CHAPTER 3
Protest Grounds Challenging the Government’s Exercise of Discretion or the Government’s Conduct of the Competition

1. AGENCY’S COMMERCIAL ITEM DETERMINATION

Overview of This Protest Ground: The Federal Acquisition Streamlining Act of 1994 (FASA), Public Law 103-355, sets out a preference for the government to acquire “commercial items” to the extent possible. Essentially this requirement is designed to ensure that the government harnesses the power and efficiencies of the commercial marketplace to minimize the perceived need for expensive and time-consuming RDT&E (research, development, test, and evaluation) efforts. The goal of the legislation was to satisfy the government’s requirements faster, cheaper, and more reliably. Under FAR Part 12, Acquisition of Commercial Items, agencies are required to perform market research (discussed in FAR Part 10) to determine whether a commercial item can satisfy the government’s requirements. The definition of “commercial item,” which is set out at FAR § 2.101, is critical in protests related to the agency’s commercial item description.

Most of the protests in this area argue that the awardee’s offered product does not meet the definition of a commercial item for some reason. This is an attractive protest ground because if the protester can persuade the GAO or the COFC that its competitor’s product does not meet the definition, the protester can knock the competitor out of the competition. In reality, however, the COFC and the GAO have recognized that the definition of a commercial item is very broad and they therefore afford the contracting agency significant discretion.

Occasionally an offeror will file a pre-award protest arguing that the solicitation either should or should not be solicited as a commercial item under FAR Part 12. In these situations, the GAO defers substantially to the agency’s decision making; the GAO will review the agency’s decision only to assess whether it was reasonable. Overall, this has not proven to be a successful protest ground.

COFC’s Key Language

To satisfy this portion of the “commercial item” definition then, the question must weigh on whether [the awardee’s products] were “offered for sale” as the FAR requires. It appears obvious that [the awardee] has certainly offered their platforms for sale to the general public. The Administrative Record details various advertising and marketing efforts, and even the original [awardee’s] proposal included standard product brochures. Therefore the Court holds that [the awardee’s products] satisfied the FAR definition of “commercial items.” However, this is not to say that the statute is clear. The definition is broad, unclear, and will be interpreted as setting the “commercial item” standard very low. If the Federal Acquisition Regulations are intended to use the term in a very limiting way, its plain language does not communicate that intent.

Precision Lift, Inc. v. United States, 83 Fed. Cl. 661 (2008).

GAO’s Key Language

Determining whether a product or service is a commercial item is largely within the discretion of the contracting agency, and such a determination will not be disturbed by our Office unless it has been shown to be unreasonable

FAR Part 12 prescribes policies and procedures unique to the acquisition of commercial items and implements the preference established by, and the specific requirements in FASA for the acquisition of commercial items that meet the needs of an agency. FAR Part 12 was intended to establish acquisition policies more closely resembling those of the commercial marketplace as well as other considerations necessary for proper acquisition planning, solicitation, evaluation, and award of contracts for commercial items. FAR Part 12 specifies the solicitation provisions and clauses to be used when acquiring commercial items.

Agencies are required to conduct market research pursuant to FAR Part 10 to determine whether commercial items are available that could meet the agency’s requirements. FAR § 12.101. If market research establishes that the government’s needs can be met by the type of item (including services) customarily available in the commercial marketplace that would meet the definition of a commercial item at FAR § 2.101, the contracting officer is required to solicit and award any resulting contract using the policies and procedures in FAR Part 12. FAR §§ 10.002(d)(1), 12.102(a). One of the techniques for conducting market research is to contact knowledgeable individuals in government and industry regarding market capability to meet the requirements. FAR § 10.002(b)(2)(i).

Crescent Helicopters, B-284706 et al., May 30, 2000.

FAR Crosswalk: FAR § 2.101, Definitions—Commercial Items; FAR Part 10, Market Research; and FAR Part 12, Acquisition of Commercial Items.

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

Commentary: As the reported cases indicate, it is critical to examine the definition of “commercial item” as set forth in FAR § 2.101. In this protest ground, sharp focus is on the terms of that definition. The full text of the FAR definition is as follows:

“Commercial item” means—

(1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, and—

(i) Has been sold, leased, or licensed to the general public; or

(ii) Has been offered for sale, lease, or license to the general public;

(2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation;

(3) Any item that would satisfy a criterion expressed in paragraphs (1) or (2) of this definition, but for—

(i) Modifications of a type customarily available in the commercial marketplace; or

(ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Minor modifications means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor;

(4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public;

(5) Installation services, maintenance services, repair services, training services, and other services if—

(i) Such services are procured for support of an item referred to in paragraph (1), (2), (3), or (4) of this definition, regardless of whether such services are provided by the same source or at the same time as the item; and

(ii) The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government;

(6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed or specific outcomes to be achieved and under standard commercial terms and conditions. For purposes of these services—

(i) “Catalog price” means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and

(ii) “Market prices” means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors.

(7) Any item, combination of items, or service referred to in paragraphs (1) through (6) of this definition, notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or

(8) A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments.

The definition of “commercial item” should be monitored for potential changes. In recent years, DOD has expressed the opinion that the definition is too broad and has suggested legislative language to narrow its scope.33 Currently, the definition of commercial item remains quite broad.

2. RESPONSIBILITY DETERMINATIONS

Overview of This Protest Ground: The FAR requires contracting officers to make an affirmative finding of responsibility before awarding a contract to a company. The regulations in this area are set forth at FAR Subpart 9.1, Responsible Prospective Contractors. FAR § 9.104-1 lists seven separate standards the contractor must meet to be deemed responsible. Additionally, the FAR provides the contracting officer the ability to develop “special standards” of responsibility for a particular acquisition or class of acquisitions. Protests in this area are filed by companies found to be nonresponsible, as well as by disappointed offerors that argue the government should not have determined the awardee to be a responsible contractor.

In the case of small businesses, the contracting officer who believes that an apparently successful offeror is not responsible must refer the matter to the Small Business Administration (SBA) area office for that offeror. This is known as the “certificate of competency” process. Under this process, the contracting officer refers the issue to the SBA to make the ultimate decision on the responsibility of a small business. If a small business received a certificate of competency from the SBA, the contracting officer does not have the authority to refuse award to that company based on a belief that the company is not responsible. (The FAR does, however, set up an internal disputes process to ensure that the agency has the ability to make its full case to the SBA prior to a final decision by the SBA.)

This is an area where it is important to look closely at what the FAR requires. The “meat” of the FAR’s language on responsibility is set out at FAR §§ 9.103 and 9.104-1. Subsection (b) of FAR § 9.103, Policy, states the following:

No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of nonresponsibility. If the prospective contractor is a small business concern, the contracting officer shall comply with Subpart 19.6, Certificates of Competency and Determinations of Responsibility. (If Section 8(a) of the Small Business Act (15 U.S.C. 637) applies, see Subpart 19.8.)

As stated in FAR § 9.104-1, General Standards:

To be determined responsible, a prospective contractor must—

(a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a));

(b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;

(c) Have a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2;

(d) Have a satisfactory record of integrity and business ethics (for example, see Subpart 42.15).

(e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).)

(f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and

(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108).

As a general rule, the courts and the GAO provide the government significant discretion in this area; however, this discretion is not unlimited. As with most agency procurement decisions, the courts and the GAO want to see that the government meaningfully evaluated the relevant information—and did not ignore relevant information—before making a responsibility determination.

CAFC’s Key Language

Under the governing Federal Acquisition Regulation, “contracts shall be awarded to… responsible prospective contractors only.” 48 C.F.R. § 9.103(a) (2001). Before awarding a contract, the contracting officer must “make… an affirmative determination of responsibility.” Id. § 9.103(b).

The regulations specify eight requirements that “a prospective contractor must” meet “[t]o be determined responsible.” Id. § 9.104-1. Only the first of these is at issue here. It provides that such contractor must “[h]ave adequate financial resources to perform the contract, or the ability to obtain them.” Id. § 9.104-1(a).

In the present case, the contracting officer affirmatively determined that [the awardee] was responsible because, as the [Government’s] first survey concluded, it “has satisfactorily demonstrated the requisite financial capabilities necessary for performance.” Relying on this survey and the other surveys, the contracting officer concluded that [the awardee’s] “facilities, cash flow and overall business prospects appear favorable both in the short and long term.” The information before the contracting officer included the fact that the parent [company] had guaranteed [the awardee’s] performance, details of the government’s progress payments during performance of the contract, and the reports in the surveys that [the awardee] would have available as working capital the proceeds of its parent company’s sale of a foreign subsidiary. Although [the awardee] and its parent had financial problems, we cannot say that the contracting officer’s determination that [the awardee] was financially responsible was arbitrary and capricious or without adequate factual basis. We cannot substitute our judgment for that of the contracting officer in making responsibility determinations.

“Contracting officers are ‘generally given wide discretion’ in making responsibility determinations and in determining the amount of information that is required to make a responsibility determination.” Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324, 1334-35 (Fed.Cir.2001) (quoting John C. Grimberg Co. v. United States, 185 F.3d 1297, 1303 (Fed.Cir.1999)). We agree with the Court of Federal Claims that the contracting officer examined all of the relevant financial data before him, and then carefully articulated a detailed explanation for his decision. The contracting officer‘s action was the product of reasoned decision making and was amply supported by facts in the record. Although the plaintiff might disagree with the weight that the contracting officer placed on certain financial factors, the record indicates that he at least considered them in his decision-making process.

Simply put, the contracting officer made an informed, complicated business judgment based upon ample factual support in the record, and the agency provided a coherent, reasonable explanation for the exercise of the contracting officer’s discretion. Responsibility decisions are largely a matter of judgment, and contracting officers are normally entitled to considerable discretion and deference in such matters. When such decisions have a rational basis and are supported by the record, they will be upheld.

Bender Shipbuilding & Repair Co., Inc. v. United States, 297 F.3d 1358 (Fed. Cir. 2002).

Under the Federal Acquisition Regulation, “[n]o purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.” 48 C.F.R. § 9.103(b). In making the responsibility determination, the contracting officer must determine that the contractor has “a satisfactory record of integrity and business ethics.” 48 C.F.R. § 9.104-1(d). Furthermore, “[i]n the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of nonresponsibility.” 48 C.F.R. § 9.103(b). FAR 9.105-2(b) requires that “[d]ocuments and reports supporting a determination of responsibility or nonresponsibility… must be included in the contract file.” However, the contracting officer is not required to explain the basis for his responsibility determination, and he has not done so here. Rather, the contracting officer signed the contract thereby making the required determination according to FAR 9.105-2(a) and in conclusory fashion determined that [the awardee] had “a satisfactory record of performance, integrity, and business ethics.”

Contracting officers are “generally given wide discretion” in making responsibility determinations and in determining the amount of information that is required to make a responsibility determination. But this discretion is not absolute.

Unfortunately, the regulations concerning responsibility determinations are cryptic, but this court in Trilon, 578 F.2d at 1360, and the Comptroller General have recognized that we may look to the more extensive debarment regulations for guidance, at least on questions related to the “integrity and business ethics” requirement.

In this case, [the protester] alleges that the contracting officer’s responsibility determination is arbitrary because [the awardee] does not fulfill the “satisfactory record of integrity and business ethics” requirement of FAR 9.104-1(d). This is said to be so because of the alleged involvement of [an individual found by an Italian court to have recently been involved in bid-rigging and involvement with a Mafia organization] and [this individual’s] relatives in [the awardee’s company], and the findings of the Italian court in 1997 that [this same individual was] engaged in criminal activities with respect to earlier contracts at the Sigonella base.

Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001).

Although FAR 9.105-1(a) does require the contracting officer to have, or to obtain, enough information to make a responsibility determination, the contracting officer is the arbiter of what, and how much, information he needs. See id. Because responsibility decisions are largely a matter of judgment, contracting officers are generally given wide discretion to make this decision. Thus, although the contracting officer is given the discretion to seek additional or clarifying responsibility information from a contractor, he is not obligated to do so. Therefore, even though a few grids on the Comparison Chart were left blank, the contracting officer could have found that the information that was available was sufficient to make the ultimate decision of nonresponsibility. Similarly, the contracting officer may allow a contractor to cure problems related to its responsibility, but he may also properly make a nonresponsibility determination based on the existing record, without giving the contractor an opportunity to explain or defend against adverse evidence. Of course, courts may review such decisions by the contracting officer for an abuse of discretion; to the extent that [the protester] makes such an argument, however, we reject it for the reasons already set forth.

John C. Grimberg Co., Inc. v. United States, 185 F.3d 1297 (Fed. Cir. 1999).

COFC’s Key Language

Ordinarily, a contracting officer can rely on investigative reports coupled with an ensuing notice of proposed debarment in conducting a responsibility determination….

As an initial matter, contracting officers are obligated to treat all offerors equally, “evaluating proposals evenhandedly against common requirements and evaluation criteria.” Indeed, “an agency action is arbitrary when the agency offered insufficient reasons for treating similar situations differently.” This fundamental principle of equal treatment is applicable in the context of a responsibility determination.

Importantly, “[c]ontracting officers are ‘generally given wide discretion’ in making responsibility determinations and in determining the amount of information that is required to make a responsibility determination…. When such decisions have a rational basis and are supported by the record, they will be upheld.” Bender Shipbuilding & Repair Co., Inc. v. United States, 297 F.3d 1358, 1362 (Fed. Cir. 2002). Plaintiff has the burden of establishing that the responsibility determination was arbitrary and capricious. Impresa, 238 F.3d at 1337.

Afghan American Army Services Corp. v. United States, 106 Fed. Cl. 714 (2012).

To facilitate a contracting officer’s determination of responsibility and business integrity, all federal contractors are required to furnish representations and certifications. One of those certifications, pursuant to FAR 52.209-5, entitled “Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001)” requires a certification that the corporation has not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for any commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery. Id.

Watts-Healy Tibbitts A JV v. United States, 82 Fed. Cl. 614 (2008).

…The court is mindful that an “agency’s decision is entitled to a presumption of regularity.” Impresa, 238 F.3d at 1338 (citing Bowen v. Am. Hosp. Ass’n, 476 U.S. 610, 626-27 (1986)). In this case, however, that presumption is rebutted by the Government’s abuse of discretion in finding [the awardee] acceptable on a technical basis and the Navy’s admission that its due diligence was based on a “quick search on the website that indicates whether a company has been debarred,” and that, in fact, the Navy made no meaningful inquiry into the “adequa[cy of the awardee’s] financial resources… record of integrity and business ethics, [and] accounting and operational controls,” although it represented otherwise on the public record. The court does not consider an unverified answer to a “questionnaire” from one customer, about whom the Navy made no inquiry, to satisfy the requirements of 48 C.F.R. § 9.105- 1(a). In any event, under the requirements of the Solicitation, [the awardee] should have received no rating as to its past performance….

Naplesyacht.com, Inc. v. United States, 60 Fed. Cl. 459 (2004).

GAO’s Key Language

Where, as here, a small business is determined to be non-responsible, the matter must be referred to SBA for review under SBA’s COC [Certificate of Competency] procedures since, under 15 U.S.C. § 637(b)(7) (2006), SBA has the conclusive authority to determine a small business firm’s responsibility by issuing or refusing to issue a COC. Because SBA, not our Office, has conclusive authority to determine a small business firm’s responsibility, we generally will not review the SBA’s refusal to issue a COC, absent a showing of bad faith or failure to consider vital information. Bid Protest Regulations, 4 C.F.R. § 21.5(b) (2) (2011).

Notwithstanding SBA’s conclusive authority to determine a small business firm’s responsibility through the COC procedures, our Office has previously concluded that where new information probative of small business responsibility comes to light for the first time after denial of a COC, but before award, the contracting officer may reconsider his or her initial responsibility determination. On the other hand, where, after the SBA’s denial of a COC, no new information is presented to lead the contracting officer to determine that the concern is responsible, the contracting officer should proceed with award to another appropriately selected and responsible firm.

Orion Technology, Inc., B-405970, Jan. 13, 2012.

We agree with [the protester]. Because the requirement for an acceptable small business subcontracting plan generally is applicable to the “apparently successful offeror,” this requirement relates to an offeror’s responsibility, even where the solicitation requests the offeror to submit its plan with its offer. In addition, while an agency may provide for the technical evaluation of responsibility-type factors, such as a small business subcontracting plan, it may only do so when it is making a comparative assessment of those plans. A comparative evaluation means that competing proposals will be rated on a scale relative to each other rather than on a pass/fail basis. Here, the plans were evaluated on a pass/fail basis, and therefore, the agency’s evaluation of those plans concern an offeror’s responsibility.

Responsibility is to be determined based upon information received by the agency up to the time award is proposed to be made. The determination of a prospective contractor’s responsibility rests within the broad discretion of the contracting officer, who, in making that decision must rely upon his or her business judgment in exercising that discretion. We therefore generally will not question a negative determination of responsibility unless the determination lacked any reasonable basis.

A negative responsibility determination will not be found to be reasonable where it is based primarily on unreasonable or unsupported conclusions.

We also believe that the agency erred in its belief that further exchanges with [the protester] concerning its subcontracting plan would constitute discussions. We have found that where acceptability of a small business subcontracting plan is a responsibility issue, exchanges between the agency and an offeror concerning such plans are not discussions. To the extent that the contracting officer believed the agency needed additional assurances from [the protester], these communications would not have constituted discussions requiring the reopening of discussions with all offerors. Therefore, the contracting officer’s refusal to have further communication with [the protester] was based primarily upon the unreasonable and unsupported conclusion that such an exchange would constitute discussions.

MANCON, B-405663, Feb. 9, 2012.

