CHAPTER 2
Protest Grounds Based on the Government’s Description of the Requirement

1. AMBIGUITIES IN THE SOLICITATION: PATENT AND LATENT

Overview of This Protest Ground: Protest grounds arguing that a solicitation contained an ambiguity are raised both pre-award and post-award. Ambiguities, if found, are generally either patent or latent. A “patent” ambiguity is one that clearly appears on the face of a document, that is, it arises from the language itself. A “latent” ambiguity, by contrast, is not evident on the face of the document, but rather arises from some other matter and becomes apparent when the terms in question are applied or executed.

In the context of a pre-award protest, both patent and latent ambiguities can be challenged. However, in a post-award protest, allegations based on patent ambiguities in the solicitation must be raised before the date/time set for the receipt of offers. This is true at the COFC as well as the GAO. As the COFC has explained, “[v]endors cannot sit on their rights to challenge what they believe is an unfair solicitation, roll the dice and see if they receive award and then, if unsuccessful, claim the solicitation was infirm.”32

CAFC’s Key Language

[A] party who has the opportunity to object to the terms of a government solicitation containing a patent error and fails to do so prior to the close of the bidding process waives its ability to raise the same objection afterwards in a § 1491(b) action [Post-award protest] in the Court of Federal Claims.

Blue & Gold Fleet, L.P. v. United States, 492 F.3d 1308, 1315 (Fed. Cir. 2007).

If the ambiguity is patent, it triggers a duty to inquire. A patent ambiguity is one that is “obvious, gross, [or] glaring, so that plaintiff contractor had a duty to inquire about it at the start.” H&M Moving, Inc. v. United States, 499 F.2d 660, 671 (Ct. Cl. 1974). If an ambiguity is obvious and a bidder fails to inquire with regard to the provision, his interpretation will fail. Triax Pac., Inc. v. West, 130 F.3d 1469, 1475 (Fed. Cir. 19971).

NVT Technologies, Inc. v. United States, 370 F.3d 1153, 1162 (Fed. Cir. 2004).

COFC’s Key Language

If the court concludes that ambiguity exists, the court must then determine whether the ambiguity is latent or patent. An ambiguity is latent if it is not apparent on the face of the solicitation and is not discoverable through reasonable or customary care. Under the rule of contra proferentem, a latent ambiguity is resolved against the government as drafter of the solicitation. Contra proferentem, however, is a “rule of last resort.” The rule applies only if there is a genuine ambiguity that remains unresolved after the court examines the entire solicitation and all contemporaneous circumstances.

In contrast to a latent ambiguity, a patent ambiguity in a solicitation is one that is “obvious, gross, [or] glaring.” Such patent ambiguity may take the form of “facially inconsistent provisions” that would “place a reasonable [offeror] on notice” of a conflict or discrepancy…. And the patency of an ambiguity is not determined by an offeror’s actual knowledge, but rather by what a reasonable offeror would have perceived. When a solicitation contains a patent ambiguity, the offeror has “a duty to seek clarification from the government, and its failure to do so precludes acceptance of its interpretation” in a subsequent court action. A patent ambiguity is thus an exception to the general rule of contra proferentem and requires the court to resolve the ambiguity against the offeror, i.e., to adopt the government’s interpretation.

Linc Government Services, LLC v. United States, 96 Fed. Cl. 672 (2010).

GAO’s Key Language

Under our Bid Protest Regulations, a solicitation defect apparent on the face of the solicitation must be protested prior to the time set for receipt of initial proposals or quotations, when it is most practicable to take effective action against such defects. 4 C.F.R. § 21.2(a)(1) (2013). Furthermore, an offeror who chooses to compete under a patently ambiguous solicitation does so at its own peril, and cannot later complain when the agency proceeds in a way inconsistent with one of the possible interpretations.

IBM-U.S. Federal, B-407073.3 et al., June 6, 2013.

Where a solicitation contains a patent ambiguity, an offeror has an affirmative obligation to seek clarification prior to the first due date for responding to the solicitation following introduction of the ambiguity into the solicitation. 4 C.F.R. § 21.2(a)(1). Where a patent ambiguity is not challenged prior to submission of solicitation responses, we will dismiss as untimely any subsequent protest assertion that is based on one of the alternative interpretations as the only permissible interpretation. Here, since any ambiguity was apparent from the face of the RFQ, the protesters may not now assert that the only permissible interpretation of this requirement is their own.

Government Acquisitions, Inc., B-407877.2, B-407877.3, B-407877.4, March 25, 2013.

