CHAPTER 6
Protest Grounds Based on Small Business Issues

1. BUNDLING AND CONSOLIDATION

Overview of This Protest Ground: Contract bundling is the practice of combining two or more government requirements that were previously under separate contracts into a solicitation for a single contract (codified in the Small Business Act, 15 U.S.C. § 632(o)). Protests based on this ground are filed by small businesses that believe the government has improperly combined (or “bundled”) various requirements into one solicitation in a manner that precludes small businesses from participating as prime contractors.

The statutory prohibition against unnecessary bundling stems from two sources: the Small Business Act and the Competition in Contracting Act.36 Unlike most protest grounds, this is almost exclusively a pre-award protest ground, which means that the protester must file this type of protest against the solicitation prior to the date and time set for the receipt of proposals.

The prohibition against bundling is not absolute, however. That is, FAR § 7.107 explains that the government can properly bundle requirements if it can demonstrate that the bundling will result in “measurably substantial benefits,” which is explained to mean a savings of ten percent for contracts (including options) valued up to $94 million or five percent of the estimated contract or order value (including options) if the value exceeds $94 million. If that “measurably substantial benefits” determination is reasonable, the protest will likely be denied. This dollar figure and percentage can change over time; acquisition professionals must ensure that they have the latest version of these “measurably substantial benefits” when analyzing a bundling issue.

These types of protests often attack the government’s analysis and methodology supporting the claim that the bundling will result in “measurably substantial benefits.” Alternatively, protesters argue that the consolidation results in an unnecessary and unjustified restriction on competition in violation of CICA.

The FAR attempts to set up a system whereby bundling issues are resolved early in the acquisition planning process. Specifically, FAR § 7.104(d)(2) requires coordination with the agency’s small business specialist, who is to determine whether the acquisition strategy “involves contract bundling that is unnecessary, unjustified, or not identified as bundled by the agency.” If the strategy involves substantial bunding, this small business specialist is required to assist the agency in identifying alternative strategies that would reduce or minimize the scope of the bundling. This coordination is required based on dollar levels: $8 million for DOD, $6 million for NASA/GSA/DOE, and $2.5 million for all other agencies. Even if this coordination takes place, however, a protester may view the action differently than the agency’s small business specialist views it. In other words, this process may cut down on the number of protests in this area, but it does not eliminate them.

GAO’s Key Language

CICA generally requires that solicitations permit full and open competition and contain restrictive provisions and conditions only to the extent “necessary to satisfy the needs of the executive agency.” 10 U.S.C. § 2305(a)(1)(A) (2006). Since consolidated or “bundled” procurements may combine separate, multiple requirements into one contract, they have the potential for restricting competition by excluding firms that can furnish only a portion of the requirements. In interpreting CICA, we have assessed whether an agency has a reasonable basis for its contention that the consolidation is required to meet its needs, and have sustained protests only where no reasonable basis is demonstrated. We have noted that mere administrative convenience alone does not provide a reasonable basis for restrictive competition through consolidation of requirements, but substantial cost savings through reduction of duplicative efforts and operational efficiencies may provide a reasonable basis for consolidation.

Major Contracting Services, Inc., B-406980, Oct. 10, 2012.

[T]he Small Business Act prohibits agencies from bundling two or more procurement requirements for goods or services that were previously provided under separate smaller contracts into a single solicitation that is likely to be unsuitable for award to a small business. An exception to the prohibition on bundling exists when agencies can demonstrate that the government would receive “measurably substantial benefits” from the bundling valued at 10 percent of the estimated contract or order value (including options), if the contract is $86 [now 94] million or less (or valued at 5 percent of the estimated contract value if the contract is for more than $86 [now 94] million).

BlueStar Energy Solutions, B-405690, Dec. 12, 2011.

The reach of the restrictions against total package or bundled procurements in CICA is broader than the reach of restrictions against bundling under the Small Business Act… Specifically, CICA generally requires that solicitations include specifications which permit full and open competition and contain restrictive provisions and conditions only to the extent necessary to satisfy the needs of the agency. See 10 U.S.C. sections 2305(a)(1)(A), (B). Because procurements conducted on a bundled or total package basis can restrict competition, we will sustain a challenge to the use of such an approach where it is not necessary to satisfy the agency’s needs. The determination of a contracting agency’s needs and the best method for accommodating them are matters primarily within the agency’s discretion… where a requirement relates to national defense or human safety, an agency has discretion to define the solicitation requirements to achieve not just reasonable results, but the highest possible reliability and effectiveness.

Outdoor Venture Corporation, Applied Companies, B-299675, B-299676, July 19, 2007.