Our Office views an agency’s determination of whether an offeror is affiliated with or is subcontracting to, a firm that is debarred, suspended or proposed for debarment to be matters of offeror responsibility. As a general matter, our Office does not review a CO’s affirmative determination of responsibility. Bid Protest Regulations, 4 C.F.R. § 21.5(c) (2011); We will, however, consider a challenge to a CO’s affirmative determination of responsibility where it is alleged that definitive responsibility criteria in the solicitation were not met, or where the protester identifies evidence raising serious concerns that, in reaching the responsibility determination, the CO unreasonably failed to consider available relevant information or otherwise violated statute or regulation. 4 C.F.R. § 21.5(c).

Active Deployment Systems, Inc., B-404875, May 25, 2011.

In making a negative responsibility determination, a contracting officer is vested with a wide degree of discretion and, of necessity, must rely upon his or her business judgment in exercising that discretion. Although the determination must be factually supported and made in good faith, the ultimate decision appropriately is left to the agency, since it must bear the effects of any difficulties experienced in obtaining the required performance. For these reasons, we generally will not question a negative determination of responsibility unless the protester can demonstrate bad faith on the part of the agency or a lack of any reasonable basis for the determination. Our review is based on the information available to the contracting officer at the time the determination was made.

M. Erdal Kamisli, B-403909.2, Feb. 14, 2011.

Finally, the protester asserts that the contracting officer’s negative responsibility determination constituted a wrongful de facto debarment, without affording [the protester] the procedural protections of FAR § 9.406-1(b). This argument is without merit. A de facto debarment occurs when the government uses nonresponsibility determinations as a means of excluding a firm from government contracting or subcontracting, rather than following the debarment regulations and procedures set forth at FAR subpart 9.4. A necessary element of a de facto debarment is that an agency intends not to do business with the firm in the future. The nonresponsibility determination here was based on current information regarding [the protester] and [a debarred company’s] close business relationship, and [the protester’s] use of [the debarred company’s] SOA [an Italian business certificate]. The record does not show that the agency intends to exclude the firm from other procurements based on its specific determination here.

Bilfinger Berger AG Sede Secondaria Italiana, B-402496, May 13, 2010.

At the outset, we note that where an agency determines the proposal of a small business such as the protester to be unacceptable under a responsibility-related factor, that is, a factor pertaining to its ability to perform, such as whether it has adequate corporate experience or production equipment and facilities, the determination is essentially one of nonresponsibility, meaning that referral to the Small Business Administration (SBA), which has the ultimate authority to determine the responsibility of small business concerns, is required. Where an agency rejects a proposal as technically unacceptable on the basis of factors not related to responsibility as well as responsibility-related ones, referral to the SBA is not required, however.

Light-Pod, Inc., B-401739.2, Nov. 12, 2009.

Since the determination of whether a particular contractor is responsible is largely a matter within the contracting officer’s discretion, our Office, as a general matter, will not consider a protest challenging an affirmative determination of responsibility, except under limited, specified circumstances—where it is alleged that definitive responsibility criteria in the solicitation were not met or evidence is identified that raises serious concerns that, in reaching a particular responsibility determination, the contracting officer unreasonably failed to consider available relevant information or otherwise violated statute or regulation. This includes protests where, for example, the protester offers specific evidence that the contracting officer may have ignored information that, by its nature, would be expected to have a strong bearing on whether the awardee should be found responsible.

Esco Marine, Inc., B-401438, Sept. 4, 2009.

[T]he contracting officer rejected [the protester’s] offer on the ground that it was “nonresponsive” to the SFO requirements. Notwithstanding the contracting officer’s characterization, the requirement at issue concerns the offeror’s responsibility, not the technical acceptability of its offer. In this regard, as indicated by the heading under which the requirement was listed—“Evidence of Capability to Perform,” SFO ¶ 3.16—the requirement concerns the offeror’s ability to perform the contract, rather than the acceptability of its offer. An offeror who is found nonresponsible is not eligible for award. FAR § 9.103…. We will not question an agency’s nonresponsibility determination unless the record shows that it lacks a reasonable basis.

Melbourne Commerce, LLC, B-400049.2, Jan. 9, 2009.

In general, to be responsive, a bid must be an unequivocal offer to perform without exception all the material terms and conditions of the solicitation. Where a bidder provides information with its bid that does not constitute an unequivocal offer or which reduces, limits, or modifies a material requirement of the solicitation, the bid must be rejected as nonresponsive. Bid responsiveness is to be determined based upon the contents of the bid as of bid opening. Responsibility, by contrast, refers not to a bidder’s promise to perform, but rather its apparent ability and capacity to perform the contract requirements, and is determined not at the time of bid opening, but at any time prior to award, based on any information received by the agency up to that time.

It is well established that licensing-type requirements are matters of responsibility, not responsiveness. We have held that a solicitation requiring a bidder to obtain a specific license or permit concerns the bidder’s responsibility (i.e., its ability to perform), rather than bid responsiveness (i.e., its promise to perform). Much like a license or permit, a solicitation term requiring submission of information to a responsible third-party agency (i.e., not the procuring agency) for approval prior to contract performance is also a matter of responsibility.

SourceLink Ohio, LLC, B-299258, March 12, 2007.

The Federal Acquisition Regulation (FAR) provides that, in order to be found responsible, a prospective contractor must have, among other things, a satisfactory performance record; a prospective contractor that is or recently has been seriously deficient in contract performance shall be presumed to be nonresponsible unless the contracting officer determines that the circumstances were properly beyond the contractor’s control or that the contractor has taken appropriate corrective action. FAR §§ 9-104-1(c), 9-104-(c); A nonresponsibility determination may be based upon the agency’s reasonable perception of inadequate prior performance, even where the agency did not terminate the prior contract for default, and the contractor disputes the agency’s interpretation of the facts or has appealed a contracting officer’s adverse determination. Nonresponsibility determinations are matters where the contracting officer is vested with broad discretion in exercising his or her business judgment. Accordingly, our review is limited to considering whether such a determination was reasonable when it was made, given the information the agency had before it at the time.

Daisung Company, B-294142, Aug. 20, 2004.

FAR Crosswalk: FAR Subpart 9.1, Responsible Prospective Contractors.

Other Relevant Cases: See page 295 in the Index of Representative Cases.

Commentary: Awarding a contract to a company that is not responsible can cause an agency a lot of frustration as well as pose a serious risk of wasting taxpayer dollars. Although the government has contractual protections (such as termination for default and the ability to recoup excess reprocurement costs), they are typically cold comfort for the requiring activity within the organization dealing with performance problems, the disruption of services/supplies, and the inevitable funding problems associated with the reprocurement. Further, in the case of a company that lacks the financial ability to perform the contract, an agency will typically have to deal with the additional stress of subcontractors contacting the agency (and its leaders) directly with their complaints and threats to stop working if they are not paid promptly by the foundering prime contractor. Again, this goes beyond the mere legality of the issue (privity) and into the realm of the real-life headaches and stresses that such situations cause the government. In other words, regardless of the legal protections and governmental rights involved, awarding a contract to a nonresponsible company poses a very real threat to an agency’s funding and its ability to perform its many missions.

A lot of these problems can be avoided through a thorough responsibility analysis in accordance with FAR § 9.104. Besides the suspension and debarment procedures, responsibility determinations are the primary means the federal government can use to protect itself from entering into contracts with companies that lack the ability to perform the work competently. There are two primary downsides to this process, however.

First, in the case of small businesses, the agency must generally defer to the SBA in situations where the procuring agency believes that the small business is not responsible. (FAR § 9.104 refers the contracting officer to FAR Subpart 19.6, Certificates of Competency and Determinations of Responsibility.) Although the SBA performs its duties admirably, the procuring agency must deal with some delay and potentially a decision with which it does not agree. Second, when a procuring agency finds a company to be nonresponsible, a protest is likely. As reflected in the case law, serial (back-to-back) protests are common in this area. In other words, when the GAO agrees with the agency that a company is not responsible, the company may well file its protest anew at the COFC.

3. NEGOTIATED PROCUREMENTS: TRADEOFF PROCESS

Overview of This Protest Ground: In negotiated procurements, the government typically uses one of three source selection techniques to obtain the best value: (1) the “tradeoff” process, (2) the “lowest price technically acceptable” process, or (3) a combination of these approaches. (See FAR Subpart 15.1, Source Selection Processes and Techniques.) Protests in this area challenge the government’s use of the tradeoff source selection approach.

Although these protests are fact-specific, they generally argue that the government failed to meaningfully compare the underlying merits of the competing proposals. Often these protests argue that the government should have viewed some aspect of the protester’s technical or past performance proposal more favorably—which would have led to its company being selected for award. Additionally, they often argue that the government should not have evaluated the awardee’s technical or past performance proposal as highly as it did.

Many of these protests focus on the adjectival or color ratings that were assigned to the protester and the awardee. For example, a lower priced offeror with the same nonprice adjectival ratings as the awardee will argue that the government was required to award it the contract. The GAO has repeatedly explained that adjectival, color, and numerical ratings are merely “guides to intelligent decision making.” Thus, even though two offerors may receive the same adjectival rating for a nonprice aspect of their proposals (e.g., “outstanding,” “very good”), the government does not necessarily consider them equal for that aspect based on the underlying strengths and weaknesses of the proposals.

In other words, if Company A and Company B both receive an adjectival rating of “outstanding” for their technical proposal, it does not necessarily mean that they are equal in this regard. One proposal can be significantly better than the other despite the fact that they received the same adjectival or color rating. Moreover, the GAO is not impressed with a government evaluation that would take such a mechanical approach to source selection. Rather, the GAO wants the government to demonstrate that it delved deeper than the adjectival ratings, into the underlying bases for those ratings. Finally, the GAO wants to see that the source selection authority (SSA) employed independent judgment in arriving at the source selection decision as opposed to merely rubber-stamping the evaluation board’s findings and recommendations.

These protests are typically denied if they are deemed to be “mere disagreement” with the agency’s decision. To prevail in this area, a protester has to show that the agency either failed to evaluate one or more aspects of its proposal properly, treated its offer differently from the awardee’s offer, failed to follow the evaluation criteria set forth in the solicitation, or made an error that tainted the results of the evaluations. Many of these types of protests amount to nothing more than mere disagreement with the agency’s subjective judgment; accordingly, they are rarely successful.

CAFC’s Key Language

Procurement officials have substantial discretion to determine which proposal represents the best value for the government.

E.W. Bliss Co. v. U.S., 77 F.3d 445 (Fed. Cir. 1996)

COFC’s Key Language

Generally speaking, the United States Court of Federal Claims “will not disturb an agency’s best value decision merely because a disappointed bidder disagrees with the agency’s analysis”…. But if “ratings that provided the basis for the Agency’s tradeoff analysis and best value award were fundamentally flawed and arbitrary, the best value award itself was arbitrary and capricious.”

One Largo Metro, LLC v. United States, 109 Fed. Cl. 39 (2013).

GAO’s Key Language

In reviewing an agency’s evaluation of proposals and source selection decision, we examine the supporting record to determine whether the decision was reasonable, and in accord with the evaluation criteria listed in the solicitation and applicable procurement laws and regulations. The agency must have adequate documentation to support its judgment. Where, as here, the RFP contemplates that the relative merits of the proposals will be qualitatively compared, evaluation is not limited to determining whether a proposal is merely technically acceptable; rather, proposals should be further differentiated to distinguish their relative quality under each stated evaluation factor by considering the degree to which technically acceptable proposals exceed the stated minimum requirements or will better satisfy the agency’s needs. In fact, we have long stated that evaluation ratings should be merely guides for intelligent decision making, and that therefore evaluators and SSAs should reasonably consider the underlying bases for ratings, including the advantages and disadvantages associated with the specific content of competing proposals, in a manner that is fair, equitable, and consistent with the terms of the solicitation. In this regard, FAR § 15.308 requires a documented decision based on a comparative assessment of proposals against all source selection criteria in the solicitation.

Where the agency undertakes a cost/technical tradeoff, adequate documentation requires more than just generalized statements of proposal equivalency where the record evidences the existence of relative differences in proposals. Source selection decisions that are devoid of substantive analysis or consideration of whether one proposal is superior to another are insufficient to demonstrate the reasonableness of the agency’s decision. Id. Because the record here is devoid of any evidence that the SSEB [source selection evaluation board] or SSA considered the qualitative merits of the proposals under the staffing and implementation factors as required by the evaluation scheme, we find the evaluation of proposals and source selection decision to be unreasonable, and sustain the protest on this basis.

Trailboss Enterprises, Inc., B-407093, Nov. 6, 2012.

Source selection officials in negotiated procurements have broad discretion in making price/technical tradeoffs, and the extent to which one may be sacrificed for the other is governed only by the test of rationality and consistency with the solicitation’s evaluation criteria. Even where technical merit is significantly more important than price, an agency may properly select a lower-priced, lower-rated proposal if the agency reasonably decides that the price premium involved in selecting a higher-rated, higher-priced proposal is not justified.

WingGate Travel, Inc., B-405007.14, April 12, 2013.

We have long recognized that color or adjectival ratings are merely guides for intelligent decision-making in the procurement process. Therefore, evaluators and [Source Selection Authorities] should reasonably consider the underlying bases for ratings, including the advantages and disadvantages associated with the specific content of competing proposals, in a manner that is fair and equitable and consistent with the terms of the solicitation.

Source selection officials in negotiated procurements have broad discretion in making price/technical tradeoffs, and the extent to which one may be sacrificed for the other is governed only by the test of rationality and consistency with the solicitation’s evaluation criteria. Even where technical merit is significantly more important than price, an agency may properly select a lower-priced, lower-rated proposal if the agency reasonably decides that the price premium involved in selecting a higher-rated, higher-priced proposal is not justified.

CE Support Services JV, B-406542.2, Sep. 28, 2012.

Source selection officials in negotiated procurements have broad discretion in determining the manner and extent to which they will make use of technical and cost evaluation results; cost/technical tradeoffs may be made, and the extent to which one may be sacrificed for the other is governed only by the tests of rationality and consistency with the evaluation criteria. Where a cost/technical tradeoff is made, the source selection decision must be documented, and the documentation must include the rationale for any tradeoffs made, including the benefits associated with additional costs. FAR § 15.308. However, there is no need for extensive documentation of every consideration factored into a tradeoff decision, nor is there a requirement to quantify the specific cost or price value difference when selecting a higher-priced higher-rated proposal for award. FAR § 15.308.

MVM, Inc., B-407779, B-407779.2, Feb. 21, 2013.

[W]here an agency makes award to a higher-rated, higher-cost proposal in a best value acquisition, the award decision must be supported by a rational and adequately-documented explanation of why the higher-rated proposal is, in fact, superior, and why its technical superiority warrants paying a price premium. FAR § 15.308. An agency that fails to adequately document its source selection decision bears the risk that our Office may be unable to determine whether the decision was proper.

This generic, albeit often repeated, conclusion—that the [awardee’s] proposal offers the best value because it was ranked higher than the other two proposals and included more strengths than the other two proposals—does not meet the requirement for an explanation of why the higher-rated proposal is, in fact, superior, and why its technical superiority warrants paying a price premium.

Nexant, Inc., B-407708, B-407708.2, Jan. 30, 2013.

Source selection officials in negotiated procurements have broad discretion in determining the manner and extent to which they will make use of the technical and price evaluation results; price/technical tradeoffs may be made, and the extent to which one may be sacrificed for the other is governed only by the test of rationality and consistency with the solicitation’s evaluation criteria. Even where, as here, technical merit is significantly more important than price, an agency may properly select a lower-priced, lower-rated proposal if it reasonably decides that the price premium involved in selecting a higher-rated, higher-priced proposal is not justified.

Crockett Facilities Services, Inc., B-406558.3, Dec. 13, 2012.

In conducting cost/technical tradeoffs, selection officials retain considerable discretion in determining the significance of technical point score differentials. The determinative element is not the difference in technical scores per se, but the considered judgment of the selection officials concerning the significance of the difference. Further, the business judgment of a source selection official in determining how much additional cost an agency is willing to incur to obtain the benefit of a higher rated proposal is governed only by the tests of rationality and consistency with established evaluation criteria. Id.

Native Resource-Rowe Joint Venture, Inc., B-297084, Sept. 13, 2012.

We recognize that while agency selection officials may rely on reports and analyses prepared by others, the ultimate selection decision reflects the selection official’s independent judgment. However, the independence granted selection officials does not equate to a grant of authority to ignore, without explanation, those who advise them on selection decisions. Furthermore, although source selection evaluators may reasonably disagree with the findings and recommendations of evaluators, their independent judgments must be reasonable, consistent with the stated evaluation scheme, and adequately documented.

Clark/Foulger-Pratt JV, B-4066227.2, B-406627.2, July 23, 2012.

With regard to the SSA’s duties, again, while the agency is correct that an SSA may generally rely on reports and analyses prepared by others and need not actually read the proposals, the ultimate source selection decision must represent the SSA’s independent judgment. FAR § 15.308. That is, the FAR as well as our bid protest decisions recognize that while an SSA may rely on the views of others in making a source selection, this does not allow an SSA to abrogate his or her responsibility to exercise independent judgment.

CIGNA Government Services LLC, B-401062.2, B-401062.3, May 6, 2009.

An agency’s source selection decision cannot be based on a mechanical comparison of the offerors’ technical scores or ratings per se, but must rest upon a qualitative assessment of the underlying technical differences among competing offers.

One Large Metro LLC, Metroview Development Holdings, LLC, King Farm Associates, LLC, B-404896 et al., June 20, 2011.