Where a dispute exists as to the actual meaning of a particular solicitation provision, our Office will resolve the matter by reading the solicitation as a whole and in a manner that gives effect to all its provisions; to be reasonable, an interpretation of a solicitation must be consistent with such a reading.

ArmorWorks Enterprises LLC, B-405450, Oct. 28, 2011.

Generally, a contracting agency must provide offerors with sufficient detail in a solicitation to enable them to compete intelligently and on a relatively equal basis. A solicitation ambiguity exists where two or more reasonable interpretations of the terms of the solicitation are possible.

CWTSato Travel, B-404479.2, April 22, 2011.

Where, as here, an RFP provision is unambiguous, an offeror may not rely on oral advice from agency officials that is contrary to the clear terms of the RFP.

B&S Transport, Inc., B-402695, July 9, 2010.

….Because we believe that both the agency’s and protester’s interpretations of the RFP are reasonable, this indicates an ambiguity in the RFP with respect to information that the agency would consider in performing its past performance evaluation. An ambiguity exists where two or more reasonable interpretations of the terms or specifications are possible. A party’s particular interpretation need not be the most reasonable to support a finding of ambiguity; rather, a party need only show that its reading of the solicitation provisions is reasonable and susceptible of the understanding it reached.

With that in mind, we must determine whether the ambiguity is latent or patent since, if patent, it would have had to be protested prior to the closing date for the submission of proposals in order to be considered timely. A patent ambiguity exists where the solicitation contains an obvious, gross, or glaring error (e.g., where the solicitation provisions appear inconsistent on their face), while a latent ambiguity is more subtle. Since [the protester’s] interpretation of the RFP did not directly conflict with any of the other solicitation provisions, and the ambiguity came to light in the context of the agency’s past performance evaluation, we conclude that the ambiguity here was latent rather than patent. [The] protest is thus timely.

Singleton Enterprises, B-298576, Oct. 30, 2006.

Assuming then that both the agency’s and the protester’s interpretations of the provision are reasonable, this indicates an ambiguity in the RFP with respect to the price evaluation of the indefinite-quantity items. Accordingly, we must determine whether the ambiguity is latent or patent since, if patent, it would have had to be protested prior to proposal submission date. A patent ambiguity exists where the solicitation contains an obvious, gross, or glaring error, (e.g., where the solicitation provisions appear inconsistent on their face), while a latent ambiguity is more subtle. Since [the protester’s] interpretation of the solicitation provision did not directly conflict with any of the other solicitation provisions and the ambiguity only came to light in the context of the agency’s price evaluation, we conclude that the ambiguity was latent rather than patent and [the] protest of this issue thus is timely.

Under these circumstances, the appropriate course of action is to clarify the RFP and afford offerors an opportunity to submit proposals based on the clarified solicitation.

Ashe Facility Services, Inc., B-292218.3, B-292218.4, March 31, 2004.

FAR Crosswalk: FAR Part 11, Describing Agency Needs; and FAR § 12.202(b).

Other Relevant Cases: See page 291 in the Index of Representative Cases.

Commentary: A protester’s likelihood of success on the merits of the protest depends in large part on whether the GAO or the COFC deems the ambiguity to be patent or latent. If latent, there is a greater chance that the protest will be sustained. In the post-award context, if the ambiguity is found to be patent, there is a significant chance that the protest ground will be dismissed as untimely.

This is one of those protest grounds that can be frustrating to procuring agencies. Even if the agency (rightfully) believes it has followed every rule and answered every question during the solicitation phase, it remains possible that an offeror will have interpreted a relevant portion of the solicitation in a manner that the agency did not anticipate. If this turns out to be the case, the protest may be sustained if (1) the protester’s interpretation is reasonable and (2) the protester can demonstrate that it was competitively prejudiced as a result.

It is difficult to provide specific advice in this area beyond the general recommendation that the procuring agency read its solicitation closely from the vantage point of an offeror and ensure that the language is as clear and concise as possible. Many agencies have “peer review” systems where one contracting officer unfamiliar with the requirement reviews the language in another contracting officer’s solicitation. Agency attorneys can also play a helpful role in this area by spotting solicitation language that could be interpreted in more than one reasonable way. This process, combined with a close reading of the questions submitted by offerors prior to the date set for the receipt of proposals, provides the agency with the best preventive measures against this vexing area of protest.

