, to take remedial action. See 41 U.S.C. § 423(e)(3).

… [the protester] clearly failed to comply with the 14-day reporting requirement regarding the alleged procurement integrity violation. Accordingly, we will not consider [the protester’s] allegations in this regard.

DME Corporation, B-401924, B-401924.2, Dec. 22, 2009.

The disclosure of source selection information, including an offeror’s price, during the course of a procurement is improper and the agency may take remedial steps, including canceling the procurement, if it reasonably determines that the disclosure harmed the integrity of the procurement process. Where an agency decides that no remedial steps are necessary, we will sustain a protest based on the improper disclosure only where the protester demonstrates that it was in some way competitively prejudiced by the disclosure. Here, the record reflects that [the protester] was not competitively prejudiced by DOD’s mishandling of its pricing information.

Health Net Federal Services, LLC, B-401652, Oct. 13, 2009.

Our Office has recognized that, in meeting their responsibility to safeguard the interests of the government in its contractual relationships, contracting officers are granted wide latitude to exercise business judgment, FAR § 1.602-2, and may impose a variety of restrictions, not explicitly provided for in the regulations, where the needs of the agency or the nature of the procurement dictates the use of those restrictions. For example, a contracting officer may protect the integrity of the procurement system by disqualifying an offeror from the competition where the firm may have obtained an unfair competitive advantage, even if no actual impropriety can be shown, so long as the determination is based on facts and not mere innuendo or suspicion. It is our view that, wherever an offeror has improperly obtained proprietary proposal information during the course of a procurement, the integrity of the procurement is at risk, and an agency’s decision to disqualify the firm is generally reasonable, absent unusual circumstances.

Kellogg Brown & Root Services, Inc., B-400787.2, B-400861, Feb. 23, 2009.

It is our view that, wherever an offeror has improperly obtained proprietary proposal information during the course of a procurement, the integrity of the procurement is at risk, and an agency’s decision to disqualify the firm is generally reasonable, absent unusual circumstances.

Computer Technology Associates, Inc., B-288622, Nov. 7, 2001.

FAR Crosswalk: FAR § 3.104.

Other Relevant Cases: See page 316 in the Index of Representative Cases.

Commentary: This is not a particularly successful ground for protest for several reasons. First, as long as the agency followed the process correctly, the GAO will defer to the agency’s decision (provided it is reasonable). The protester’s mere disagreement with the agency’s conclusion does not translate into a sustained protest. Second, protesters often overlook the 14-day notification period that is set out in the PIA itself and reflected in the GAO’s bid protest regulations. The GAO simply will not entertain a protest if the record demonstrates that the protester knew of the PIA violation earlier and failed to report it to the agency within 14 days.

Third, the PIA does not cover situations in which a company voluntarily provided information to one of its employees who later moved to a competitor. This stems from the PIA’s savings clause (41 U.S.C. § 2107), which explains that the PIA does not cover a situation where a contractor or offeror voluntarily provided information to an employee who later moved to another company. This interpretation of the PIA’s savings clause significantly narrows this protest ground. Essentially, this clause leaves the former employer with a potential cause of action against the former employee, but it does not translate into a viable bid protest ground.

Finally, the cases in this area demonstrate the importance of a protester’s proving that it was competitively harmed. If the protester cannot show competitive harm stemming from the alleged PIA violation, its protest will most likely be denied.

4. RANDOLPH-SHEPPARD ACT

Overview of This Protest Ground: The Randolph-Sheppard Act (RSA) is a federal statute designed to increase economic opportunities for the blind. As the COFC has explained:

The Randolph-Sheppard Act was enacted in 1936 “[f]or the purposes of providing blind persons with remunerative employment, enlarging the economic opportunities of the blind, and stimulating the blind to greater efforts in striving to make themselves self supporting.” 20 U.S.C. § 107(a).

The law dates back to 1936, but it has been significantly expanded and strengthened over the years through a series of amendments by Congress. As currently structured, blind persons seeking business opportunities are licensed by state licensing authorities (SLAs) to operate “vending facilities” on federal property. The statute sets up a preference program for these SLA-licensed blind vendors. The program is administered by the Department of Education.