While the protester is correct that agencies must adequately document cost/technical tradeoff decisions, detailing the relative strengths and weaknesses of the various proposals and explaining the reasons underlying a cost/technical tradeoff, no cost/technical tradeoff was required here, since the proposals were determined to be technically equal and the agency made award to the offeror submitting the lowest priced proposal. Further, the award was consistent with the terms of the solicitation. Although the RFP provided that the non-price evaluation factors were significantly more important than price, it also provided that, as proposals became more equal under the non-price factors, the importance of price would increase. In this regard, in a negotiated procurement with a best value evaluation methodology, where selection officials reasonably regard proposals as being essentially equal technically, price properly may become the determining factor in making award, notwithstanding that the solicitation assigned price less importance than technical factors. In these circumstances, in the absence of a timely challenge to either the technical or cost evaluation results, we find the award to [the awardee] on the basis of its lowest priced, technically equal proposal to be unobjectionable.

DIT-MCO International Corporation, B-311403, June 18, 2008.

In determining whether a particular evaluation conclusion is rational, we examine the record to determine whether the judgment was reasonable and in accord with the evaluation criteria listed in the solicitation. Such judgments are by their nature often subjective; nevertheless, the exercise of these judgments in the evaluation of proposals must be reasonable and must bear a rational relationship to the announced criteria upon which competing offers are to be selected.

In order for us to review an agency’s evaluation judgment, an agency must have adequate documentation to support its judgment. In this regard, the Federal Acquisition Regulation (FAR) requires that agencies sufficiently document their judgments, including documenting the relative strengths, deficiencies, significant weakness, and risks supporting their proposal evaluations. See FAR §§ 4.801(b), 15.305(a), 15.308. While an agency is not required to retain every document or worksheet generated during its evaluation of proposals, the agency’s evaluation must be sufficiently documented to allow review of the merits of a protest. Where an agency fails to document or retain evaluation materials, it bears the risk that there may not be adequate supporting rationale in the record for us to conclude that the agency had a reasonable basis for the source selection decision.

In determining the rationality of an agency’s evaluation and award decision, we do not limit our review to contemporaneous evidence, but consider all the information provided, including the parties’ arguments, explanations, and hearing testimony. While we consider the entire record, including the parties’ later explanations and arguments, we accord greater weight to contemporaneous evaluation and source selection material than to arguments and documentation prepared in response to protest contentions.

We recognize that it is not unusual for individual evaluator ratings to differ from one another, or to differ from the consensus ratings eventually assigned. The overriding concern for our purposes is not whether the final ratings are consistent with earlier, individual ratings, but whether they reasonably reflect the relative merits of the proposals.

Systems Research and Applications Corporation, Booz Allen Hamilton, Inc., B-299818 et al., Sept. 6, 2007.

In reviewing protests of allegedly improper evaluations, our Office will examine the record to determine whether the agency’s judgment was reasonable, consistent with the stated evaluation scheme, and in accordance with applicable procurement statutes and regulations. Source selection officials are vested with a very broad degree of discretion to determine the manner and extent to which they will make use of evaluation results. Point scores are useful as guides but do not mandate automatic selection of a particular proposal. Whether a given point spread between two competing proposals indicates a significant superiority of one proposal over another depends on the facts and circumstances of each procurement and is primarily a matter within the discretion of the procuring agency; factors to be considered include effect on performance and what it would cost for the government to take advantage of any perceived superiority. Where proposals reasonably have been considered substantially technically equal, cost may properly become the determining factor for award notwithstanding that the evaluation criteria assigned cost less importance than technical factors. Even if one proposal receives a higher technical evaluation score in a procurement where technical factors are more important than cost, the award to the lower priced offeror is proper where the cost premium is not justified given the level of technical competence available at the lower cost.

Dismas Charities, Inc., B-289513.3, March 26, 2004.

FAR Crosswalk: FAR Subpart 15.3, Source Selection; and FAR § 15.308.

Other Relevant Cases: See page 295 in the Index of Representative Cases.

Commentary: Many contract formation problems can be traced back to the terms of the solicitation and the acquisition planning that preceded the solicitation. This protest ground is no exception. Contracting officers are wise to spend a significant amount of time carefully going over Section L (Instructions to the Offerors) and Section M (Evaluation Criteria) prior to publicizing a solicitation. Although this seems very basic, a poorly worded or overly complicated evaluation scheme can make it quite difficult to defend a tradeoff decision.

Contracting officers should ensure that Sections L and M (or their equivalents) are mutually reinforcing—that is, that the information the government is asking offerors to submit matches up with the evaluation criteria that will be used in determining which offer represents the best value. Further, the contracting officer should ensure that the evaluation criteria are appropriate for that particular requirement. (See FAR 15.304, Evaluation factors and significant subfactors.) For DOD, guidance is provided in a Defense Procurement and Acquisition Policy (DPAP) memo dated March 4, 2011, which attaches the DOD Source Selection Procedures.

A typical mistake is to make the evaluation criteria more complicated than necessary. This is typically indicated by a promise to provide individual adjectival ratings for each one of a long list of factors, subfactors, and elements. Sometimes the source of this error is the contracting officer’s reliance on a previous solicitation as the template for the current solicitation.

Even assuming that the solicitation is well-written, the protest decisions have highlighted certain blunders made by agency evaluation officials that can lead to a sustained protest. One of the most common mistakes in this area is simply failing to document the rationale for the tradeoff analysis adequately. An inadequately documented source selection decision—even if it resulted in selection of the offeror representing the best value—can lead to a sustained protest or the need for the government to take “corrective action” in response to a protest. Often this mistake takes the form of failure to document the tradeoff analysis between a lower rated, but lower priced, offeror. That is, the source selection authority must explain why a higher priced offeror was worth the price premium vis-à-vis all other lower priced (but technically acceptable) offerors. If a competitive range was developed, this would be limited to those offerors in the competitive range.

SSAs cannot simply ignore the technically acceptable lower priced and lower rated offers, regardless of how obvious the decision may seem. As a general matter, SSAs should refer to the documents they relied on (such as the SSEB report) in their source selection decision.

Other common mistakes include (1) the use of mathematical formulas that end up showing a computation error of some kind, (2) failure to read the descriptions of the various adjectival ratings carefully and then assigning ratings that are at odds with the facts, and (3) evaluating offers in a way that evinces some sort of disparate treatment between offerors (for example, by assigning a weakness to one offeror’s proposal for a particular issue while ignoring the same issue in the awardee’s proposal).

In sum, conducting a negotiated procurement requires careful quality control by the contracting officer—starting with acquisition planning and drafting of the solicitation. Particular attention should be paid to drafting Sections L and M of a solicitation (or their equivalents). Further, the underlying documentation explaining the ultimate selection decision should be in sync with—and supported by—the underlying documentation. Since the most important document in protest litigation tends to be the source selection decision document (SSDD), it is critical that the SSDD clearly explain the basis for the government’s selection, especially the rationale for any tradeoff decisions that were made among the competing offerors. As always, the SSDD must be in strict accordance with the terms of the evaluation criteria set out in the solicitation.

Finally, the contracting officer should ensure that the debriefing is well written or well conducted (if oral). Typically the debriefing is the disappointed offeror’s sole window into the government’s conduct of the competition. If the debriefings are poorly drafted or poorly conducted, there is a greater likelihood of protest.

4. COMPETITIVE RANGE

Overview of This Protest Ground: Protests based on this ground are typically filed by disappointed offerors that believe they were unfairly or improperly excluded from the competitive range. The FAR sets out the rules for establishing a competitive range at FAR § 15.306(c). Basically, it is the group of offerors with whom the contracting officer plans to hold discussions—followed by their submission of final revised proposals.

The GAO and the courts generally defer to the agency’s competitive-range determination if it is reasonable and in accordance with the terms of the solicitation; however, they will apply closer scrutiny when the agency creates a competitive range of only one offeror. Furthermore, the GAO will overturn a competitive-range determination if it is based on an erroneous evaluation, if a technically acceptable offeror was excluded without an evaluation of that offeror’s price, or if the basis of the exclusion could have easily been addressed through discussions.

COFC’s Key Language

According to the Federal Acquisition Regulation (FAR), when agencies intend to hold discussions with offerors in negotiated procurements:

Agencies shall evaluate all proposals in accordance with [FAR] 15.305(a), and, if discussions are to be conducted, establish the competitive range. Based on the ratings of each proposal against all evaluation criteria, the contracting officer shall establish a competitive range comprised of all of the most highly rated proposals…. FAR 15.306(c)(1), 48 C.F.R. § 15.306(c)(1) (2007). This court has interpreted the language of FAR 15.306(c)(1) to require close scrutiny when an agency establishes a competitive range of only one offeror, thus allowing that offeror to modify its proposal through discussions, while denying this opportunity to other offerors. Where, as here, the government has established a competitive range of one, the court must closely examine the reasons for eliminating all other competitors from the procurement.

L-3 Communications EOTech, Inc. v. United States, 83 Fed. Cl. 643 (2008)

[The protester] interprets FAR 15.306(c)(1) to mean that discussions are required if a competitive range is set. The text of FAR 15.306(c)(1), however, provides that setting a competitive range is required only if discussions are to be conducted, but not the reverse.

Information Sciences Corp. v. United States, 80 Fed. Cl. 759 (2008).

GAO’s Key Language

Contracting agencies are not required to retain a proposal in a competitive range where the proposal is not among the most highly rated or where the agency otherwise reasonably concludes that the proposal has no realistic prospect of award. Federal Acquisition Regulation § 15.306(c)(1). Where a proposal is technically unacceptable as submitted and would require major revisions to become acceptable, exclusion from the competitive range is generally permissible. Proposals with significant informational deficiencies may be excluded, whether the deficiencies are attributable to either omitted or merely inadequate information addressing fundamental factors. In reviewing an agency’s decision to eliminate a proposal from the competitive range, we will not evaluate the proposal anew, but rather, we will examine the agency’s evaluation to ensure it was reasonable and in accord with the provisions of the solicitation; in this regard, a protester’s mere disagreement with an agency’s evaluation does not establish that the evaluation was unreasonable.

Kaseman, LLC, B-407797, B-407797.2, Feb. 22, 2013.

Our Office will review an agency’s evaluation and exclusion of a proposal from the competitive range for reasonableness and consistency with the solicitation criteria and applicable statutes and regulations. In this regard, contracting agencies are not required to retain in the competitive range proposals that are not among the most highly rated or that the agency otherwise reasonably concludes have no realistic prospect of being selected for award. Federal Acquisition Regulation (FAR) § 15.306(c). Proposals with significant informational deficiencies may be excluded, whether the deficiencies are attributable to omitted or merely inadequate information addressing fundamental factors. The determination of whether a proposal is in the competitive range is principally a matter within the judgment of the procuring agency. A protester’s mere disagreement with the agency’s evaluation does not show that it lacked a reasonable basis.

CeReTechs Ltd., B-406873.3, Sept. 25, 2012.

[T]here is no requirement preventing an agency from including a technically unacceptable proposal in the competitive range for the purpose of conducting discussions. The determination of whether a proposal is in the competitive range is principally a matter within the sound judgment of the procuring agency. While exclusion of technically unacceptable proposals is permissible, it is not required. A fundamental purpose in conducting discussions is to determine whether deficient proposals are reasonably susceptible of being made acceptable.

Beyel Brothers, Inc., B-406640, B-406640.2, July 18, 2012.

Here, based upon our examination of the record, we conclude that the agency’s competitive range determination was unreasonable in that there is no evidence that price was considered in deciding whether a proposal should be included or excluded. In this connection, we recognize that an agency may properly exclude a technically unacceptable proposal from the competitive range regardless of its price. We also recognize that an agency has the discretion to exclude a technically acceptable proposal that is not among the most highly rated proposals where it determines that the number of most highly rated proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted (provided that the solicitation notifies offerors, as the RFP here did, that the competitive range might be limited for purposes of efficiency). See FAR § 15.306(c)(2). An agency may not exclude a technically acceptable proposal from the competitive range, however, without taking into account the relative cost of that proposal to the government. That is, an agency may not exclude a technically acceptable proposal from the competitive range simply because the proposal received a lower technical rating than another proposal or proposals, without taking into consideration the proposal’s price. Similarly, an agency may not limit a competitive range for the purposes of efficiency on the basis of technical scores alone.

Arc-Tech, Inc., B-400325.3, Feb. 19, 2009.

The decision to establish a competitive range and the determination whether a proposal should be included therein is principally a matter within the sound judgment of the procuring agency. The significance of the weaknesses and/or deficiencies in an offeror’s proposal, within the context of a given competition, is a matter for which the procuring agency is, itself, the most qualified entity to render judgment. Our Office will review that judgment only to ensure it was reasonable and in accord with the solicitation provisions; a protester’s mere disagreement with an agency’s judgment does not establish that the judgment was unreasonable.

[T]he protester maintains that the agency impermissibly reopened the competitive range despite a FAR provision prohibiting it to do so. The provision in question provides as follows:

If an offeror’s proposal is eliminated or otherwise removed from the competitive range, no further revisions to that offeror’s proposal shall be accepted or considered.

FAR § 15.307(a). Under this provision, the contracting agency is prohibited from accepting further proposal revisions from an offeror where the offeror’s proposal is excluded from the competitive range. In our view, this provision does not address the situation where, as here, the agency decides to establish a new and/or revised competitive range; it would be unreasonable to interpret this provision to effectively deprive the agency of the discretion to establish a new and/or revised competitive range, to conduct discussions with competitive range offerors, or to evaluate revised proposals. In fact, FAR part 15 recognizes the authority to make successive competitive range determinations albeit generally with the intent of narrowing the competitive range. However, GAO consistently has upheld the agency’s authority to establish successive competitive ranges.

Cambridge Systems, Inc., B-400680, Jan. 8, 2009.

Although agencies are not required to retain proposals in the competitive range that the agency reasonably concludes have no realistic chance for award, where, as here, a determination to exclude a proposal is based entirely on the proposal’s higher evaluated cost, the agency’s cost realism analysis must be reasonably thorough, accurate and complete. Where an agency’s cost realism analysis reflects material errors or flawed assumptions it cannot be considered reasonable.

Global, A 1st Flagship Company, B-297235, B-297325.2, Dec. 27, 2009.

FAR Crosswalk: FAR §§ 15.306(c) and 15.307.

Other Relevant Cases: See page 296 in the Index of Representative Cases.

Commentary: It is not surprising that an offeror’s exclusion from the competitive range is frequently protested. If the offeror does not protest, it is effectively out of the running for that contract. Further, if there is some merit to the protest, the protest itself can lead the government to take a relatively simple corrective action that would allow the protester into the competitive range. If the government takes such corrective action, the GAO will typically dismiss the protest as academic. Such a decision, however, may just delay an inevitable protest until the time of contract award. Consequently, procuring agencies need to consider potential courses of action carefully on a case-by-case basis.

One of the mistakes agencies make in creating a competitive range is excluding a technically acceptable proposal without considering that offeror’s price. A closely related problem arises when the government has informally considered price but failed to document that fact. Additionally, the GAO has sustained a protest where the agency excluded an offeror from the competitive range for an issue that could easily have been corrected during discussions. Contracting officers should ensure that they have not made these common errors in developing—and documenting—their competitive range.

Finally, if the agency is going to create a competitive range of one offeror, the contracting officer must ensure that this decision is well-supported in the contemporaneous record. The GAO and the courts apply close scrutiny to such decisions. An agency must have a solid and supported rationale for creating a competitive range of one or the agency runs a significant risk that a protest by an excluded offeror may be sustained.

Finally, a note about debriefings. Under FAR § 15.505, an offeror that is excluded from the competitive range can request a debriefing; however, it must make that request within three days of the notification that it was not included in the competitive range. If the request it outside this time frame, the agency is not “required” to provide a debriefing. This same FAR section allows for a delayed debriefing until after award of the contract. This postponement may be in response to the excluded offeror’s response or it may be “for compelling reasons,” at the sole discretion of the contracting officer. Compare FAR § 15.505(a)(2) to FAR § 15.505(b).

Contracting officers should consult with their attorneys when deciding whether to delay a debriefing until after award because such a decision could result in a timely protest being filed following the award based on information contained in the postponed debriefing. If the excluded offeror requests that its debriefing be postponed until after award, the GAO has held that such a debriefing is not a “required” debriefing and therefore the time limits for filing a protest do not apply. If the contracting officer makes the decision to delay the debriefing under FAR § 15.505(b), a timely protest can still follow post-award. Thus, it is rarely advisable (from a protest perspective) to delay a required debriefing until post-award.

5. EVALUATION IN STRICT ACCORDANCE WITH THE SOLICITATION

Overview of This Protest Ground: This may be the most common protest ground of all. It is generally a straightforward challenge to the agency’s selection decision. The argument is that the agency did not follow its own evaluation scheme as set out in the solicitation, to the protester’s detriment. This protest ground can be surprisingly successful.

Sometimes the agency fails to pay close enough attention to the stated basis for the award in its own solicitation. This happens in multiple ways, including when an agency evaluates proposals based on an undisclosed factor. There is a somewhat nuanced distinction in this regard. The GAO cases differentiate between the government’s improper use of an “undisclosed evaluation factor” and its use of an evaluation consideration that is “reasonably and logically encompassed” within the express evaluation criteria in the solicitation. The GAO explains that it looks for a “clear nexus” between the stated criteria and the actual substance of the evaluation. This can be a rather subjective inquiry. When the GAO finds that the agency failed to follow its own evaluation scheme to the protester’s competitive harm, GAO will generally sustain the protest.

COFC’s Key Language

[T]his court typically reviews the source selection plan, evaluation worksheets, consensus ratings and the source selection decision document for evidence of rational decision-making and adherence to the evaluation criteria expressed in a solicitation.

Huntsville Times Co. Inc. v. United States, 98 Fed. Cl. 100 (2011).