2. IMPROPER USE OF “BRAND NAME OR EQUAL” DESCRIPTIONS

Overview of This Protest Ground: Despite the FAR’s rather simple and straightforward rules regarding “brand name or equal” specifications, agencies routinely make errors in this area. The most typical mistake is erroneously believing that a solicitation can simply set out a particular brand name product and add the phrase “or equal” to comply with the rules. However, as the FAR and case law demonstrate, the agency must set out the salient characteristics the government is seeking (physical, functional, or performance) so that other offerors can compete. Alternatively, the agency will need to publish a J&A supporting its decision to limit competition in accordance with FAR Subpart 6.3, Other Than Full and Open Competition. The FAR explains:

(a) While the use of performance specifications is preferred to encourage offerors to propose innovative solutions, the use of brand name or equal purchase descriptions may be advantageous under certain circumstances.

(b) Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an “equal” item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements.

FAR § 11.104.

The protests in this area occur both pre-award and post-award. In a pre-award protest, a company seeking to compete typically argues that the government’s specifications unduly restrict competition. The post-award protests often argue that the government (1) failed to include salient characteristics and therefore had no basis to disqualify the protester’s offer, (2) failed to recognize that the protester’s offer met all of the government’s salient characteristics, or (3) selected an offer for award that failed to meet all of the salient characteristics.

GAO’s Key Language

Contracting agencies have broad discretion in identifying their needs and determining what characteristics will satisfy those needs. The fact that specifications are based upon a particular product is not improper in and of itself; nor will an assertion that a specification was “written around” design features of a particular product provide a valid basis for protest if the record establishes that the specification is reasonably related to the agency’s minimum needs. When a protester challenges a salient characteristic included in a brand name or equal solicitation as unduly restrictive of competition, we will review the record to determine whether the restrictions imposed are reasonably related to the contracting agency’s minimum needs.

Persistent and Determinant Technologies, LLC, B-408342, Aug. 22, 2013.

In reviewing protests of agency evaluations, we review the record to ensure that the evaluation and source selection decision were reasonable and consistent with the terms of the solicitation and applicable procurement statutes and regulations. Under a brand name or equal solicitation, a firm offering an equal product must demonstrate that the product conforms to the salient characteristics of the brand name product listed in the solicitation. If the firm fails to do so, its product is properly rejected as nonconforming.

Nas/Corp-Telmah, Inc., B-405893, Jan. 10, 2012.

Federal Acquisition Regulation (FAR) § 11.104 allows the use of brand name or equal purchase descriptions in describing agency needs in a solicitation, including those conducted under FAR Parts 12 and 13, but requires:

(b) Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an ‘equal’ item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements.

FAR § 11.104(b). Thus, this brand name or equal solicitation was defective because it did not identify salient characteristics, so that bidders offering equal products were left to guess at the desired essential qualities of the brand-name item. We have recognized that where, as here, an agency does not include a list of salient characteristics in a brand name or equal solicitation, the agency is precluded from rejecting a bid offering an equal product for noncompliance with some performance or design feature, unless the offered item is significantly different from the brand-name product.

While our Office affords particular deference to the technical expertise of agency personnel where their technical judgments involve matters of human life and safety, the record before us does not withstand scrutiny. In short, in its written materials and in testimony presented at the hearing, the [procuring agency] has not shown that [the protester’s] proposed [ ] electrosurgical unit was significantly different from the brand name [ ] unit.

Veterans Healthcare Supply Solutions, Inc., B-407223.2, Dec. 13, 2012.

When a solicitation contains a brand name or equal purchase description, the FAR requires that it include “a general description of those salient physical, functional, or performance characteristics of the brand name item that an ‘equal’ item must meet to be acceptable for award.” FAR § 11.104(b). The particular features of a brand name item set forth in a solicitation are presumed to be material and essential to the government’s needs. With respect to a firm offering an equal product, the quotation must demonstrate that the product conforms to the salient characteristics listed in the solicitation. If the quotation fails to do so, it is properly rejected as technically unacceptable.

Sourcelinq, LLC, B-405907.2, Jan. 27, 2012.

We have previously found that an agency should waive a minor deviation from a brand name or equal solicitation’s salient characteristics where the deviation does not affect the ability of the nonconforming product to meet the agency’s actual functional needs, and no other firm is prejudiced by the waiver.

OnSite Sterilization, LLC, B-405395, Oct. 25, 2011.

CICA expressly requires agencies to specify their needs and develop specifications in a manner designed to achieve full and open competition. 10 U.S.C. § 2305(a)(1)(A) (2006). To that end, solicitations are required to include specifications that permit full and open competition, and may include restrictive provisions or conditions only to the extent necessary to satisfy the needs of the agency. 10 U.S.C. § 2305(a)(1)(B). Agencies are further instructed that they may use specifications stated in terms of function (so that a variety of products or services may qualify), performance characteristics or design requirements, depending on the nature of the requirements. 10 U.S.C. § 2305(a)(1)(C).