The RSA sets up a unique disputes system in which an aggrieved vendor can file a complaint with the SLA, which can in turn seek binding arbitration through the Secretary of Education to resolve the dispute. These disputes generally argue that the federal agency is not complying with a provision of the RSA. Protests to the GAO and the COFC in this area have been raised by SLAs objecting to a federal agency’s evaluation of the blind vendor’s proposal under the solicitation and the RSA. The RSA’s separate arbitration provisions have created jurisdictional problems for the traditional protest forums because the RSA (as interpreted by the courts) indicates that such disputes would need to be submitted to the binding arbitration process instead of to a protest forum such as the GAO or the COFC.

CAFC’s Key Language

Although we construe the RSA’s [Randolph Sheppard Act’s] arbitration provisions more narrowly than the trial court, [the protester’s] complaint alleges a violation of the RSA even under our narrower interpretation. [The protester’s] complaint hinges on the contracting officer’s exclusion of [the protester’s] bid from the solicitation’s “competitive range.” [The protester’s] amended complaint alleges that the contracting officer “abused her discretion and eliminated the [the protester], knowing that if the [the protester] was included in the competitive range, the [protester] was required to receive the contract award under the Randolph-Sheppard Act and related regulations.” Simply put, [the protester] alleges that the Army thwarted the regulations promulgated under the RSA by constructing the competitive range and evaluating [the protester’s] past performance in a way that avoided giving the state licensing agency priority in the bidding process. If there were any doubt as to whether [the protester’s] claim arises under the RSA, the complaint dispels it, as the complaint specifically alleges that [the protester] was entitled to the contract “under the Randolph-Sheppard Act and related regulations.” Because [the protester’s] complaint is premised on a violation of the RSA, it falls within the scope of the arbitration provisions of the Act.

Kentucky, Educ. Cabinet, Dep’t for the Blind v. United States,
424 F.3d 1222 (Fed. Cir. 2005).

COFC’s Key Language

[The State Licensing Authority’s (“SLA”)] complaint, however, raises a significant jurisdictional issue. The Randolph Sheppard Act, in addition to providing employment opportunities to blind vendors, also establishes an arbitration process within the [Department of Education] for resolution of disputes that arise under the Act. [The SLA] admits that it has not sought resolution of the present dispute through arbitration. The government’s principal argument is that recourse to arbitration is mandatory, and [the SLA’s] failure to exhaust its administrative remedies deprives this court of jurisdiction to consider [the SLA’s] post-award bid protest. [The SLA] argues, to the contrary, that the language of the RSA’s arbitration provision is permissive and primarily relies for support on this court’s opinions in Texas State Commission for the Blind v. United States, 6 Cl. Ct. 730, 735-36 & n.12 (1984), rev’d on other grounds, 796 F.2d 400 (Fed. Cir. 1986) (en banc) and Washington State Department of Services for the Blind v. United States, 58 Fed. Cl. 781, 786 n.8 (2003).

The arbitration scheme, therefore, envisions the DOE [Department of Education] panel to be able to, in effect, order an agency to take sufficient steps to bring its actions in compliance with the RSA if the panel concludes that the agency has run afoul of the Act’s provisions. Id. This certainly would include ordering the Army to set-aside the contract and re-bid the solicitation according to the proper standards required by law, which would include establishing a proper competitive range, the very relief [the protester] seeks from this court.

Kentucky v. United States, 62 Fed. Cl. 445 (2004).

Contrary to [the protester’s] contentions, the preferences [set out in the HUBZone Act and the RSA] are not incompatible. Each preference can be given its due. The fact that the RSA preference or priority, if triggered, is superior to the others, does not mean that the various preferences conflict. The fact that one preference is of greater value than the others does not mean that each cannot be fully applied before the contract award is made. The court finds that such is the case here, and there is no inherent conflict between the competing preferences.