GAO’s Key Language

It is a fundamental procurement principle that agencies must evaluate proposals consistent with the terms of a solicitation and, while evaluation of offerors’ proposals is generally a matter within the procuring agency’s discretion, our Office will question an agency’s evaluation where it is unreasonable, inconsistent with the solicitation’s stated evaluation criteria, or undocumented. Contracting officials do not have the discretion to announce in the solicitation that they will use one evaluation plan, and then follow another without informing offerors of the changed plan. Further, while source selection officials may reasonably disagree with the evaluation ratings and results of lower-level evaluations, they are nonetheless bound by the fundamental requirements that their independent judgments be reasonable, consistent with the stated evaluation factors, and adequately documented.

Nuclear Production Partners LLC, B-407948 et al., April 29, 2013.

Agencies are required to evaluate proposals based solely on the factors identified in the solicitation, and must adequately document the bases for their evaluation conclusions. While agencies properly may apply evaluation considerations that are not expressly outlined in the RFP, where those considerations are reasonably and logically encompassed within the stated evaluation criteria, there must be a clear nexus between the stated criteria and the unstated considerations. Although we will not substitute our judgment for that of the agency, we will question the agency’s conclusions where they are inconsistent with the solicitation criteria, undocumented, or not reasonably based.

Y&K Maintenance, Inc., B-4015310.6, Feb. 2, 2012.

As a general matter, in reviewing protests challenging an agency’s evaluation of proposals, our Office will not reevaluate proposals; rather, we will examine the record to determine whether the agency’s evaluation conclusions were reasonable and consistent with the terms of the solicitation and applicable procurement laws and regulations. A protester’s mere disagreement with a procuring agency’s judgment is insufficient to establish that the agency acted unreasonably.

The evaluation of an offeror’s past performance is within the discretion of the contracting agency, and we will not substitute our judgment for reasonably based past performance ratings. Where a solicitation calls for the evaluation of past performance, we will examine the record to ensure that the evaluation was reasonable and consistent with the solicitation’s evaluation criteria and procurement statutes and regulations. An offeror’s mere disagreement with the agency’s evaluation judgments does not demonstrate that those judgments are unreasonable.

Colt Defense, LLC, B-406696, July 24, 2012.

Our Office will review an allegedly improper technical evaluation of product samples to determine whether the evaluation was fair, reasonable, and consistent with the evaluation criteria. We will not make an independent determination of the merits of an offeror’s proposal; rather, we will review the evaluation record, including the results of any test demonstration, to ensure that the agency’s technical judgment has a rational basis and is consistent with the stated evaluation criteria. Our Office affords particular deference to the technical expertise of agency personnel regarding judgments that involve matters of human life and safety and the conduct of qualification testing is an area where contracting agencies have broad discretion so long as their action is reasonable and does not prejudice potential offerors by, for example, treating them unequally.

Rocamar Engineering Services, Inc., B-406514, June 20, 2012.

As a general rule, agencies are required to advise offerors of the evaluation criteria against which proposals will be evaluated. Although agencies are not required to identify each and every element encompassed within the solicitation’s evaluation scheme, unstated evaluation considerations must reasonably be subsumed within the stated considerations.

IBM Global Business Services, Inc., B-404498, B-404498.2, Feb. 23, 2011.

[I]t is a fundamental principle of federal procurement law that a contracting agency must evaluate all offerors’ proposals against the solicitation’s stated evaluation criteria.

Wood Cuts, B-403960.3, May 19, 2011.

It is a fundamental principle of government procurement that competition must be conducted on an equal basis, that is, offerors must be treated equally and be provided with a common basis for the preparation of their proposals. Our Office will sustain a protest that an agency improperly relaxed its requirements for the awardee where the protester establishes a reasonable possibility that it was prejudiced by the agency’s actions.

Trammell Crow Company, B-311314.2, June 20, 2008.

An agency is obligated to conduct an evaluation consistent with the evaluation scheme set forth in the RFP. FAR § 15.305(a). We recognize that proposal evaluation judgments are by their nature often subjective; nevertheless, the exercise of these judgments in the evaluation of proposals must be reasonable and must bear a rational relationship to the announced criteria upon which competing offers are to be selected. In order for our Office to perform a meaningful review, the record must contain adequate documentation showing the bases for the evaluation conclusions and source selection decision.

…the assignment of adjectival ratings and the source selection should generally not be based upon a simple count of strengths and weaknesses, but upon a qualitative assessment of the proposals.

The Boeing Company, B-311344 et al., June 18, 2008.

FAR Crosswalk: FAR § 15.305(a).

Other Relevant Cases: See page 296 in the Index of Representative Cases.

Commentary: The most effective way for the government to prevent a sustained protest on this ground is to apply a thorough and ongoing quality control process throughout the contract formation phase of the acquisition. This quality control must begin during acquisition planning/solicitation drafting, continue through the source selection board process, and culminate in a well-written source selection decision that is tied tightly to the terms of the solicitation.

The importance of closely following the terms of the solicitation should be emphasized to the source selection evaluation board (SSEB). Since it is not uncommon for an SSEB to be partially or totally composed of government employees who have never participated in a source selection before, it is incumbent on the contracting officer to ensure that the board evaluates the competing proposals in accordance with the solicitation—especially the evaluation criteria.

If the board uses undisclosed criteria in its evaluation, it is difficult to compensate for that error in the source selection decision document that the source selection authority ultimately signs. Rather, it may require that the SSEB be reconvened to ensure that its consensus report comports with the terms of the solicitation. This process often benefits from peer reviews—where an experienced contracting officer (not involved in the procurement) closely reviews the source selection prior to final signature. It is also an area where the agency’s attorney can provide significant value by ensuring that the source selection decision document (and other documents such as the SSEB report) is in strict compliance with the terms of the solicitation.

6. EVALUATION TEAM

Overview of This Protest Ground: This protest ground is typically filed by a disappointed offeror that believes the agency’s evaluators were not properly qualified to take part in the evaluation. This argument most commonly arises in more complicated technical requirements. The protester generally argues that if the agency had ensured that it selected qualified individuals to serve as SSEB members, the protester’s proposal would have been rated more favorably.

GAO’s Key Language

In our view, a procuring agency’s technical personnel, who are most familiar with the government’s requirements, are in the best position to make judgments regarding the methods for meeting those requirements, and this Office will not question those determinations absent a showing that they are unreasonable. In this regard, we will afford particular deference to the technical expertise of agency personnel regarding judgments that involve matters of human life and safety.

Ultra Electronics Ocean Systems, Inc., B-400219, Sept. 8, 2008.

We find that the protesters’ speculative challenges to the qualifications of the Navy’s evaluators provide us with no basis to question the agency’s product sample evaluation. Moreover, we have long found that the selection of individuals to serve as evaluators is a matter within the discretion of the agency, and, accordingly, we do not review allegations, such as these, concerning the evaluators’ qualifications or the composition of evaluation panels absent a showing of possible fraud, conflict of interest, or actual bias on the part of evaluation officials, none of which have been alleged or shown here.

IMLCORP LLC, Wattre Corporation, B-310582 et al., Jan. 9, 2008.

FAR Crosswalk: FAR § 15.303.

Other Relevant Cases: See page 297 in the Index of Representative Cases.

Commentary: A sustained protest stemming from a challenge to the qualifications of the government’s evaluators is exceedingly rare because the standard that the protester must meet is so high. That being said, it is obviously in the agency’s best interest to ensure that its evaluators are qualified and capable to evaluate the competing proposals intelligently and meaningfully for any requirement, especially those that are technical in nature.

Although a protest that challenges the evaluator’s qualifications may not be successful per se, the government runs the risk that the underlying evaluations will not be defensible if the evaluators are not qualified. This should be made clear to government supervisors at the requiring activity who must make decisions about who they want to make available for an SSEB. It is not uncommon for a supervisor to want to avoid having the best and most qualified workers diverted to a weeks-long (or months-long) evaluation process. Providing evaluators with questionable qualifications or who do not pay attention to detail can lead to lengthy delays and disruptions stemming from meritorious protests.

7. RELATIVE IMPORTANCE OF FACTORS AND SUBFACTORS IN A SOLICITATION

Overview of This Protest Ground: This protest ground is based on the contention that the government failed to evaluate the proposals properly by failing to accord the appropriate weight to the competing factors in negotiated procurements. The requirement for stating the relative importance of cost and price as compared to noncost/price factors is a statutory requirement for negotiated procurements. See 41 U.S.C. § 253a(b)(1)(A) and 10 U.S.C. § 2305(a)(3)(A)(iii). This requirement, which is implemented at FAR § 15.304(e), requires the agency to disclose whether the nonprice/cost factors, when combined, are (1) significantly more important than cost/price, (2) approximately equal to cost/price, or (3) significantly less important than cost/price. This requirement is designed to promote true competition on an even playing field where all the offerors are clear on how the government values the various factors.

Some of the cases in this area involve a situation where the government failed to list the relative importance of the factors. Other protests allege that the government employed a relative-importance system that differed from the one stated in the solicitation. These are errors that can be avoided by clearly explaining the relative value of the factors and subfactors in the solicitation.

CAFC’s Key Language

The trial court cited a number of GAO bid protest cases holding that when “a solicitation indicates that price will be considered, without explicitly indicating the relative weight to be given to price versus technical factors, price and technical considerations will be accorded approximately equal weight and importance in the evaluation.” While neither the USPS [US Postal Service] nor this court is bound by those decisions, we conclude that they provide a reasonable interpretation of a solicitation that does not explicitly state the relative weights of technical and price factors. In view of those decisions, the contracting officer in this case made a reasonable judgment when he considered price and technical to be approximately equal and ultimately concluded that the additional cost of Guilford’s proposal would not offset its strong technical evaluation.

Banknote Corp. of Am., Inc. v. United States, 365 F.3d 1345, 1348 (Fed. Cir. 2004).

COFC’s Key Language

The court begins its discussion by examining [the protester’s] contention that the [Agency’s] evaluation scheme was flawed. Federal law requires that in solicitations for competitive proposals, contracting agencies are required to describe “all significant factors and significant subfactors” that “the agency reasonably expects to consider in evaluating” the proposals, as well as “the relative importance assigned to each of those factors and subfactors.” 10 U.S.C. § 2305(a)(2)(A) (2000); accord id. § 2305(a)(3)(A). Agencies have the “broad discretion” to identify the relevant factors and subfactors and their relative importance. FAR § 15.304(c). While those factors may include technical excellence, management capability, personnel qualifications, prior experience, past performance, and small business participation, agencies must identify price as a factor that they will consider. 10 U.S.C. § 2305(a)(3)(A); FAR § 15.304(c)(1)(5). In addition, agencies must indicate whether the nonprice factors, when combined, are significantly more important than, approximately equal to, or significantly less important than price. 10 U.S.C. § 2305(a) (3)(A)(iii).

Femme Comp, Inc. v. United States, 83 Fed. Cl. 704 (2008).

GAO’s Key Language

It is fundamental that offerors should be advised of the basis on which their proposals will be evaluated. CICA requires that contracting agencies set forth in a solicitation all significant evaluation factors and their relative importance. 10 U.S.C. § 2305(a)(2)(A)(i), (ii) (2006). This standard is not satisfied where offerors are misled as to the manner in which price will be considered in the evaluation.

PCCP Constructors, JV, Bechtel Infrastructure Corporation, B-405036 et al., Aug. 4, 2011.

We recognize that CICA exempts solicitations in procurements using simplified procedures from the requirement that the relative importance of evaluation factors be disclosed. 10 U.S.C. § 2305(a)(2). Moreover, we are sensitive to the fact that the thrust of FAR parts 12 and 13 is to avoid the use of procedures that constrict and complicate the acquisition process, and that FAR §§ 12.602(a) and 13.106-1(a)(2) do not, on their face, limit a contracting officer’s discretion to disclose, or not disclose, the relative weight of evaluation criteria in a commercial item procurement conducted using simplified procedures. Nonetheless, basic principles of fair play are a touchstone of the federal procurement system, and those principles bound even broad grants of agency discretion. In addition, even when using simplified procedures—and before them, when using small purchase procedures—federal procurements must be conducted with the concern for a fair and equitable contest that is inherent in any competition.

Finlen Complex, Inc., B-288280, Oct. 10, 2001.

Furthermore, even the contracting officer’s post-protest trade-off analysis rests upon the incorrect assumption that technical factors were entitled to considerably greater weight than price in determining best value under this solicitation. In this regard, the contracting officer states as follows:

Based on the order of importance of the evaluation factors for an award, technical factors are of paramount consideration; it is clear to the Contracting Officer that the difference in costs did not outweigh [the awardee’s] technical superiority to [the protester].

This is contrary to our well-settled rule that where, as here, a solicitation fails to specify the relative weights of technical and price factors, it must be presumed that they are of equal weight.

Locus Technology, Inc., B-293012, Jan. 16, 2004.

FAR Crosswalk: FAR § 15.304(e).

Other Relevant Cases: See page 297 in the Index of Representative Cases.

Commentary: A review of the sustained protests in this area demonstrates that agencies make several mistakes, including (1) simply failing to advise offerors of the relative importance of the factors and subfactors and, instead of treating them equally, weighting some more heavily than others during the evaluation, (2) using “pass/fail” ratings for factors that are listed in “descending” order of importance and thereby using incompatible evaluation techniques, and (3) evaluating in a manner at odds with the relative value of factors that was stated in the solicitation. This is a protest ground that can easily be prevented by simply stating the relative weight of the factors and subfactors in the solicitation and then following that evaluation scheme during the competition.

The GAO recognizes that FAR Parts 12 and 13 do not mandate the listing of the relative weights of the factors but cites “basic principles of fair play” in the event that the factors are not rated as being equal. As a practical matter, the mere fact that FAR Parts 12 and 13 do not mandate the listing of the relative importance of the factors is not a good reason for not listing them. Stated another way, there seems to be no good reason to hide the relative value of the factors in a competition regardless of the flexibility provided in certain portions of the FAR.

8. PAST PERFORMANCE

Overview of This Protest Ground: Protests in this area are generally filed by disappointed offerors arguing that the government unfairly evaluated their past performance or unfairly gave the awardee too much credit for its past performance. This common protest ground takes many different forms. The most common argument is that if the government had evaluated the protester’s past performance properly, the protester would have received a higher rating and been awarded the contract. Other past performance–related allegations that are frequently made are that the government (1) improperly viewed a past contract in terms of relevance, ascribing either too much relevance to the awardee’s project or not enough to the protester’s; (2) incorrectly evaluated (or excluded) the past performance of key personnel, predecessor companies, affiliated companies, subcontractors, teaming partners, etc.; (3) failed to properly ascribe a “neutral” rating for the lack of past performance as required by law; (4) considered adverse past performance information to which the protester did not have an opportunity to respond, contrary to law; (5) used one standard for the protester’s past performance evaluation and another for the awardee’s evaluation (“disparate treatment”); (6) failed to seek enough information on the offeror’s past performance; and (7) ignored information that was not in the offeror’s proposal but was “too close at hand” to ignore. This section is presented accordingly. It starts with the rules applied by the forums for the run-of-the-mill allegations regarding past performance and then sets out these seven specific subareas.

A. Past Performance Generally

COFC’s Key Language

Past performance information is used as an indicator of an offeror’s ability to perform the contract successfully. FAR § 15.305(a)(2)(i). Currency and relevance of the information, source of the information, context of the data, and general trends in the contractor’s performance are considered. Id. The source selection authority determines the relevance of similar past performance information. FAR § 15.305(a)(2)(ii). When the Court considers a challenge to the past performance evaluation conducted in the course of a negotiated procurement, “the greatest deference possible is given to the agency.” Gulf Group Inc. v. United States, 61 Fed. Cl. 338, 351 (2004); Overstreet Elec. Co. v. United States, 59 Fed. Cl. 99, 117 (2003) (“[W]hen a procurement involves performance standards… a court must grant even more deference to the evaluator’s decision… a triple whammy of deference”); Computer Sciences Corp. v. United States, 51 Fed. Cl. 297, 319 (2002) (“An agency is accorded broad discretion when conducting its past performance evaluations.”) (citing SDS Int’l v. United States, 48 Fed. Cl. 759, 769 (2001)). As long as evaluators “considered the relevant factors and information and articulated a reason for their decision that is not clearly erroneous, the Court will defer to the judgment of the Executive branch.” Gulf Group, 61 Fed. Cl. at 353.

The deference the Court gives an agency in performing a past performance evaluation is not, however, without limit, as “it is settled law that past performance evaluations are subject to the same APA review as other agency actions challenged in this court on a bid protest.” CSE Constr. Co. v. United States, 58 Fed. Cl. 230, 252 (2003); Seattle Sec. Servs., Inc. v. United States, 45 Fed. Cl. 560, 567 (2000) (stating that “bound by the arbitrary and capricious standard of review, the exercise of this discretion obviously must be reasonable”). Accordingly, the Court’s review of an agency’s “evaluations of an offeror’s… past performance should be limited to determining whether the evaluation was reasonable, consistent with the stated evaluation criteria and complied with relevant statutory and regulatory requirements.” Univ. Research Co., LLC v. United States, 65 Fed. Cl. 500, 505-06 (2005) (quoting JWK Int‘l Corp. v. United States, 52 Fed. Cl. 650, 659 (2002)).

Plasan N. Am., Inc. v. United States, 109 Fed. Cl. 561 (2013).

In reviewing an agency’s rating of past performance, this court should focus on whether “the evaluation was reasonable, consistent with the stated evaluation criteria[,] and compli[ant] with relevant statutory and regulatory requirements.” JWK Int’l Corp. v. United States, 52 Fed. Cl. 650, 659 (2002). The procuring authority is not remitted to her own resources in developing information about past performance. The offeror bears the affirmative obligations of ensuring that its response to a Solicitation is complete and of clarifying any concerns that might arise from the Contracting Officer or other procuring authority.