These basic requirements are echoed in FAR part 11, under which, to the maximum extent practicable, agencies must articulate their requirements in terms of functions to be performed, performance characteristics required, or essential physical characteristics. FAR § 11.002(a)(2). While the use of performance specifications is preferred, FAR §§ 11.101, 11.104, the FAR also permits agencies in appropriate circumstances to use “brand name or equal” purchase descriptions, where the purchase description includes a statement of the salient physical, functional or performance characteristics that are necessary to render an “equal” product eligible for award. FAR § 11.104. Agencies are precluded from specifying their requirements solely in terms of a particular firm’s product unless the particular brand name, product or feature is essential to the government’s needs, and market research shows that other companies’ similar products lacking the particular feature do not meet the agency’s needs, or cannot be modified to meet the agency’s needs. FAR § 11.105. Further, when procuring on a brand name only basis, agencies are required to follow documentation and approval procedures for acquiring goods or services using other than full and open competition. FAR § 11.105.

Here, the RFP required prospective offerors for the ID/IQ contract to submit proposals exclusively for the exact brand name items specified in the core list, with no provision for offering alternate, “equal,” products. Although the solicitation thus amounts to a brand name only procurement, the agency has not prepared and executed the required justification and approval (J&A) for use of other than full and open competition. 10 U.S.C. §§ 2304(c), (f); FAR § 11.105. The agency’s actions therefore are improper.

California Industrial Facilities Resources, Inc., d/b/a CAMSS Shelters, B-403397.3, March 21, 2011.

It is well-settled that it is the vendor’s responsibility to include sufficiently detailed information in its proposal (or quotation) to establish that the item offered will meet the solicitation requirements, and that blanket statements or certifications of full compliance are insufficient. With respect to a brand name or equal solicitation, a firm offering an equal product must demonstrate that the product conforms to the salient characteristics of the brand name product listed in the solicitation. The contracting agency is responsible for evaluating the data submitted by the vendor and ascertaining if it provides sufficient information to determine if the vendor’s product is acceptable. We will review an agency’s determination in this regard to ensure that it was reasonable.

Medfinity, LLC, B-403366.2, Oct. 28, 2010.

FAR Crosswalk: FAR §§ 11.104 and 11.105.

Other Relevant Cases: See page 292 in the Index of Representative Cases.

Commentary: The outcomes of the protests in this area tend to hinge in large part on the care that was put into drafting the solicitation. A solicitation that simply lists a brand name without specifying the salient characteristics places the agency in a difficult position when it attempts to reject a competing offer as nonconforming. The GAO will generally not allow the government to reject an offer as nonconforming unless the government listed the salient characteristics. The only exception is when the offer is “significantly different” from the brand name product. After all, it is unfair and contrary to the principles of competition for the government to essentially hide its true needs from offerors and leave them guessing as to the underlying characteristics the government is seeking.

Typically it is the requiring activity (the government “customer”) that may not appreciate the need to list the salient characteristics instead of just the brand name. Not being aware of the procurement rules in this area, government customers often push back against the contracting office when they are asked to list the salient characteristics of an item (e.g., a particular type of equipment) prior to publishing the solicitation. One particularly poor practice is for the government to develop its salient characteristics based solely on one vendor’s marketing brochure. Instead, the government should exercise independent judgment with information from multiple sources prior to drafting the final version of the salient characteristics for the solicitation. If, however, the agency actually requires a particular brand name, product, or feature of a product peculiar to one manufacturer, the agency must follow the steps set out at FAR § 11.105. The contracting officer may need to educate the requiring activity on the need for a proper explanation of the salient characteristics when presented with a brand name or equal description from the customer.

A review of the sustained protests in this area demonstrates that most of the problems stem from the government’s failure to list salient characteristics when stating that the requirement is for a particular brand name “or equal.” However, the government can also make an error the opposite way—by accepting an offer that clearly fails to meet a salient characteristic set out in the solicitation. Accordingly, the government must take care in setting out the salient characteristics because they will generally be viewed as mandatory requirements that the government cannot relax during evaluations.

Offerors planning to compete to fulfill the government’s requirements are wise to pay close attention to the salient characteristics the government presents in the solicitation. It is not unusual for offerors to believe that they can use their proposal to persuade the government that some of the stated salient characteristics are not necessary, or that their product is just as good despite not meeting one or two of those characteristics. This is a risky approach, as the GAO has stated time and time again that the government can (and in many cases must) reject an offer as nonconforming if it fails to meet a salient characteristic listed in the solicitation. Offerors should file any objections before the date and time set for receipt of proposals or the GAO’s strict timeliness rules may result in dismissal of their protest after that time has passed.