Automated Communications System, Inc. v. United States, 49 Fed. Cl. 570 (2001)

GAO’s Key Language

As stated above, we have interpreted the RSA and its implementing regulations as vesting authority with the Secretary of Education regarding SLA complaints concerning a federal agency’s compliance with the RSA, including challenges to agency decisions to reject or not include SLA proposals in the competitive range. In our view, this meant that such complaints are subject to the RSA’s binding arbitration provisions. Our view in this regard is consistent with the stated purpose of the arbitration process, as set forth in the preamble to the regulations issued to govern the arbitration process: “It is expected that when [an SLA] is dissatisfied with an action resulting from its submittal of a proposal for the operation of a cafeteria, it will exercise its option to file a complaint with the Secretary.” Our position also reflects our more general view that where, as here, Congress has vested oversight and final decision-making authority in a particular federal official or entity, we will not consider protests involving issues subject to review by that official or entity.

Maryland State Department of Education, B-400583, B-400583.2, Nov. 7, 2008.

We agree with the protester that there was no proper basis for withdrawing the small business set-aside here. Although the preference embodied in the RSA takes precedence over small business preferences, the small business set-aside here need not be eliminated altogether in order to give effect to the RSA. Rather, we see no reason why the solicitation cannot be fashioned to accommodate both preferences. This approach is consistent with the Court of Federal Claims’ (COFC) recent decision in Automated Communication. Sys., Inc. v. United States, supra, in which the court considered the interrelationship between the preferences afforded by the RSA and the Historically Underutilized Business Zone (HUBZone) Act, 15 U.S.C. 657a (2000); FAR subpart 19.13.

Intermark, Inc., B-290925, Oct. 23, 2002.

The evaluation of proposals and the determination of whether a proposal is in the competitive range are principally matters within the contracting agency’s discretion, since agencies are responsible for defining their needs and for deciding the best method for meeting them. The criterion for inclusion in the competitive range is that a proposal must be one of the most highly rated, including cost and non-cost factors. Federal Acquisition Regulation Sec. 15.306(c). This standard applies even where a procurement is subject to the RSA priority, and there is no requirement that in order to be included in the competitive range, an SLA’s proposal must be rated as high technically as other competitive range proposals or be very close to them in price. In this instance, where only two proposals were received, both of which were technically acceptable, there is no basis to question the agency’s decision to include the SLA in the competitive range notwithstanding the 16 percent higher proposed cost, where technical factors were significantly more important than cost, both offerors’ proposed costs were within IGCE, and the SLA’s proposal was considered technically superior. As explained above, under Department of Defense regulations, where an SLA’s proposal is included in the competitive range, the SLA must be awarded the contract (absent circumstances not present here).

Cantu Services, Inc., B-289666.2, B-289666.3, Nov. 1, 2002.

FAR Crosswalk: The Randolph-Sheppard Act is not implemented in the FAR. Rather, the statute can be found at 20 U.S.C. § 107d-3(e) and the implementing regulations are set out at 34 C.F.R., Part 395.

Other Relevant Cases: See page 317 in the Index of Representative Cases.

Commentary: Currently, this is a rather well settled area of law. That is, neither the COFC nor the GAO will entertain a protest from a blind vendor alleging that the agency’s procurement decision violates the RSA. Instead, both protest forums interpret the RSA as setting up binding arbitration under the Department of Education as the exclusive route for these types of complaints.

This does not mean that agency personnel should ignore the dictates of the RSA. If the agency runs afoul of the RSA, binding arbitration under the Department of Education could result in an order that is substantially similar in effect to a sustained bid protest. Further, the GAO and the COFC will hear a protest from a non-RSA vendor arguing that the government erred in awarding to the blind vendor. Therefore, the contracting officer must ensure that the procurement decision correctly addresses the RSA and any RSA implementing regulations.

_______________

46 More information on the Ability One Program is available at www.abilityone.org.

47 See OSC Solutions, Inc., B-401498, Sep. 14, 2009 (footnote 1).

..................Content has been hidden....................

You can't read the all page of ebook, please click here login for view all page.
Reset
3.129.249.92