RISC Mgmt. Joint Venture v. United States, 69 Fed. Cl. 624 (2006).

GAO’s Key Language

[A]n agency may reasonably assign a higher rating for directly related experience even where such experience was not stated to be a requirement.

Sigmatech Inc., B-406288.2, July 20, 2012.

While a solicitation may specify the time frame for references an offeror may submit regarding past performance, such a limitation does not imply a limitation on the agency’s evaluation of past performance.

Although, as noted above, the RFP instructed offerors to submit past performance references that had occurred in the preceding 3 years (which at the time of [the protester’s] past performance proposal in June 2008 could have included the 2007 default termination), [the protester] points to no limitation on the [agency’s] consideration of relevant past performance that was beyond that time—either in the RFP or by statute or regulation. Rather, the RFP description of the past performance evaluation merely indicated that more weight would be given to more recent experience. It did not foreclose consideration of older (or, for that matter, more recent) performance than the offeror had submitted.

Bannum, Inc., B-404712, March 1, 2011.

Notwithstanding that the RFP solicited a variety of past performance information from offerors with no parameters, it set explicit parameters for consideration of past performance questionnaires. In particular, the RFP required questionnaires to come from verified points of contact rather than from the offeror itself. As explained by the contracting officer, since [a particular] questionnaire was submitted directly by [the protester], rather than by the third party reference, the agency was unable to validate the integrity of the information in the questionnaire. In determining the quality and relevance of an offeror’s past performance information, an agency reasonably may consider the credibility of the information’s source. Indeed, under the Federal Acquisition Regulation (FAR), agencies are required to consider the source of past performance information. FAR § 15.305. Since the [particular] questionnaire was not in the same format as the questionnaires used in the RFP, and was submitted by [the protester] itself—with an obvious stake in the evaluation—instead of directly from the third party reference, as provided for under the RFP, the agency reasonably could conclude that it lacked sufficient credibility. It follows that the agency reasonably disregarded the questionnaire and based [the protester’s] past performance evaluation on the other four questionnaires.

Alaska Mechanical, Inc., B-404191, Dec. 15, 2010.

An agency may properly consider the termination of a firm’s contract in its past performance evaluation, even where the termination has been appealed; the fact that a termination may ultimately be overturned on appeal does not demonstrate that the agency’s earlier consideration of that default termination in a past performance evaluation was unreasonable.

Commissioning Solutions Global, LLC, B-403542, Nov. 5, 2010.

As a general matter, the evaluation of an offeror’s past performance is within the discretion of the contracting agency, and we will not substitute our judgment for reasonably based past performance ratings. Where a protester challenges the past performance evaluation and source selection, we will review the evaluation and award decision to determine if they were reasonable and consistent with the solicitation’s evaluation criteria and procurement statutes and regulations, and to ensure that the agency’s rationale is adequately documented. A protester’s mere disagreement with the agency’s determinations as to the relative merit of competing proposals, and its judgment as to which proposal offers the best value to the agency, does not establish that the evaluation or source selection was unreasonable.

Shaw-Parsons Infrastructure Recovery Consultants, LLC, Vanguard Recovery Assistance, Joint Venture, B-401679.8, B401679.9, Sept. 8, 2010.

Moreover, we find the agency had a reasonable basis for limiting its evaluation of the past performance… to the last 15 months. While an agency is required to evaluate offerors’ past performance reasonably and on the same basis, an agency has considerable discretion in determining, for example, what past performance information it will consider.

World Airways, Inc., B-402674, June 25, 2010.

Generally, an agency’s evaluation under an experience factor is distinct from its evaluation of an offeror’s past performance. Specifically, the former focuses on the degree to which an offeror has actually performed similar work, whereas the latter focuses on the quality of the work.

Shaw-Parsons Infrastructure Recovery Consultants, LLC, B-401679.4, B-401679.5, B-401679.6, B-401679.7, March 10, 2010.

[O]ur office has recognized that an agency, even under generally-worded experience criteria, may properly consider the extent to which offerors have experience directly related to the work required by the RFP. We also have recognized that a particular offeror may possess unique advantages or capabilities due to its prior experience under a government contract and that the government is generally not required to attempt to equalize competition or compensate for it.

ITT Corporation, Systems Division, B-310102.6 et al., Dec. 4, 2009.

Where, as here, the RFQ only requires performance and not completed performance, we will not find unreasonable an agency’s decision to consider performance of ongoing contracts.

Commissioning Solutions Global, LLC, B-401553, Oct. 6, 2009.

Regardless of the color rating assigned [for past performance], such ratings are merely guides for intelligent decision-making in the procurement process; and where, as here, the agency considers the underlying basis of the ratings and rationally determines that a color rating does not provide higher confidence in performance, the actual color rating assigned is inconsequential in the analysis.

Precision Mold & Tool, B-400452.4, B400524.5, April 14, 2009.

With regard to the evaluation team relying on its own knowledge, we have held that an evaluator’s personal knowledge of an offeror may be properly considered in a past performance evaluation.

Daylight Tree Service & Equipment, LLC, B-310808, Jan. 29, 2008.

As discussed above, an agency is generally not precluded from considering any relevant information, and is not limited to considering only the information provided within the “four corners” of vendor’s quotation when evaluating past performance. See FAR § 15.305(a)(2)(ii); Likewise, there exists no requirement mandating that an agency contact the specific individual designated by the vendor as the reference when seeking past performance information. Rather, the relevant inquiry as to who may furnish a past performance reference is whether the individual has a sufficient basis of knowledge to render an informed opinion regarding the vendor’s prior work efforts.

Paragon Systems, Inc., B-299548.2, Sept. 10, 2007.

Where an agency utilizes a lowest price technically acceptable source selection process, the FAR provides that past performance need not be an evaluation factor at all. However, when it is included, it cannot be utilized for the purpose of making a “comparative assessment”; rather, past performance is to be determined solely on a pass/fail basis.

FAR § 15.101-2. Our Office has long held that pass/fail evaluations of capability issues, such as past performance, are tantamount to responsibility determinations, with the result that a rating of “unacceptable” in these areas is the same as a determination of nonresponsibility. Consistent with this premise, in the context of a lowest price technically acceptable evaluation scheme, where the contracting officer determines that a small business’ past performance is not acceptable, “the matter shall be referred to the Small Business Administration for a Certificate of Competency determination.”4 FAR § 15.101-2(b)(1).

Frontier Systems Integrators, LLC, B-298872.3, Feb. 28, 2007.

The protester’s argument is akin to the position of protesters who complain that they were not given extra credit in an evaluation for their status as the incumbent. In such cases we have routinely found evaluations to be reasonable where the agency did not provide such credit.

General Dynamics-Ordnance & Tactical Systems, B-295987, B-295987.2, May 20, 2005.

Where a solicitation advises offerors that experience is to be evaluated, an agency may properly consider an offeror’s specific experience in the area that is the subject of the procurement. In this regard, experience as an incumbent may offer genuine benefits to an agency and may reasonably distinguish the incumbent’s proposal.

Burns and Roe Services Corporation, LLC, B-291530, Jan. 23, 2003.

An agency is not limited to the “four corners” of an offeror’s proposal in the evaluation of proposals, and may use other information known by its own evaluators.

Forest Regeneration Services LLC, B-290998, Oct. 30, 2002.

B. Subground 1: Improper Evaluation of Relevance of Past Work

COFC’s Key Language

An agency has broad discretion in making past performance evaluations. An agency may consider both relevance and quality of work in evaluating past performance and may give unequal weight to different contracts when the agency views one as more relevant than another.

SDS Int’l v. United States, 48 Fed. Cl. 759 (2001).

[W]hile the FAR requires that the “currency and relevance” of past performance information “shall be considered” in these evaluations, 48 C.F.R. § 15.305(a)(2)(i), and that the solicitation “shall describe the approach for evaluating past performance…. and shall provide offerors an opportunity to identify past or current contracts… for efforts similar to the Government requirement,” 48 C.F.R. § 15.305(a)(2)(ii), the FAR does not dictate how relevance or similarity is to determined. There are innumerable ways in which past performance may be relevant—including, for instance, the type, volume, and speed of work performed—and “the FAR does not require the agency to distinguish between relative degrees of relevance.” Univ. Research Co. v. United States, 65 Fed. Cl. 500, 508 (2005). Only a “threshold level of relevance” is required, id., although an agency could bind itself to a particular approach to determining relevance in the RFP, making particular qualities (such as size of contract) necessary ingredients to the determination. While an agency is certainly free to give more weight to contracts that are more relevant to the work being procured, and could make contract size dispositive for relevance, there is no external requirement that it do so.

Tech Systems, Inc. v. United States, 97 Fed. Cl. 262 (2011).

GAO’s Key Language

Where, as here, a solicitation contemplates the evaluation of vendors’ past performance, the contracting agency has the discretion to determine the relevance and scope of the performance history to be considered, and our Office will not question the agency’s judgment unless it is unreasonable or inconsistent with the terms of the solicitation or applicable procurement statutes and regulations. A protester’s disagreement with the agency’s judgment, without more, does not establish that an evaluation was unreasonable.

Insect Shield Manufacturing, LLC, B-408067.3, Aug. 8, 2013.

[O]nly relevant past performance should be considered in a past performance evaluation. See Federal Acquisition Regulation § 15.305(a)(2). We think a contractor’s successful price and contractual history on irrelevant contracts is not material or pertinent to whether an offeror could successfully perform the agency’s requirements here. Thus, the [the agency] has advanced no plausible basis to find that [the protester] was not prejudiced here.

The Emergence Group, B-404844.7, Feb. 29, 2012.

The RFP did not state that, in evaluating past performance, the agency would consider the length of time that an offeror had performed a contract; it is self-evident, however, that the length or duration of an offeror’s prior contract effort logically relates to both the relevance and quality of an offeror’s past performance. In evaluating an offeror’s likelihood of successful performance, a prior contract effort that is of brief or limited duration is simply not as probative of an offeror’s record as a contract for a lengthier period of time. Where, as here, the RFP stated that prior contracts would be assessed to determine whether they were the same or similar in nature, size, and complexity as the requirement being procured under this solicitation, we see nothing unreasonable in the agency’s consideration of the length of contract performance in its evaluation of past performance. Given the one year base period of the contract and the fact that Nova had performed the incumbent effort for approximately 10 weeks at the time of the evaluation here, we find the agency’s decision to give Nova’s performance of that contract no weight and not to consider it as relevant to the evaluation of Nova’s past performance was neither unreasonable nor inconsistent with the solicitation.

Nova Technologies, B-403461.3, B-403461.4, Feb. 28, 2011.

In evaluating proposals, an agency properly may take into account specific, albeit not expressly identified, matters that are logically encompassed by, or related to, the stated evaluation criteria. Size is a proper consideration in determining whether an offeror has experience and a record of past performance under similar contracts. Here, the agency established a minimum relevance value of $5 million; the estimated contract value of the first option year was expected to be approximately $11 million, and the agency determined that a contract approximately half that size would be sufficient to be predictive of the quality of performance of the current requirement. Establishing a threshold value in this manner was sufficiently related to the relevance criterion, and we find nothing inherently unreasonable in a threshold of approximately one-half the value of the current requirement. While [the protester] believes, essentially, that a lower contract value should not have precluded consideration of its other, lower value projects in the evaluation, there simply was no requirement that the agency give weight to such projects.

AMI-ACEPEX, Joint Venture, B-401560, Sept. 30, 2009.

Contrary to [the protester’s] contentions, the agency can reasonably give differing weight to an offeror’s prior contracts based upon their similarity or relevance to the required effort. Thus, the agency could reasonably give more weight to the documented instances of poor performance by [the protester] under the incumbent… contract than the instances of good performance under less relevant contracts.

Kuhana-Spectrum, B-401270, July 20, 2009.

[T]he agency’s failure to assess the relevance of individual contracts in determining the weight to assign offerors’ performance of them was contrary to the direction in Federal Acquisition Regulation § 15.305(a)(2)(i) that “the currency and relevance” of the information should be considered in the evaluation of past performance.

United Paradyne Corporation; B-297758, March 10, 2006.

[I]t is the responsibility of the offeror to provide sufficient information about the projects in its proposal to ensure they will be assessed as relevant.

Hera Constructive S.A./Synthesis S.A., Joint Venture, B-297367, Dec. 20, 2005.

While the language in section L of this solicitation may have caused the protester to anticipate that the agency would distinguish between degrees of relevance in evaluating past performance, we agree with the agency that there is nothing in the RFP that requires it to do so. Simply put, information provided in section L of an RFP is not the same as evaluation criteria in section M; rather than establishing minimum evaluation standards, section L generally provides guidance to assist offerors in preparing and organizing their proposals. In addition, information required by section L does not have to correspond to the evaluation criteria in section M. Thus, we see nothing in the requirement that offerors provide information about contracts “that are similar in nature to the solicitation work scope,” RFP at 62, or in the other section L provisions quoted above, that dictates that the agency must weight differently—within its assessment of each offeror’s collective experience—the ratings given each company.

University Research Company, LLC, B-294358.6, B-294358.7, April 20, 2005.

C. Subground 2: Improper Evaluation of Key Personnel, Predecessor Companies, Subcontractors, or Teams

COFC’s Key Language

The FAR states that an “evaluation should take into account past performance information regarding… subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.” FAR § 15.305(a)(2)(iii). Contrary to plaintiff’s argument that this requires review of critical subcontractors, this Court has interpreted this phrase as a permissive rather than mandatory consideration. “[T]he SSA ‘should,’ not must, ‘take into account past performance information regarding… key personnel… or subcontractors.’” PlanetSpace, Inc. v. United States, 92 Fed. Cl. 520, 539 (Fed. Cl. 2010) (emphasis in original) (“[W]hile it would have been reasonable for the SSA to… conclude that the past performance of plaintiff’s… subcontractors was relevant and in plaintiff’s favor, it was also reasonable for the SSA to conclude otherwise, given plaintiff’s own lack of past performance.”). See Linc Gov’t Servs., 96 Fed. Cl. at 718 (“[T]he FAR provides merely that the SSA ‘should,’ rather than must, ‘take into account past performance information regarding… subcontractors.’”).

Plasan N. Am., Inc. v. United States, 109 Fed. Cl. 561 (2013).

GAO’s Key Language

An agency properly may attribute the experience or past performance of a parent or affiliated company to an offeror where the firm’s proposal demonstrates that the resources of the parent or affiliate will affect the performance of the offeror. The relevant consideration is whether the resources of the parent or affiliated company—its workforce, management, facilities or other resources—will be provided or relied upon for contract performance such that the parent or affiliate will have meaningful involvement in contract performance. While it is appropriate to consider an affiliate’s performance record where the affiliate will be involved in the contract effort or where it shares management with the offeror, it is inappropriate to consider an affiliate’s record where that record does not bear on the likelihood of successful performance by the offeror.

IAP World Services, Inc., B-407917.2 et al., July 10, 2013.

While solicitations must inform offerors of the basis for proposal evaluation, and the evaluation must be based on the factors set forth in the solicitation, Federal Acquisition Regulation § 15.304, agencies are not required to specifically list every area that may be taken into account, provided such areas are reasonably related to or encompassed by the stated criteria.… In our view, evaluating whether the team had experience working as a team is logically encompassed by the solicitation notice that the agency would evaluate the experience of the proposed team.

An agency properly may consider the relevant experience and past performance history of the individual joint venture partners of the prime contractor in evaluating the past performance of a joint venture, so long as doing so is not expressly prohibited by the RFP.

HydroGeoLogic, Inc.; B-406635 et al., July 25, 2012.

We have found that the significance of, and the weight to be assigned to, a prime contractor’s versus a subcontractor’s past performance is principally a matter of contracting agency discretion.

When an agency is evaluating the experience and past performance of a mentor-protégé joint venture, absent an express prohibition in the RFP not present here, we have found no basis to preclude an agency from considering the experience and past performance of both partners in such an arrangement.

ASRC Research & Technology Solutions, LLC, B-406164, B-406164.3, July 20, 2012.

[U]nder Federal Acquisition Regulation (FAR) § 15.305(a)(2)(iii), agencies are instructed to take into account past performance information regarding the past performance of predecessor companies or key personnel who have relevant experience that will perform major or critical aspects of the requirement.

Staff Tech, Inc., B-403035.2, B-403035.3, Sept. 20, 2010.

It is well-settled that an agency may consider the experience or past performance of an offeror’s parent or affiliated company under certain circumstances. However, our Office has consistently recognized that reliance on a third party’s experience, even if otherwise permissible, is contingent upon the absence of any solicitation provision precluding such consideration.

Doyon-American Mechanical, JV, B-310003, B-310003.2, Nov. 27, 2009.

In any event, we see nothing improper in the [the agency’s] decision not to consider the past performance information of [the protester’s] parent corporation in its evaluation of [the protester’s] past performance. An agency may attribute the experience or past performance of a parent or affiliated company to an offeror where the firm’s proposal demonstrates that the resources of the parent or affiliate will affect the performance of the offeror. The relevant consideration is whether the resources of the parent or affiliated company—its workforce, management, facilities, or other resources—will be provided or relied upon for contract performance, such that the parent or affiliate will have meaningful involvement in contract performance.

Frontier Systems Integrators, LLC, B-298872.3, Feb. 28, 2007.

[A]lthough an agency may consider the separate qualifications of individual partners in evaluating a joint venture’s experience or past performance, there is no converse requirement that an agency disregard a lack of experience or past performance by the joint venture.