3. DEFECTIVE OR INADEQUATE SPECIFICATIONS

Overview of This Protest Ground: Protests based on an argument that the agency’s description of its needs in a solicitation (i.e., PWS or SOW) are defective, inadequate, confusing, misleading, etc., are quite common. These protests are typically filed by frustrated offerors that do not believe the government has provided them with enough information to formulate a responsive offer.

It is difficult to draw a clear line as to when the government has met its duty to describe the agency’s minimum requirements adequately. The key points reflected in the case law are as that (1) the government must describe the work at a level of detail that allows offerors to compete intelligently and on a relatively equal basis, (2) this level of detail does not need to be so exact as to remove all risk from the contractor, (3) agencies have the discretion to shift maximum risk to the contractor and minimum burden to the agency, (4) agencies must structure solicitations in a manner that allows the offered cost/price to be meaningfully analyzed in the source selection decision, and (5) when the agency solicits offers based on estimated quantities, the agency must base its estimate on the best information available.

COFC’s Key Language

When the agency lacks sufficient information to provide the offerors with realistic estimated quantities, it is not unreasonable for the agency to base the solicitation upon the best available information… and rely on the professional expertise and business judgment of the bidders to fill in the missing information for themselves.

Glenn Defense Marine (Asia), PTE, Ltd., v. United States, 97 Fed. Cl. 568 (2011).

GAO’s Key Language

Generally, a contracting agency must provide offerors with sufficient detail in a solicitation to enable them to compete intelligently and on a relatively equal basis. There is no requirement that a competition be based on specifications drafted in such detail as to completely eliminate all risk or remove every uncertainty from the mind of every prospective offeror; to the contrary, an agency may provide for a competition that imposes maximum risks on the contractor and minimum burdens on the agency, provided the solicitation contains sufficient information for offerors to compete intelligently and on equal terms.

Qwest Government Services, Inc., B-407835, March 7, 2013.

In assessing a protester’s claim that a solicitation is inadequate, our Office will review the solicitation to determine whether it provides sufficient information for offerors to compete intelligently and on a relatively equal basis. The same principles apply with respect to a solicitation for commercial items or services. Thus, a solicitation for commercial services generally should describe the type of service and explain how the agency intends to use it “in terms of function to be performed, performance requirements, or essential physical characteristics.” There is no legal requirement that a solicitation be drafted so as to eliminate all performance uncertainties.

Harmonia Holdings, LLC, B-407186.2, March 5, 2013.

As a general rule, agencies must provide sufficient detail in a solicitation to enable offerors to compete intelligently and on a relatively equal basis. When an agency solicits offers for a requirements contract on the basis of estimated quantities, the agency must base its estimates on the best information available.

…the mere presence of risk in a solicitation does not make the solicitation inappropriate or improper. It is within the discretion of an agency to offer for competition a proposed contract that imposes maximum risks on the contractor and minimum burdens on the agency, and an offeror should account for this in formulating its proposal. There is no requirement that a competition be based on specifications drafted in such detail as to completely eliminate all risk or remove every uncertainty from the mind of every prospective offeror. Risk is inherent in most types of contracts, and firms must use their professional expertise and business judgment in anticipating a variety of influences affecting performance costs.

Katmai Information Technologies, LLC, B-406885, Sept. 20, 2012.

Agencies are required to consider cost or price to the government in evaluating competitive proposals. 41 U.S.C. § 3306(c)(1)(B) (2011). While it is up to the agency to decide upon some appropriate, reasonable method for proposal evaluation, the method chosen must include some reasonable basis for evaluating or comparing the relative costs of proposals, so as to establish whether one offeror’s proposal would be more or less costly than another’s. Where estimates are not reasonably available, an agency may establish a notional estimate, consistent with the RFP requirements, to provide a common basis for comparing the relative costs of the proposals…. Here, we agree with [the protester] that the solicitation fails to provide sufficient information to allow a common basis for evaluating offerors’ proposed prices.

….Although the solicitation requests unit pricing from the offerors, the RFP does not identify what each unit reflects or against what quantity the proposed unit prices would be applied to determine an evaluated price for each offeror. Absent such information (which, as noted above, may be notional in the absence of better estimates), the agency has no meaningful way to evaluate the offerors’ prices to determine their relative standing.

It is a fundamental principle of federal procurement law that a contracting agency must treat all offerors equally and evaluate their proposals evenhandedly against the solicitation’s requirements and evaluation criteria.

DNO Inc., B-406256, B-406256.2, March 22, 2012.

The FSS program, directed and managed by the General Services Administration, gives federal agencies a simplified process for obtaining commonly used commercial supplies and services. Federal Acquisition Regulation (FAR) § 8.402(a). In preparing specifications for commercial item procurements, contracting officers are encouraged to “describe the type of product… and explain how the agency intends to use the product… in terms of function to be performed, performance requirement or essential physical characteristics.” FAR § 12.202(b). A key element of efforts to increase purchases of commercial products is stating requirements in broad functional or performance terms, rather than using detailed military specifications. While we will consider a protest that a solicitation lacks sufficient detail for vendors to compete intelligently, and on a common basis, for an order, the level of detail needed in a commercial item specification is a matter left largely to the judgment of agency contracting officials.

Quantico Army & Tactical Supply, Inc., B-400391, Sept. 19, 2008.

Where a dispute exists as to the actual meaning of a solicitation requirement, our Office will resolve the matter by reading the solicitation as a whole and in a manner that gives effect to all of its provisions.

AMS Group, B-299369, April 12, 2007.

A solicitation must contain sufficient information to allow offerors to compete intelligently and on an equal basis. Offerors can compete on equal terms only if they know in advance the basis on which their proposals will be evaluated.

Oregon Potato Company, B-294839, Dec. 27, 2004.

FAR Crosswalk: FAR Part 11, Describing Agency Needs, and FAR § 12.202(b).

Other Relevant Cases: See page 293 in the Index of Representative Cases.

Commentary: The GAO affords the agency significant discretion in terms of the level of detail the agency decides to include in its PWS or SOW. Accordingly, this is generally not a successful basis of protest in terms of a merits-based decision. However, if an offeror believes that the agency is not responding with accurate or responsive information, a protest in this area can result in the agency’s taking corrective action and providing the missing detail that the frustrated offeror is seeking. In that sense, a protest can be a powerful option of last resort. Contracting offices can avoid some of these protests by providing more meaningful responses to legitimate questions submitted by offerors.

A review of the sustained protests in this area demonstrates that the GAO finds certain agency actions to be unreasonable. These include (1) not providing an explanation of the “unit” that is being requested in a supply contract, (2) refusing to amend a solicitation to reflect its knowledge of a clearly foreseeable increase in future work, (3) failing to disclose an important performance requirement that was not deducible from the PWS, and (4) drafting a PWS in a confusing manner, leading to widely differing prices submitted by competing offerors with different understandings of the government’s requirement.

4. UNDULY RESTRICTIVE SPECIFICATIONS

Overview of This Protest Ground: This protest ground is typically asserted by a company that wants to compete for a government requirement but recognizes that it cannot meet one or more of the provisions in the solicitation. These are almost always pre-award protests challenging the solicitation’s terms. Essentially the protester argues that the solicitation was drafted in a manner that is unduly restrictive of competition and therefore in violation of the Competition in Contracting Act.

Although this is a very common type of protest, the GAO rarely sustains protests on this basis. The GAO recognizes that the agency is in the best position to develop its requirements and therefore provides the agency significant latitude in this area. If the agency can provide a reasonable explanation for the allegedly “unduly restrictive” specification, the protest on this ground will almost always be denied. The GAO pays little heed to a protester’s mere disagreement with the agency on this issue. This discretion afforded to the government is at its maximum when the requirement in question relates to national defense or human safety.

COFC’s Key Language

Relevantly, FAR 6.101(b) requires that contracting officers use competitive procedures “that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government’s requirements efficiently.” 48 C.F.R. § 6.101(b) (2009). Restrictive provisions are permissible, but only “to the extent necessary to satisfy the needs of the agency or as authorized by law.” Id. § 11.002(a)(1)(ii) (2009). Moreover, “[t]he determination of an agency’s minimum needs ‘is a matter within the broad discretion of agency officials… and is not for this court to second guess.’” Nonetheless, where there is no rational basis for an agency’s decision, or there was a violation of an applicable regulation or procedure, the court may find such decision to be arbitrary and capricious. Accordingly, the protestor must demonstrate that there was no rational basis for the agency’s decision.

Savantage Financial Services, Inc. v. United States, 86 Fed. Cl. 700 (2009).