AIA-Todini-Lotos, B-294337, Oct. 15, 2004.

[The protester’s] argument that the experience of its individual managers demonstrates its ability to manage this contract is based on its belief that the agency must impute to [the protester], as an organization, the experience of its proposed managers. We have held, however, that while an agency may properly consider the experience of key personnel in evaluating an entity’s corporate experience, absent a solicitation provision mandating such consideration, there is no legal requirement that it do so.

Ridoc Enterprise, Inc., B-292962.4, July 6, 2004.

D. Subground 3: Neutral Ratings for Lack of Past Performance

GAO’s Key Language

FAR § 15.305(a)(2)(iv) provides:

In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

This provision embodies the principle that an offeror neither be punished nor rewarded for the lack of relevant past performance. Thus, we have found, consistent with this provision, that an evaluation scheme that penalizes an offeror for neutral past performance ratings is improper.

Y&K Maintenance, Inc., B-405310.2, Oct. 17, 2011.

Although agencies may not rate an offeror that lacks relevant past performance favorably or unfavorably with regard to past performance, an agency may in a price/technical tradeoff determine that a high past performance rating is worth more than a neutral past performance rating.

American Floor Consultants, Inc., B-294530.7, June 15, 2006.

It is true that protests to our Office regarding past performance evaluations and FAR § 15.305(a)(2)(iv) have primarily involved the reasonableness of an agency’s determination as to whether a particular offeror had or lacked relevant past performance. However, we have also expressly found reasonable an agency’s assignment of a “neutral” rating to an offeror’s proposal under a past performance subfactor, where the agency reasonably determined that the offeror lacked relevant past performance under that subfactor, and even though the agency also determined that the same offeror presented relevant past performance that was evaluated favorably under other past performance subfactors. Accordingly, the agency’s argument that an agency may evaluate a lack of relevant past performance information unfavorably merely because the evaluation is being conducted under a subfactor to a past performance factor, rather than a past performance evaluation factor itself, is without merit.

The key consideration as to whether an offeror’s proposal should be assigned a “neutral” rating under a past performance factor or subfactor is not whether the offeror’s proposal included any information regarding past performance, but rather, whether it included past performance information that the agency deemed relevant. See FAR § 15.305(a)(2)(iv).

The MIL Corporation, B-294836, Dec. 30, 2004.

E. Subground 4: Improper Evaluation of Adverse Information

GAO’s Key Language

[The protester] argues that the agency’s evaluation of its past performance in this instance constituted “adverse information,” which the protester should have received an opportunity to address. However, where, as here, discussions are not conducted under an acquisition, an agency is not required to communicate with offerors regarding questions about adverse past performance, unless there is a clear reason to question the validity of the past performance information.

Rod Robertson Enterprises, Inc., B-404476, Jan. 31, 2011.

Regarding communications concerning adverse past performance information to which the vendor has not previously had an opportunity to respond, we think that for the exercise of discretion to be reasonable, the agency must give the offeror an opportunity to respond where there clearly is a reason to question the validity of the past performance information, for example, where there are obvious inconsistencies between a reference’s narrative comments and the actual ratings the reference gives the offeror. In the absence of such a clear basis to question the past performance information, we think that, short of acting in bad faith, the agency reasonably may decide not to ask for clarifications.

General Dynamics-Ordnance & Tactical Systems, B-295987, B-295987.2, May 20, 2005.

As a preliminary matter, to the extent that the protester contends that it was improper for the agency to consider the adverse past performance information included in its [agency past performance] records without providing the protester with a further opportunity prior to award to explain the information, Federal Acquisition Regulation (FAR) § 15.306(a) (2), which addresses clarifications and award without discussions, states in relevant part that where award will be made without conducting discussions, “offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror’s past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors.” As the agency points out, and as discussed further below, [the protester] has had ample opportunity to comment on the adverse past performance information in its [agency past performance] records. Given the permissive language of FAR § 15.306(a)(2), and the fact that [the protester] has been given ample opportunity to comment upon the past performance information, the fact that [the protester] now wishes to provide further comments on the information in its [agency] records does not give rise to a requirement for the agency to provide an opportunity to do so.

Hanley Industries, Inc., B-295318, Feb. 2, 2005.

When conducting discussions, an agency must advise offerors of deficiencies, significant weaknesses, and adverse past performance information to which the offeror has not yet had an opportunity to respond, and must afford offerors an opportunity to revise their proposals to fully satisfy the agency’s requirements. Federal Acquisition Regulation § 15.306(d)(3).

Cooley/Engineered Membranes, GTA Containers, Inc., B-294896.2, B-294896.3, B-294896.4, Jan. 21, 2005.

F. Subground 5: Disparate Treatment

COFC’s Key Language

A procuring agency must treat offerors fairly and impartially. 48 C.F.R. § 1.102-2(c) (2010). Here, [the protester’s] past performance was rated according to a different standard than [the awardee’s] past performance. The court finds that the past performance evaluations of [the protester] and [the awardee] show disparate treatment and were arbitrary and capricious.

Bayfirst Solutions, LLC v. U.S., 104 Fed.Cl. 493 (2012).

GAO’s Key Language

[W]hile an agency may reasonably emphasize one firm’s lack of a particular type of relevant experience, it cannot then ignore another firm’s similar lack of experience.

Ahtna Support and Training Services, LLC, B-400947.2, May 15, 2009.

G. Subground 6: Government Did Not Seek Enough Information

GAO’s Key Language

In conducting a past performance evaluation, an agency has discretion to determine the scope of the offerors’ performance histories to be considered, provided all proposals are evaluated on the same basis and consistent with the solicitation requirements. An agency is only required to use reasonable effort to contact an offeror’s references, and is not required to make multiple attempts to contact a firm’s past performance references.

Guam Shipyard, B-311321, B-311321.2, June 9, 2008.

There is no legal requirement that an agency attempt to contact all past performance references that may be listed in a proposal or may be available for each contract performed by a contractor.

Propper International, Inc., B-297950.3, B-297950.4, B-297950.5, March 19, 2007.

An agency need only make a reasonable effort to contact a reference, and where that effort proves unsuccessful…. where the information either was not received or was received too late in the evaluation to be reasonably considered—it is unobjectionable for the agency to proceed with the evaluation without benefit of that reference’s input.

Sayres & Associates Corporation, B-295946, B-295946.2, April 25, 2005.

For our Office to sustain a protest challenging the failure to obtain a reference’s assessment of past performance, a protester must show unusual factual circumstances that convert the failure to a significant inequity for the protester. Here, we think that the agency reasonably found [the protester’s] performance risk assessment to be neutral, as defined in the RFP, given that the agency had not received a completed past performance questionnaire on behalf of [the protester] for a relevant contract, after repeated attempts, and therefore, there was no past performance record for that firm.

MCS of Tampa, Inc., B-288271.5, Feb. 8, 2002.

H. Subground 7: Ignoring Information That Is “Too Close at Hand”

GAO’s Key Language

Our Office has recognized that, in certain limited circumstances, an agency evaluating an offeror’s proposal has an obligation (as opposed to the discretion) to consider “outside information” bearing on the offeror’s past performance when it is “too close at hand” to require offerors to shoulder the inequities that spring from an agency’s failure to obtain and consider the information. This doctrine, however, is not intended to remedy an offeror’s failure to include information in its proposal. Where an offeror is in control of the past performance information contained in its proposal—and not reliant on third parties to submit that information—it exercises its own judgment as to the information that the agency should consider. Under those circumstances, there is “no inequity” in an agency’s decision to base its evaluation on an offeror’s proposal as written, instead of supplementing the proposal with the agency’s understanding of the offeror’s performance under other contracts not cited by the offeror.

FN Manufacturing, LLC, B-407936, B-407936.2, B-407936.3, April 19, 2013.

We have recognized that in certain limited circumstances, an agency has an obligation (as opposed to the discretion) to consider “outside information” bearing on the offeror’s past performance when it is “too close at hand” to require offerors to shoulder the inequities that spring from an agency’s failure to obtain and consider the information. This doctrine, however, is not intended to remedy an offeror’s failure to include information in its proposal, and the circumstances in those cases are not present here. Unlike a past performance evaluation where an offeror often must rely on the submission of information from third parties, here [the protester] was in control of what it included in its proposal and exercised its own judgment not to include details concerning its experience, particularly with respect to on-board systems. Thus, there was no inequity in the agency’s decision to base its evaluation on [the protester’s] proposal—as written—instead of supplementing it with the agency’s understanding of the firm’s experience under prior projects.

Great Lakes Towing Company dba Great Lakes Shipyard, B-408210, June 26, 2013.

Our Office has recognized that in certain limited circumstances an agency evaluating an offeror’s proposal has an obligation (as opposed to the discretion) to consider “outside information” bearing on the offeror’s proposal. Where we have charged an agency with responsibility for considering such outside information, the record has demonstrated that the information in question was “simply too close at hand to require offerors to shoulder the inequities that spring from an agency’s failure to obtain, and consider this information.”

Carthage Area Hospital, Inc., B-402345, March 16, 2010.

[W]e have held that, in certain circumstances, evaluators cannot ignore information of which they are personally aware, even if that information is not included in the offeror’s proposal. This “too close at hand” principle does not apply here….there is no evidence that any of the [Technical Evaluation Board] members or procurement officials involved with this RFP had any knowledge of the [specific past performance raised by the protester]. Thus, the evaluators’ failure to consider the information presented by the protester does not provide a basis for questioning the evaluation.

Firestorm Wildland Fire Suppression, Inc., B-310136, Nov. 26, 2007.

Our disagreement with the agency springs from its overly mechanical application of its procedures for evaluating past performance. While the [agency] is correct in its view that there is no legal requirement that all past performance references be included in a valid review of past performance, some information is simply too close at hand to require offerors to shoulder the inequities that spring from an agency’s failure to obtain, and consider, the information.

Here, the record shows that [the protester’s] proposal clearly identified a recent contract involving the same agency, the same services, and the same contracting officer, and asked that its performance of this contract be considered as part of its evaluation, as the solicitation anticipated and required. The record also shows that the contracting officer was aware of [the protester’s] performance of this contract and had termed it “exemplary” in a letter to the SBA written barely 4 months before the award decision here. Under these circumstances, we conclude that the agency unreasonably failed to consider [the protester’s] performance on its earlier contract simply because an individual in the agency did not complete the assessment required.

International Business Systems, Inc., B-275554, March 3, 1997.

FAR Crosswalk: FAR §§ 15.01-2, 15.305(a)(2)(iii) and (iv), and 15.306(a)(2).

Other Relevant Cases: See page 297 in the Index of Representative Cases.

Commentary: The COFC and the GAO afford the government’s evaluation of past performance a significant degree of discretion. Many of the restrictions on the government’s ability to evaluate past performance are self-imposed. That is, the terms that are drafted into the solicitation’s evaluation criteria can significantly restrict the government’s ability to evaluate past performance—often needlessly.

The contracting officer must carefully think through how he or she wants to perform the past performance analysis for that particular competition once the proposals are submitted. The practice of “cutting and pasting” the past performance evaluation criteria from a previous solicitation can lead to unnecessary problems during the evaluation phase, when it is often too late to amend the solicitation as a practical matter. Rather, the contracting officer should ensure that the evaluation of past performance, as explained in Section M of the solicitation, accurately reflects the past performance evaluation he or she wants to conduct for that particular competition.

A review of the sustained protests in this area over the last ten years demonstrates the importance of the solicitation’s terms as applied to the past performance evaluation. Several protests have been sustained because the agency simply failed to evaluate past performance in accordance with the terms of its own solicitation. An example of this is where the solicitation sets out a specific threshold regarding past contracts that will be considered—a dollar amount, for example—and then the agency evaluates projects under that amount despite the express language in the solicitation prohibiting doing so.

Another common mistake agencies make in their evaluations is to either (1) give credit for affiliated and parent companies even if the affiliated/parent company will have no role in the contract at issue, or (2) fail to give credit for affiliated companies/subcontractors/teaming partners/key personnel contrary to the terms of the solicitation. Agencies have lost protests for the following reasons: (1) using mechanical/numerical evaluation approaches that produced a misleading or irrational result, (2) engaging in disparate treatment of offers (this commonly takes the form of assessing a strength for the awardee without assessing a strength for the protester even though the protester’s proposal was virtually identical for that strength), and (3) ignoring past performance information that is “too close at hand” to ignore.

The “too close at hand” rule is employed when government evaluators are aware of an offeror’s past performance information but choose to ignore that information for an unjustified reason. For example, if an employee of the same agency that is performing the evaluation fails to make that information available to the evaluation board (which is also aware of the past work), the GAO will find that such information was “too close at hand” to ignore. In other words, the agency has a responsibility to provide information on its own contracts, particularly when the offeror is not in control of providing that information directly to the government.

The “too close at hand” rule is generally asserted in two ways: (1) the government unfairly ignored positive past performance information that it had on the protester, and (2) the government unfairly ignored negative past performance information on the awardee. The rule will not be applied, however, to compensate for an offeror’s failure to include the information in its proposal. Rather, the rule is intended to prevent unfair government conduct in situations where the offeror had little ability to control the actions of government employees.

9. PROPOSALS SUBMITTED LATE

Overview of This Protest Ground: This protest ground is raised by disappointed offerors that have been disqualified from a competition for submitting a late proposal (or bid) as well as disappointed offerors that believe the awardee’s proposal was submitted late and should therefore have been disqualified. The rules regarding a late proposal are about as close to a “bright line” test as possible.

Often referred to as the “late is late” rule, a bid or proposal that is submitted late will not be considered for award. Although this can be a harsh rule at times, it is designed to remove any confusion and to ensure that all offerors are competing on an even playing field. The narrow exceptions to this general rule are based on principles of fairness and seek to avoid the exclusion of offers in situations that pose little or no risk to the integrity of the procurement system—and where late delivery was beyond the reasonable control of the submitter. These rules are set out, primarily, in FAR § 14.304 for sealed bids and FAR § 15.208 for negotiated procurements.

The exceptions to the general rule are as follows: (1) the “electronically submitted” exception, (2) the “government control” exception, (3) only one offer was received, (4) a late modification to an otherwise successful proposal if it makes the proposal more favorable to the government, (5) the “emergency/unanticipated event” exception, and (6) government acceptance of a late quote in a request for quotations (RFQ) unless the RFQ specifically states that quotes must be submitted by a certain date to be considered.

Outside of those rather narrow exceptions, there is little that can prevent a late offer from being excluded from the competition—even if the offer is just moments too late. Offerors need to pay strict attention to the deadline for receipt of proposals and ensure that their proposals are received on time.

COFC’s Key Language

There are, however, exceptions to the “late is late” rule. A series of these are contained in FAR § 52.212-1(f)(2)(i), which provides that the “late is late” rule will not apply if the proposal—

is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

See also FAR § 15.208(b)(1) (providing a similar rule for negotiated procurements); FAR § 52.215-1(c)(3)(ii)(A) (same for competitive acquisitions). The first two of the three exceptions in subparagraph (i) are commonly known as the “Electronic Commerce” and “Government Control” exceptions, respectively. A fourth regulatory exception, known as the “Emergency/ Unanticipated Event” exception, comes from FAR § 52.212-1(f)(4), which states—

If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

See also FAR §§ 15.208(d); 52.215-1(c)(3)(iv). A fifth, and final, exception has been fashioned by GAO, which has long-held that a “hand-carried proposal that arrives late may be considered if improper government action was the paramount cause of the late submission and consideration of the proposal would not compromise the integrity of the competitive procurement process.” Noble Supply & Logistics, 2011 C.P.D. ¶ 67 (2011).

[I]n the case of an electronic delivery, the Government Control exception applies where the electronic proposal is received by a government server (or comparable computer) and is under the agency’s control prior to the deadline. This opens no Pandora’s (mail)box – it merely applies that exception, as written, to the technology that agencies themselves choose to employ.”

Insight Sys. Corp. v. United States, 110 Fed. Cl. 564 (2013).

However, even if [the protester’s] courier had arrived on time, [the protester’s] argument regarding the government-control exception still fails to be persuasive. [The protester] avers that the court should find the proposal was under government control the moment [the Government acquisition employee] stepped into the lobby. [The protester] cites no law or precedent supporting the proposition that a proposal can be under government control while it physically remains in the hands of the bidder. To the contrary, “[i]n non-electronic commerce cases, GAO has determined that the [g]overnment receives a bid at the time the bidder relinquishes control.” To “relinquish control” of a hand-delivered proposal, the offeror must permanently transfer control of the proposal to the government.

Castle-Rose, Inc. v. United States, 99 Fed. Cl. 517 (2011).

The requirement that offerors submit their proposals on time is a “strict rule with very limited exceptions.” John Cibinic, Jr. & Ralph C. Nash, Jr., Formation of Government Contracts 786 (3d ed. 1998). The late bid rule “may seem harsh, [but] it alleviates confusion, ensures equal treatment of all offerors, and prevents one offeror from obtaining a competitive advantage that may accrue where an offeror is permitted to submit a proposal later than the deadline set for all competitors.” While the Government may lose the benefit of the special skills and experience of a late submission, “protecting the integrity of the competitive procurement process by ensuring fair and equal treatment among competitors is of greater importance than the possible advantage to be gained by considering a late submission….”

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

Although submission deadlines typically are strictly enforced, the late proposal rule is not a draconian provision, and the FAR provides several explicit exceptions which permit consideration of an otherwise late proposal. Under the Government Control exception, a “late” proposal may considered if “it is received before award is made, the contracting officer determines that accepting the late proposal would not unduly delay the acquisition; and… it was received at the Government installation designated for receipt of proposals and was under the Government’s control prior to the time set for receipt of proposals.” § 15.208(b)(1).5 Similarly, while offerors generally must comply with all the requirements set forth in the solicitation, the FAR permits “[t]he Government [to] waive informalities and minor irregularities in proposals received.” FAR § 52.215-1(f)(3).