GAO’s Key Language

We have recognized that an agency may use detailed specifications where the record demonstrates that particular size, strength, or material requirements are necessary to ensure adequate performance, or that a particular design is reasonably related to maintaining an aesthetic appearance. Specifications for the use of particular materials may be justified when they are necessary to ensure adequate performance or that a particular design is reasonably related to the agency’s aesthetic needs. Such consideration of aesthetics and suitability is a subjective exercise. For example, agencies may use specifications requiring a particular color where the agency reasonably establishes that the color restriction is necessary to match an established color scheme. Similarly, uniformity of appearance can lead to a specification which assures consistency with the agency’s previous acquisitions.

J. Squared Inc., d/b/a University Loft Company, B-408388, Aug. 27, 2013.

In preparing a solicitation for supplies or services, a contracting agency must specify its needs and solicit offers in a manner designed to obtain full and open competition and may include restrictive provisions or conditions only to the extent that they are necessary to satisfy the agency’s needs. 10 U.S.C. § 2305(a)(1) (2006). A contracting agency has the discretion to determine its needs and the best method to accommodate them. Where a requirement relates to national defense or human safety, an agency has the discretion to define solicitation requirements to achieve not just reasonable results, but the highest possible reliability and/or effectiveness. Mere disagreement with the agency’s judgment concerning the agency’s needs and how to accommodate them does not show that the agency’s judgment is unreasonable.

Womack Machine Supply Co., B-407990, May 3, 2013.

Where a protester challenges a specification or requirement as unduly restrictive of competition, the procuring agency has the responsibility of establishing that the specification or requirement is reasonably necessary to meet the agency’s needs. We will examine the adequacy of the agency’s justification for a restrictive solicitation provision to ensure that it is rational and can withstand logical scrutiny. A protester’s mere disagreement with the agency’s judgment concerning the agency’s needs and how to accommodate them does not show that the agency’s judgment is unreasonable.

ASC Group, Inc., B-407136, Nov. 15, 2012.

In preparing a solicitation, a contracting agency is required to specify its needs in a manner designed to achieve full and open competition and may include restrictive requirements only to the extent they are necessary to satisfy the agency’s legitimate needs. 10 U.S.C. § 2305(a)(1) (2006). To the extent a protester challenges a specification as “unduly restrictive,” that is, challenges both the restrictive nature of the requirement as well as the agency’s need for the restriction, the procuring agency has the responsibility of establishing that the specification is reasonably necessary to meet its needs. The adequacy of the agency’s justification is ascertained through examining whether the agency’s explanation is reasonable, that is, whether the explanation can withstand logical scrutiny. If the agency establishes support for the challenged solicitation term, the burden shifts to the protester to show that it is clearly unreasonable.

Technosource Information Systems, LLC, B-405296, B-405296.2, B-405296.3, Oct. 17, 2011.

The fact that a requirement may be burdensome or even impossible for a particular firm to meet does not make it objectionable if the requirement properly reflects the agency’s needs.

Helionix Systems, Inc., B-404905.2, May 26, 2011.

The fact that an aspect of the RFP’s evaluation criteria may prevent a number of small firms from obtaining positive past performance ratings is not dispositive of whether the provision is unduly restrictive. Rather, agencies enjoy broad discretion in the selection of evaluation criteria, and we will not object to the use of particular evaluation criteria so long as they reasonably relate to the agency’s needs in choosing a contractor that will best serve the government’s interests.

SML Innovations, B-402667.2, Oct. 28, 2010.

This Office has considered geographic restrictions reasonably necessary for an agency to meet its needs when, for example, the agency demonstrates that convenience and efficiency of operations require that a facility be located within a particular boundary.

Eisenhower Real Estate Holdings, LLC, B-402807, July 27, 2010.

Further, when a contractor will be operating in a unique work setting, an agency may require that the contractor’s personnel possess prior experience in operating in the same type of work setting.

JRS Management, B-402650.2, June 25, 2010.

FAR Crosswalk: FAR Part 11, Describing Agency Needs, and FAR § 12.202(b).

Other Relevant Cases: See page 293 in the Index of Representative Cases.

Commentary: As noted, this protest ground is rarely sustained. That does not, however, necessarily mean that it is not an effective pre-award protest ground. Rather, it is likely that a high number of such protests result in the procuring agency’s taking corrective action after reexamining its specifications. (When the agency takes corrective action in this manner, there is no merits-based decision at the GAO.) In other words, the reported cases likely demonstrate a low sustain rate because in a significant number of these cases, the agency has taken a second look at the challenged provision and either modified it or determined that it is indeed necessary. After all, if an agency’s solicitation is protested to the GAO as unduly restrictive and the agency cannot present a reasonable need for the challenged provision, it makes little sense for the agency to incur the delay attendant to a CICA stay only to be told later by the GAO that the solicitation must be amended.