Elec. On-Ramp, Inc. v. United States, 104 Fed. Cl. 151 (2012).

GAO’s Key Language

It is an offeror’s responsibility to deliver its proposal to the place designated in the solicitation by the time specified, and late receipt generally requires rejection of the proposal. FAR § 15.208(a). Unless a preponderance of the evidence demonstrates that the proposal was at the designated location for receipt prior to the time set for closing, the proposal may not be considered for award. A late hand-carried proposal may be considered for award, however, if improper government action was the paramount cause of the late delivery and consideration of the proposal would not compromise the integrity of the competitive procurement process. Improper government action in this context is affirmative action that makes it impossible for the offeror to deliver the proposal on time. Id.

For example, our Office has held that a late hand-carried offer may be considered for award if the government’s misdirection or improper action was the paramount cause of the late delivery and consideration of the offer would not compromise the integrity of the competitive process. A late proposal may also be accepted if it is found to have been received at the designated government installation and was under the agency’s control at the time set for receipt of proposal. Nonetheless, even in cases where the late receipt may have been caused, in part, by erroneous government action, a late proposal should not be considered if the offeror significantly contributed to the late receipt by not doing all it could or should have done to fulfill its responsibility to deliver a hand-carried proposal to the specified place by the specified time.

RDT-Semper Tek, JV, LLC, B-408811, Dec. 9, 2013.

It is an offeror’s responsibility to deliver its proposal to the proper place at the proper time and late delivery generally requires rejection of the proposal. FAR § 15.208. Similarly, it is an offeror’s responsibility, when transmitting its proposal electronically, to ensure the proposal’s timely delivery by transmitting the proposal sufficiently in advance of the time set for receipt of proposals to allow for timely receipt by the agency. Proposals that are received in the designated government office after the exact time specified are late, and generally may not be considered for award. While the rule may seem harsh, it alleviates confusion, ensures equal treatment of all offerors, and prevents one offeror from obtaining a competitive advantage that may accrue where an offeror is permitted to submit a proposal later than the common deadline set for all competitors.

The agency contends that it was entitled to accept [the awardee’s] late proposal because the language of Federal Acquisition Regulation (FAR) § 52.212-1(f)(2)(i) “allows late offers to be considered if they are received before award and would not unduly delay award.” The agency also argues that its acceptance of [the offeror’s] late proposal was permissible under FAR § 52.212-1(f)(2)(ii), which allows the agency to accept a late modification of an “otherwise successful proposal” that makes its terms more favorable to the government.

The agency is mistaken with regard to both assertions. With regard to the agency’s first argument, FAR § 52.212-1(f)(2) states in its entirety:

(2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

FAR § 52.212-1(f)(2) (emphasis added).

In short, FAR § 52.212-1(f)(2)(i) provides that, in order for the agency to properly accept a late proposal pursuant to this provision, the proposal must be received before award, its acceptance will not unduly delay the acquisition, and one of the alternatives listed in subsections (A), (B), or (C) must apply. Here, the agency has not asserted that any of the alternatives in subsections (A), (B), or (C) apply, and our review of the record confirms that none is applicable. Accordingly, the agency’s acceptance of [the awardee’s] late proposal does not fall under the exceptions specified in FAR § 52.212-1(f)(2)(i).

Next, the agency’s assertion that [the awardee’s] late FPR constituted a late modification of an otherwise successful proposal that makes its terms more favorable to the government, and is therefore properly acceptable pursuant to FAR § 52.212-1(f)(2)(ii), is equally without merit. This exception applies only to an “otherwise successful proposal.” It is well-settled that the term “otherwise successful” restricts this exception to permit the government’s acceptance of a late modification offering more favorable terms only from the offeror already in line for the contract award. Thus, an offeror cannot avail itself of the late proposal submission provision where the agency has not already identified an “otherwise successful offeror.”

Here, the record establishes that, prior to the agency’s review of FPRs, the agency had not identified any offeror as being in line for award. To the contrary, even after receipt of FPRs, the source selection authority stated that there was “no clear-cut choice.” Accordingly, the exception set forth in FAR § 52.212-1(f)(2)(ii) is inapplicable, and there was no basis for the agency to accept [the awardee’s] late proposal.

Philips Healthcare Informatics, B-405382.2, B-405382.3, B-405382.4, May 14, 2012.

FAR § 52.215-1(c)(3)(i) states that if no time for submission is specified in the solicitation, the time for receipt is 4:30 p.m., local time. In [a previous decision] our Office stated that this FAR provision establishes 4:30 p.m. local time “as the close of business where the solicitation does not state a specific time for receipt of proposals.”

NCI Information Systems, Inc., B-405745, Dec. 14, 2011.

It is an offeror’s responsibility to deliver its proposal to the proper place at the proper time. FAR § 15.208(a) (offerors are responsible for submitting proposals so as to reach the designated government office by the specified time). Similarly, it is an offeror’s responsibility, when transmitting its proposal electronically, to ensure the proposal’s timely delivery by transmitting the proposal sufficiently in advance of the time set for receipt of proposals to allow for timely receipt by the agency. Proposals that are received in the designated government office after the exact time specified are “late,” and generally may not be considered for award.

Associated Fabricators & Constructors, Inc., B-405872, Dec. 14, 2011.

It is an offeror’s responsibility to deliver its proposal to the proper place by the proper time, and late delivery generally requires rejection of the proposal. A proposal delivered to an agency by a commercial carrier is considered to be hand-carried and, if it arrives late, can only be considered for award if it is shown that some government impropriety during or after receipt by the government was the sole or paramount cause of the late arrival at the designated place. Improper government action in this context is affirmative action that makes it impossible for the offeror to deliver the proposal on time. Nevertheless, even in cases where the late receipt may have been caused, in part, by erroneous government action, a late proposal should not be considered if the offeror significantly contributed to the late receipt by not acting reasonably in fulfilling its responsibility to deliver a hand-carried proposal to the proper place by the proper time.

ERC, Inc., B-405563, Nov. 18, 2011.

To establish that government mishandling was the sole or paramount cause of the late receipt of a proposal, an offeror must first establish that it did not significantly contribute to the late delivery by not allowing enough time to permit a timely submission. Even in cases where the late receipt may have been caused, in part, by erroneous government action, a late proposal should not be considered if the offeror significantly contributed to the late receipt by not doing all it could or should have done to fulfill its responsibility to deliver a hand-carried proposal to the specified place by the specified time.

Offerors are responsible for allowing a reasonable time for proposals to be delivered from the point of receipt to the location designated for receipt of offers; failure to do so, resulting in late arrival at the designated location, cannot be attributed to governmental mishandling. Furthermore, delays in gaining access to a government building are not unusual and should be expected. Therefore, an offeror that does not submit a proposal sufficiently in advance of the closing time runs the risk that the agency’s reasonable internal delivery procedures will not get the proposal to the proper location by the required time.

CCSC, Inc., B-404802.3, July 18, 2011.

Offerors are responsible for submitting proposals, and any modifications to them, so as to reach the government office designated in the solicitation by the time specified in the solicitation. Federal Acquisition Regulation (FAR) § 15.208(a). Proposals, and modifications to them, that are received in the designated government office after the exact time specified are “late,” and will be considered only if received before award, and if the circumstances meet the specific requirements of the provision at FAR § 52.215-1. FAR § 15.208(b). Portions of proposals that are submitted late may not be considered by the agency, and if the proposal is unacceptable as timely submitted, it should be rejected as late. On the other hand, a proposal which does not provide all items required by the solicitation may not be automatically rejected if the proposal information received by the deadline is sufficient to constitute an acceptable proposal.

SafeGuard Services, LLC, B-404910, June 28, 2011.

Moreover, it is apparent that the paramount cause of [the protester’s] late delivery of its proposal stemmed from the fact that [the protester’s] representative arrived at the [Government] Building, according to her own version of events, with approximately 1 minute to spare. By allowing herself so narrow a margin of time, [the protester’s] representative assumed the risk that any number of events might intervene to prevent the timely submission of the proposal.

Lani Eko & Company, CPAs, PLLC, B-404863, June 6, 2011.

The protester’s first argument is without merit. While it is true that a contracting officer may provide oral notice of a solicitation amendment “when time is of the essence,” see Federal Acquisition Regulation (FAR) § 15.206(f), [the protester] has not alleged that the contracting officer ever in fact advised [the protester] that she would “amend” the solicitation to extend the closing date until December 23. Rather, [the protester] essentially argues that it understood the contracting officer’s oral assurance that its proposal would be evaluated even if submitted on the 23rd as implying that the RFP would be amended since there would not otherwise have been any basis for the contracting officer to consider its proposal. However, absent an unambiguous statement from the contracting officer conveying her intent to amend the closing date for all offerors, [the protester] could not reasonably disregard the solicitation’s express closing date and instead rely on an implied understanding of the contracting officer’s oral assurances, which were otherwise inconsistent with the terms of the RFP. We have repeatedly held that oral advice that would have the effect of altering the written terms of a solicitation, even from the contracting officer, does not operate to amend a solicitation or otherwise legally bind the agency, and that an offeror relies on such oral advice at its own risk.

Noble Supply and Logistics, B-404731, March 4, 2011.

This Office has repeatedly held that the declaration of the agency official responsible for receiving bids or proposals is determinative with regard to the time a bid or proposal is received, absent a showing that the agency official’s declaration was unreasonable.

In determining whether a late-submitted proposal was “under the Government’s control” prior to the time set for receipt of proposals, it is clear that an offeror must, at a minimum, have relinquished physical custody of the proposal. This requirement is an obvious necessity in order to preclude any potential that an offeror could alter, revise, or otherwise modify its proposal after other offerors’ competing proposals have been submitted.

U.S. Aerospace, Inc., B-403464, B-403464.2, Oct. 6, 2010.

Generally, late quotations may be considered up to the time of issuance of the order, because an RFQ, unlike a request for proposals (or an invitation for bids), does not seek offers that can be accepted by the government to form a contract. Rather, the government’s purchase order represents an offer that the vendor may accept through performance or by a formal acceptance document. Moreover, we have found that language in an RFQ requesting quotations by a certain date does not establish a firm closing date for receipt of quotations, absent a late submission provision expressly providing that quotations must be received by that date to be considered.

M. Braun, Inc., B-298935.2, May 21, 2007.

FAR Crosswalk: FAR § 15.208 and clauses 52.212-(1)(f) and 52.215-1(c)(3).

Other Relevant Cases: See page 300 in the Index of Representative Cases.

Commentary: Most, but not all, of the problems associated with late proposals could be eliminated if offerors would not wait until the last minute to deliver their proposals to the government. To be fair, sometimes this is unavoidable, particularly when the government makes multiple material amendments close to the date set for receipt of proposals or otherwise provides a very short period of time for proposal development. Regardless, offerors that wait until the last minute risk being eliminated from the competition.

Contracting officers can alleviate this problem by ensuring that offerors are provided a reasonable amount of time to prepare their offers, particularly when an amendment makes significant changes late in the game. Further, contracting officers should be very clear regarding the instructions for the method and location for submitting offers—and the precise deadline. One of the greatest threats in this regard is a series of amendments that provide conflicting or erroneous information regarding the time for proposal submission and the place or email address where proposals are to be submitted. A contracting officer who is careless in this regard can create unnecessary and thorny issues if an offeror submits a proposal late as a result of confusing instructions from the various amendments. That is not to say that the information cannot change; rather, if it does change, the amendment should be clear to minimize any confusion on the part of those competing for the contract.

Both the GAO and the COFC cases demonstrate the central importance of reading the regulations in this area very carefully. As the cases demonstrate, application of the regulations can get quite complicated. It is important for acquisition personnel to be aware of the exceptions to the general rule that “late is late.” In a late-proposal situation, the contracting officer should gather the facts and document them as clearly as possible. Once the facts are ascertained, the next step is to read the relevant sections of the FAR carefully: FAR Parts 12, 14, and 15, with corresponding clauses set forth at FAR Part 52 (specifically, 14.304(b), (f), (g) and (h); 15.208(b), (f), (g) and (h); 52.212-1(f); 52.214-7; and 52.214-23). It is important to ensure that the correct rules are being applied to the facts at hand. After organizing the facts and analyzing the applicable FAR sections, the contracting officer and the agency’s attorney should review the COFC and the GAO cases to ensure that the agency’s position is in accord with the case law that reflects a similar fact pattern.

10. MATERIAL MISREPRESENTATION: BAIT AND SWITCH

Overview of This Protest Ground: This protest ground is typically raised by a disappointed offeror arguing that the awardee promised the government something desirable (e.g., a specific workforce, highly qualified individuals, specific high-quality sources, specific subcontractors) while planning to substitute something less desirable after award. Most often this is seen in terms of the “key personnel” an offeror submits in its offer. This is a type of material misrepresentation—essentially lying to the government to get a contract award. Since the government is entitled to rely on the promises offerors make, a “bait and switch” allegation is a serious matter that strikes at the foundation of procurement integrity.

If a post-award protest is sustained on the basis of an awardee’s misrepresentation, the agency head may require the awardee to reimburse the government for costs associated with the protest. See FAR § 33.102(b)(3). Further, depending on the facts, the awardee could be subject to suspension or debarment to protect the government in egregious cases. Stated simply, this is a serious allegation in a protest that could have effects beyond the procurement at issue.

COFC’s Key Language

Plaintiff’s primary challenge to the award of the Contract is that intervenor made a material misrepresentation in its proposal by listing [ ] as a supplier to be used in the completion of the procurement. In order to establish a material misrepresentation, “plaintiff must demonstrate that (1) [the awardee] made a false statement; and (2) the [agency] relied upon that false statement in selecting [the awardee’s] proposal for the contract award.” Blue & Gold Fleet, LP v. United States, 70 Fed. Cl. 487, 495 (2006) According to the Federal Circuit, the submission of a misstatement… which materially influences consideration of a proposal should disqualify the proposal. The integrity of the system demands no less. Any further consideration of the proposal in these circumstances would provoke suspicion and mistrust and reduce confidence in the competitive procurement system. Planning Research Corp. v. United States, 971 F.2d 736, 741 (Fed. Cir. 1992) (illustrating misrepresentation tactic known as “bait and switch” in which offeror submits proposal with the intent to substitute some aspect that it had used to win award). Thus, if plaintiff can establish that (1) intervenor falsely indicated that [ ] was a subcontractor that intervenor intended to use in the work performed under the Solicitation and (2) the [agency] relied upon this representation in the awarding of the Contract, then plaintiff has met its burden of proving a material misrepresentation.

GTA Containers, Inc. v. United States, 103 Fed. Cl. 471 (2012).

GAO’s Key Language

An offeror may not propose to use specific personnel that it does not expect to use during contract performance, as doing so would have an adverse effect on the integrity of the competitive procurement system and generally provides a basis for proposal rejection. To establish an improper bait and switch scheme, a protester must show: (1) a firm either knowingly or negligently represented that it would rely on specific personnel that it did not expect to furnish during contract performance, (2) that the misrepresentation was relied on by the agency, and (3) the misrepresentation had a material effect on the evaluation results.

Dorado Services, Inc., B-408075, B-408075.2, June 14, 2013.

Whenever an agency requests resumes as part of the submission of bids or proposals, there is a reasonable expectation that those individuals for whom resumes have been submitted are the personnel who will perform the contract. For that reason, a firm that knowingly or negligently represents that it would rely on specific personnel that it did not expect to furnish during contract performance may be found to have established an impermissible bait and switch scheme, where that misrepresentation was relied on by the agency and had a material effect on the evaluation results.

Coastal Environmental Group, Inc., B-407563, B-407563.3, B-407563.4, Jan. 14, 2013.

[W]e note that the purpose of a requirement for an offeror to provide letters of commitment for key personnel is to preclude an offeror from proposing an impressive array of employees, being evaluated on that basis, and receiving award, even where the persons proposed had never committed themselves to the offeror, and may have had no intention of doing so.

Native American Industrial Distributors, Inc., B-310737.3, B-310737.4, B-310737.5, April 15, 2008.

To establish an impermissible “bait and switch,” a protester must show that a firm either knowingly or negligently represented that it would rely on specific personnel that it did not expect to furnish during contract performance, and that the misrepresentation was relied on by the agency and had a material effect on the evaluation results. Where an offeror provides firm letters of commitment and the names are submitted in good faith with the consent of the respective individuals, the fact that the offeror, after award, provides substitute personnel does not make the award improper.

STG, Inc., B-298543, B-298543.3, Oct. 30, 2006.

[O]ur Office has held that in evaluating past performance, an agency may appropriately consider the experience of the individual members of a joint venture and, at the same time, consider the lack of experience of the joint venture.

To establish an impermissible “bait and switch,” a protester must show that a firm either knowingly or negligently represented that it would rely on specific personnel that it did not expect to furnish during contract performance, and that the misrepresentation was relied on by the agency and had a material effect on the evaluation results.

Even assuming for the sake of argument that there is evidence of an intention to switch here, the protester’s argument that an impermissible “bait and switch” occurred must fail because there is no evidence of baiting. In this connection, [the protester] has not alleged that [the awardee] intends to replace the individuals designated in its quotation with less qualified ones; its allegation is that [the awardee] intends to substitute for the individuals named in the quotation equally (or better) qualified employees of the incumbent. Since the substitution of equally qualified individuals for the ones designated in a quotation could not have had a material effect on the evaluation results, such a substitution does not constitute an impermissible “bait and switch.”