The few sustained protests in this area show where the GAO generally draws the line. First, the GAO is not satisfied with unsupported opinions of agency personnel that are devoid of any meaningful analysis or underlying documentation. (See NCS Technologies, Inc., B-403435, Nov. 8, 2010.) Also, the GAO has sustained a protest on this ground where the agency restricted a past performance evaluation solely to the prime contractor as opposed to allowing an evaluation of a proposed subcontractor’s past performance for that capability. (See Total Health Resources, B-403209, Oct. 4, 2010.) Additionally, the GAO will sustain a protest if the procuring agency requires that a piece of equipment pass a certification requirement at the time the offeror submits its proposal as opposed to the time the equipment will be fielded. (See SMARTnet, Inc., B-400651.2, Jan. 27, 2009.) In equipment supply cases, the GAO requires the agency to clearly explain why offerors cannot propose an acceptable plan to get the equipment certified following contract award.

5. CHANGED REQUIREMENTS AND SOLICITATION AMENDMENTS

Overview of This Protest Ground: This protest ground is primarily filed post-award by disappointed offerors that believe the government’s requirement materially changed before the award date. The regulatory basis for this protest ground is found at FAR § 15.206(a), which states: “When, either before or after receipt of proposals, the Government changes its requirements or terms and conditions, the contracting officer shall amend the solicitation.” The GAO correctly interprets that section as mandating the amendment of a solicitation when there is a “material” change to the government’s requirements.

COFC’s Key Language

Regarding amendments, FAR § 15.206(a) states that “[w]hen, either before or after the receipt of proposals, the government changes its requirements or terms and conditions, the contracting officer shall amend the solicitation.” Numerous cases indicate that this provision may—indeed, must—be invoked where “after a solicitation is issued, [the agency] determines that a noncompliant proposal represents the best value to the Government.” Beta Analytics, 44 Fed. Cl. at 139; see also MVM Inc. v. United States, 46 Fed. Cl. 126, 131-32 (2000); Candle Corp. v. United States, 40 Fed. Cl. 658, 663 (1998). Amendments under this provision may also be appropriate “to avoid award decisions not based on the agency’s most current view of its needs.” Indeed, most cases in which agencies have run afoul of this FAR provision involve situations in which evaluation requirements were changed without the requisite formal amendment.

EP Prods., Inc. v. United States, 63 Fed. Cl. 220 (2005).

GAO’s Key Language

Where an agency’s requirements materially change after a solicitation has been issued, it must issue an amendment to notify offerors of the changed requirements and afford them an opportunity to respond. Federal Acquisition Regulation (FAR) § 15.206(a). Amending the solicitation provides offerors an opportunity to submit revised proposals on a common basis that reflects the agency’s actual needs. Where an agency’s estimates for the amount of work to be ordered under an ID/IQ contract changes significantly, prior to award, the agency must amend the solicitation and provide offerors an opportunity to submit revised proposals.

Global Compute Enterprises, Inc., Savantage Financial Services, Inc., B-404597, B-404597.2, B-404597.3, March 9, 2011.

Generally, where an agency’s requirements change after a solicitation has been issued, it must issue an amendment to notify offerors of the changed requirements and afford them an opportunity to respond. FAR § 15.206(a). The object of the requirement is to avoid award decisions not based on the agency’s most current view of its minimum needs. One circumstance requiring the issuance of an amendment is a significant change in the government’s estimate of the quantity it expects to order.

Murray-Benjamin Electric Company, L.P., B-400255, Aug. 7, 2008.

FAR Crosswalk: FAR § 15.206(a).

Other Relevant Cases: See page 294 in the Index of Representative Cases.

Commentary: Although there are many scenarios in which the government’s requirements change prior to award, a common (and somewhat avoidable) situation occurs when the agency takes an extraordinarily long time to evaluate proposals. Since requirements often change with time, an agency that takes an exceedingly long time to evaluate competing proposals risks a protest on this ground. Given the use of the word “shall” (and general lack of further context) in FAR § 15.206(a), a disappointed offeror can file a protest on this ground arguing that the agency’s needs materially changed during the lengthy evaluation period and therefore the agency was required to issue an amendment as opposed to forging ahead with an award. If this assertion is supported by the facts, the protester could undo the source selection and get another bite at the apple. This is not an uncommon result. Contracting officers should coordinate with the requiring office to minimize delays in source selections to the extent possible.

_______________

32 Argencord Mach. & Equip., Inc. v. United States, 68 Fed. Cl. 167, 175 n.14 (2005).

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

You can't read the all page of ebook, please click here login for view all page.
Reset
3.133.130.199