Data Management Services Joint Venture, B-299702, B-299702.2, Jul. 24, 2007.

[A]n agreement to work for a successful offeror, without reaching agreement on salary and benefits, is no more than a promise to negotiate for employment and is not a binding commitment. Similarly, we have stated that “salary and benefits are generally major considerations in accepting employment and an agreement contingent upon these factors is not, we think, the equivalent of a firm commitment to accept the position offered”…. an offeror’s submission of a proposal containing material misrepresentations should disqualify the proposal from consideration for award, [because] the integrity of the procurement process demands no less.

Patriot Contract Services – Advisory Opinion, B-294777.3, May 11, 2005.

The substitution of incumbent employees for proposed employees with an agency’s permission, and where there has been no misrepresentation, is not an improper bait and switch.

AdapTech General Scientific, LLC, B-293867, June 4, 2004.

Despite the various ways agencies attempt to address this issue in solicitations, the incumbent workforce is often the best possible source of individuals who will be familiar with the day-to-day requirements of performing these services. We also recognize that once competitions end, and the proverbial smoke clears, many incumbent employees are interested in retaining their jobs, regardless of the corporate entity that holds the contract with the government. Accordingly, we have held that, even where there is no requirement in an RFP to obtain commitments from incumbent personnel, an agency may nonetheless reasonably draw favorable conclusions about an offeror’s stated intent to retain as many of the incumbent employees as possible.

U.S. Facilities, Inc., B-293029, B-293029.2, Jan. 16, 2004.

FAR Crosswalk: The FAR is silent regarding this type of misrepresentation; however, both the COFC and the GAO consider it a cognizable protest ground. FAR § 33.102(b)(3) allows the government to seek reimbursement for “the Government’s costs… where a postaward protest is sustained as the result of an awardee’s intentional or negligent misstatement, misrepresentation, or miscertification.”

Other Relevant Cases: See page 301 in the Index of Representative Cases.

Commentary: Since most bait-and-switch cases involve the key personnel offered to carry out the contract, it is typically in the agency’s best interests to restrict an offeror’s ability to switch out these individuals following award. An agency can accomplish this by drafting explicit (and strict) substitution rules covering the foreseeable situation where the contractor either wants to (or must) substitute a key employee. The government should ensure that it has drafted the solicitation in a manner that ensures that the substitute employee will have the training/qualifications needed to ensure successful performance of the contract without disruption.

Offerors must be careful to ensure that they are not engaging in conduct that rises to the level of “bait and switch.” In light of the serious consequences that could be involved, offerors must not make material misrepresentations to the government in their offers.

11. UNACCEPTABLE OR NONCOMPLIANT PROPOSALS

Overview of This Protest Ground: This protest ground is typically filed by disappointed offerors arguing that (1) their offer should not have been deemed to be unacceptable or noncompliant by the government evaluators, or (2) the awardee submitted an unacceptable or noncompliant offer that should have been rejected by the government. On balance, it is a fairly straightforward protest ground. The COFC and the GAO will examine the government’s basis for rejecting or accepting the offer based on a reasonableness standard viewed in light of the express terms of the solicitation. It is the offeror’s responsibility to conform its proposal to the clearly stated technical requirements set out in the solicitation.

An offeror generally cannot escape a finding of unacceptability/noncompliance by merely promising to meet the requirements set out in the solicitation when there is countervailing information that creates a reasonable doubt about whether the offeror can meet a material requirement. Rather, the offeror must demonstrate the ability to perform the contract successfully via the contents of its offer. Further, the offeror must agree to the minimum acceptance period specified in the solicitation. Finally, offers that are structured as being conditional upon a term that the government did not set out in the solicitation are properly rejected as noncompliant.

COFC’s Key Language

It is blackletter law that a procuring agency may only accept an offer that conforms to the material terms of the solicitation. Centech Grp., Inc. v. United States, 554 F.3d 1029, 1037 (Fed. Cir. 2009) (“To be acceptable, a proposal must represent an offer to provide the exact thing called for in the request for proposals, so that acceptance of the proposal will bind the contractor in accordance with the material terms and conditions of the request for proposals.” A solicitation term is “material” if failure to comply with it would have a nonnegligible effect on the price, quantity, quality, or delivery of the supply or service being procured.

Furniture by Thurston v. United States, 103 Fed. Cl. 505 (2012).

[J]udicial review of the contract award focuses on whether the award was supported by facial compliance of the winning bid with the requirements of the solicitation.

L-3 Global Commc’ns Solutions, Inc. v. United States, 82 Fed. Cl. 604 (2008).

GAO’s Key Language

The record here supports the agency’s finding that [the protester’s] proposal failed to meet the solicitation’s technical specifications. Clearly stated RFP technical requirements are considered material to the needs of the government, and a proposal that fails to conform to such material terms is technically unacceptable and may not form the basis for award.

Concept Analysis and Integration, LLC, B-406638.3, March 29, 2013.

[I]n determining the technical acceptability of a proposal or quotation, an agency may not accept at face value a promise to meet a material requirement, where there is significant countervailing evidence that was, or should have been, reasonably known to the agency evaluators that should create doubt whether the offeror or vendor will or can comply with that requirement. A proposal or quotation that contains an ambiguity as to whether the offeror will comply with a material requirement of the solicitation renders the proposal unacceptable.

Bahrain Telecommunications Company, B.S.C., B-407682.2, B-407682.3, Jan. 28, 2013.

A solicitation’s minimum acceptance period is a material requirement. An offeror’s compliance with a solicitation’s acceptance period is required so that all offerors share the same business risks of leaving their bids or proposals open for acceptance by the government for the same amount of time.

Where a proposal has expired, we have recognized that an offeror may extend its acceptance period and revive its proposal if doing so would not compromise the integrity of the competitive bidding system. Circumstances that compromise the system’s integrity include an offeror’s express or implied refusal of a request to extend its bid, and a subsequent request to revive the proposal subject to the offeror’s own interests. An offeror who is allowed to specify a shorter acceptance period would enjoy an unfair competitive advantage because it would be able to refuse the award after its bid acceptance period expired should it decide that it no longer wanted the award, for example, because of unanticipated cost increases, market fluctuations, shortages, or better profit opportunities elsewhere.

Global Automotive, Inc., B-406828, Aug. 3, 2012.

Any proposal that fails to conform to material terms of the solicitation may be considered unacceptable and not form the basis for an award. Even where individual deficiencies may be susceptible to correction though discussions, the aggregate of many such deficiencies may preclude an agency from making an intelligent evaluation, and the agency is not required to give the offeror an opportunity to rewrite its proposal. Further, communications with offerors before the establishment of the competitive range “shall not be used to cure proposal deficiencies or material omissions, or materially alter the technical or cost elements of the proposal.” FAR § 15.306(b)(2).

Orion Technology, Inc., B-405077, Aug. 12, 2011.

The requirement to propose fixed prices is a material term or condition of a solicitation requiring such pricing. Where a solicitation requests proposals on a fixed-price basis, a price offer that is conditional and not firm cannot be considered for award.

Solers, Inc., B-404032.3, B-404032.4, April 6, 2011.

An offeror has the obligation to affirmatively demonstrate that its proposal will meet the government’s needs, and has a duty to establish that what it is proposing will meet the solicitation requirements where required to do so. Where, as here, a solicitation requires offerors to furnish information necessary to establish compliance with the specifications, an agency may reasonably find a proposal that fails to include such information technically unacceptable.

[The protester] nevertheless argues that the agency unreasonably disregarded the commitment in its offer to comply with the material requirements of the solicitation, as evidenced by its submission of standard form (SF) 1442. [The protester] argues that by simply signing the SF-1442 a party agrees to and is obligated to perform, all material requirements of the RFP. However, simply submitting an SF-1442 is insufficient to comply with an RFP requirement to provide the detailed technical information necessary for evaluation purposes. Where a proposal contains a blanket offer of compliance to meet specifications, such as by signing an SF-1442, and also contains conflicting provisions which call that offer of compliance into question, the offer is ambiguous and may properly be rejected as technically unacceptable. Under such circumstances, there is no requirement that the agency conduct discussions so as to allow the offeror to correct the deficiencies in its proposal, where, as here, the solicitation expressly advised that it intended to make award without discussions.

Douglass Colony/Kenny Solar, JV, B-402649, June 17, 2010.

General solicitation provisions mandating that “the contractor” comply with federal, state, and local laws do not require that an offeror demonstrate compliance prior to award. Rather, compliance is a performance requirement that may be satisfied during contract performance and does not affect the award decision (except, possibly, as a general responsibility matter). Further, whether [the awardee] ultimately complies with the provision is a matter of contract administration that we will not review. 4 C.F.R § 21.5(a) (2009).

Freedom Scientific, Inc., B-401173.3, May 4, 2010.

Where a protester challenges an agency’s evaluation of a proposal’s technical acceptability, our review is limited to considering whether the evaluation is reasonable and consistent with the terms of the RFP and applicable procurement statutes and regulations. Clearly stated RFP technical requirements are considered material to the needs of the government, and a proposal that fails to conform to such material terms is technically unacceptable and may not form the basis for award.

Sletten Companies/Sletten Construction Company, B-402422, April 21, 2010.

In reviewing a protest of an agency’s evaluation of proposals, our review is confined to a determination of whether the agency acted reasonably and consistent with the terms of the solicitation and applicable statutes and regulations. A firm delivery schedule or completion date set forth in a solicitation is a material requirement, precluding acceptance of any proposal not offering to meet that date. In a negotiated procurement, any proposal that fails to conform to material terms and conditions of the solicitation is unacceptable and may not form the basis for an award.

Boss Construction, Inc., B-402143.2, B-402143.3, Feb. 19, 2010.

While the agency did not reject [the protester’s] proposal for failure to include option prices, this omission rendered the proposal unacceptable. In this regard, since offerors were required to provide option year prices and those prices were to be evaluated for purposes of determining the total evaluated price, option prices were a material solicitation requirement. In a negotiated procurement, a proposal that fails to conform to the material terms and conditions of the solicitation is considered unacceptable and may not form the basis for award. Since [the protester] did not provide the required option year prices, its proposal did not conform to the material terms of the RFP, and therefore could not be accepted for award.

Manthos Engineering, LLC, B-401751, Oct. 16, 2009.

In negotiated procurements, a proposal that fails to comply with the material terms of the solicitation should be considered unacceptable and may not form the basis of award. We will not disturb an agency’s determination of the acceptability of a proposal absent a showing that the determination was unreasonable, inconsistent with the terms of the solicitation, or in violation of procurement statutes or regulation. Further, when a dispute exists as to the exact 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 provisions of the solicitation.

Northern Light Productions, B-297084, June 1, 2009.

Based upon our review of the record, the agency reasonably found that [the awardee’s] quotation provided the information requested by the solicitation, and agreed without exception to furnish a product in accordance with the terms of the solicitation. While [the protester] contends that the agency could not accept [the awardee’s] quotation representation without further investigation, an agency may accept a quotation’s representation that indicates compliance with the solicitation requirements, where there is no significant countervailing evidence reasonably known to the agency evaluators that should create doubt whether the offeror will or can comply with the requirement. Here, notwithstanding the detailed arguments by [the protester] as to why [the awardee’s] quotation will not provide a product that meets the FIPS 140-2 certification requirement, the record does not indicate there was any countervailing evidence reasonably known to the agency evaluators before award that should have created doubt that [the awardee] would or could honor its quotation. Whether [the awardee] actually delivers a product compliant with the terms of the solicitation is a matter of contract administration, which is for consideration by the contracting agency, rather than our Office. GAO does not review matters of contract administration under our bid protest function. 4 C.F.R. § 21.5(a) (2008).

Spectrum Systems, Inc., B-401130, May 13, 2009.

FAR Crosswalk: FAR §§ 15.305 and 15.306(b)(2).

Other Relevant Cases: See page 301 in the Index of Representative Cases.

Commentary: This is a fairly straightforward protest ground. A review of the sustained protests demonstrates that the typical mistake agencies make is overlooking or ignoring an aspect of the awardee’s proposal that arguably does not meet a material requirement of the solicitation. Presumably this happens because the agency is satisfied with the awardee’s proposal even though it fails to meet a material requirement. The cases indicate that the only way such a proposal could potentially become acceptable is via discussions, followed by a submission of final proposal revisions. Otherwise, it is simply unfair to allow one offeror special treatment by relaxing a material requirement that all other offerors believed they had to meet. This is particularly true in cases where the protester’s price was higher than the awardee’s price because the protester, unlike the awardee, met all of the solicitation’s material requirements.

An awardee’s proposal can fail to meet a material requirement in numerous ways. Some of the more common scenarios involve situations where an offeror (1) takes express or implied exception to clearly stated and material requirements, (2) takes exception to offering a firm fixed price when such a price is required by the solicitation, or (3) offers delivery (or other) dates that are at odds with the dates the government set forth in the solicitation. Again, if the government believes there is ambiguity or confusion regarding an offeror’s promise to meet a material requirement, the government can enter into discussions and seek final revised proposals. On this point, the reported cases show that protests are filed by offerors who argue that the government should have entered into discussions in order to clear up the confusion. These protests are rarely successful, simply because most solicitations state that the government does not intend to enter into discussions.

12. PREFERENCE FOR SEALED BIDDING OVER NEGOTIATED PROCUREMENTS

Overview of This Protest Ground: This protest ground is raised by offerors that believe they have a better chance of winning the contract if the agency uses sealed-bidding procedures rather than a negotiated procurement. The statutory and regulatory basis for these protests is FAR Subpart 6.4, Sealed Bidding and Competitive Proposals, which implements 10 U.S.C. § 2304(a)(2)(A). Specifically, FAR § 6.401(a) states that contracting officers “shall” solicit sealed bids if the following four conditions are met:

(1) Time permits the solicitation, submission, and evaluation of sealed bids;

(2) The award will be made on the basis of price and price-related factors;

(3) It is not necessary to conduct discussions with the responding offerors about their bids; and

(4) There is a reasonable expectation of receiving more than one sealed bid.

Based on the “shall” language, it would seem that protesters in this area would have a rather strong argument. However, unless the government is buying the most fungible of widgets, there is almost always a reason that the government may want to look at other factors, such as past performance, the quality of the competing products, or the offeror’s technical approach. If the government, in its discretion, determines that price is not the only relevant factor, there is no requirement to structure the solicitation as a sealed bid.

CAFC’s Key Language

In sum, we hold that the [Government’s] decision to issue a MATOC [Multiple Award Task Order Contract] solicitation [instead of a seeking a sealed bid structure] “evinces rational reasoning and consideration of relevant factors.” Were we to conclude otherwise, we would be second-guessing the [Government’s] action. That is something we are not permitted to do.

Weeks Marine, Inc. v. United States, 575 F.3d. 1352 (Fed. Cir. 2009).

GAO’s Key Language

CICA requires the use of sealed bidding when: (1) time permits; (2) award will be based on price and other price-related factors; (3) discussions are not necessary; and (4) more than one bid is expected. 10 U.S.C. § 2304(a)(2)(A); Federal Acquisition Regulation (FAR) § 6.401(a); When an agency determines that these conditions are not met, CICA requires the use of negotiated procedures. 10 U.S.C. § 2304(a)(2)(B). The determination as to whether circumstances support the use of negotiated procedures is largely a discretionary matter within the purview of the contracting officer. FAR § 6.401. However, an agency must reasonably conclude that the conditions requiring use of sealed bidding are not present.

Ceres Environmental Services, Inc., B-310902, March 3, 2008.

FAR Crosswalk: FAR § 6.401(a).

Other Relevant Cases: See page 302 in the Index of Representative Cases.

Commentary: The FAR (and the statute it implements) seems to apply a narrow limitation on the government’s discretion. A hotly contested protest that was filed in the COFC in 2007 and reversed by the CAFC in 2009 helped clarify this issue. In Weeks Marine, Inc., v. United States the CAFC affirmed that the government has broad discretion to choose negotiated procurements (such as a multiple-award task order contract) over sealed bidding procedures (such as invitations for bids). Prior to the solicitation at issue in that case, the U.S. Army Corps of Engineers solicited all contracts for dredging services as sealed bids where the only relevant factor was price. When the Corps changed its solicitation strategy to a negotiated procurement (specifically, a multiple-award ID/IQ type of contract), Weeks Marine protested and argued that the FAR mandated that the government use sealed bidding procedures. The COFC agreed and sustained their protest.

Fortunately, the CAFC overruled the COFC decision. The CAFC noted that the government had presented seven reasons for changing from sealed bidding to the new procurement scheme. Specifically, the Corps of Engineers expected to (1) obtain qualified contractors, (2) reduce procurement time, (3) realize savings in administrative costs, (4) reduce or eliminate the need for emergency procurements, (5) allow for greater coordination between the districts in the South Atlantic Division, (6) facilitate the use of small businesses, and (7) be able to address the national security needs through more timely execution of dredging near military bases. After noting these reasons, the CAFC stated, “We think it can hardly be argued that any one of these is not a legitimate procurement objective.”

For government procurement personnel, the Weeks Marine cases demonstrate the importance of creating a record to demonstrate why the government has decided to move from a sealed-bidding format to a negotiated procurement for the same requirement. It was clear that the COFC viewed the Corps of Engineers’ initial failure to develop a record setting out this reasoning during acquisition planning as a negative. Following the CAFC’s overruling of the COFC’s decision in Weeks Marine, the law currently affords the government significant discretion—provided that there is a rational basis for choosing to use a negotiated procurement over sealed-bidding procedures.

_______________

33 See www.federalnewsradio.com/394/2863745/House-drops-DoD-request-to-change-definition-of-commercial-products.

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

You can't read the all page of ebook, please click here login for view all page.
Reset
18.224.54.136