When a proposed acquisition involves bundled requirements, the agency must first conduct market research to determine whether the bundling is necessary and justified, given the potential impact on small business participation, by ascertaining whether the government will derive measurably substantial benefits from the bundling and quantifying these benefits. FAR sect. 7.107(a), (b). In addition, the agency must, at least 30 days before issuing a solicitation, provide its acquisition package to the SBA procurement representative for review and also provide a statement why the (1) proposed acquisition cannot be divided into reasonably smaller lots for small businesses, (2) delivery schedules cannot be established that will encourage small business participation, (3) proposed acquisition cannot be structured so to make it likely that small businesses can compete for the prime contract, (4) consolidated construction project cannot be acquired as separate discrete projects, or (5) bundling is necessary and justified. FAR sect. 19.202–1(e). Furthermore, within the same 30 days, an agency must notify any affected incumbent small business concerns of the Government’s intention to bundle the requirement. FAR sect. 10.001(c)(2).

Sigmatech, Inc., B-296401, Aug. 10, 2005.

CICA generally requires that solicitations permit full and open competition and contain restrictive provisions and conditions only to the extent necessary to satisfy the needs of the agency. 10 U.S.C. Section 2305(a)(1) (2000). Since “bundled” (or “consolidated”) procurements combine separate, multiple requirements into one contract, they have the potential for restricting competition by excluding firms that can furnish only a portion of the requirement. Because of the restrictive impact of bundling, we will sustain a protest challenging a bundled solicitation, unless the agency has a reasonable basis for its contention that bundling is necessary. CICA and its implementing regulations require that the scales be tipped in favor of ensuring full and open competition, whenever concerns of economy or efficiency are being weighed against ensuring full and open competition. Nevertheless, bundling may serve to meet an agency’s needs where the agency reasonably determines that consolidation will result in significant cost savings or efficiencies.

B.H. Aircraft Company, Inc, B-295399.2, July 25, 2005.

FAR Crosswalk: FAR §§ 2.101, “Definitions—Bundled Contract and Bundling,” 7.107(b), 10.001(c)(2), and 19.202-1(e).

Other Relevant Cases: See page 305 in the Index of Representative Cases.

Commentary: Generally, this is not a successful area for protesters; there are often several hurdles in the protester’s way. For example, if the protest is rooted in the Small Business Act, the protester needs to show that the questioned solicitation meets the definition of “bundling” as set out in the act and FAR Subpart 2.1. A strict reading of the definition of bundling makes this approach difficult. For example, bundling does not apply to “new” requirements. Further, if the contract was previously bundled, the follow-on solicitation is not considered to be a bundling action. In other words, the GAO will not look to see if the government improperly bundled the requirements in the past, but instead will only look to see if the protested solicitation itself improperly bundles requirements that were previously performed under separate smaller contracts

Although a protester can also base its protest on the broader restrictions set out in CICA, the prohibition against bundling under CICA is not absolute. That is, the protester must demonstrate that the bundling was not the result of a legitimate agency need (under CICA) or that the government performed a flawed analysis in finding “measurably substantial benefits” under FAR § 7.107.

Overall, this is a relatively unsuccessful protest ground. However, there are cases where the government has not put much thought (or documentation) into its bundling analysis; in those cases, the government tends to lose the protests. An example is found in comparing two cases: Vantex Service Corporation, B-290415, August 8, 2002, and Major Contracting Services, Inc., B-406980, Oct. 10, 2012. Both of these protests focused on the consolidation of portable latrine services with other waste removal services under CICA. The key distinction between the two cases was the amount of research, thought, and documentation underlying the consolidation decision. The Vantex case showed very little in the documented record supporting the consolidation decision, whereas the agency performed significant documented market research in the Major Contracting Services case. Not surprisingly, the protest in Vantex was sustained while the protest in Major Contracting Services was denied.

Small business protesters have to be alert to government bundling actions because these protests must typically be filed against the solicitation or the GAO will dismiss them as untimely. On the government side, the contracting officer must ensure that a well-documented analysis shows why the current solicitation does not meet the definition of bundling or, if it does, that the government performed a solid “measurably substantial benefits” analysis and correctly determined that the bundling action was justified.

Even if the consolidation does not meet the definition of bundling under the Small Business Act, the contracting officer still needs to research and document the government’s reasons for consolidation to withstand a challenge that the consolidation unreasonably limits competition in violation of CICA. The primary reason these protests are sustained is the lack of a record demonstrating that the consolidation was justified and was in accordance with the governing statutes and regulations.

2. LIMITATIONS ON SUBCONTRACTING

Overview of This Protest Ground: This protest ground is most commonly raised by a disappointed small business offeror that believes that the awardee will not self-perform the percentage of the work required by the FAR. This is typically a post-award protest filed against the award of a small business set-aside contract. Set out in FAR Clause 52.219-14(c), the rules differ depending on whether the contract is predominantly for services, supplies, or construction:

(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for—

(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.

A common misconception is that the percentages required can be satisfied by small businesses collectively. The GAO, however, has clarified that the required percentages apply to the actual small business concern that is acting as the prime contractor.

CAFC’s Key Language

A subcontracting limitation, including the LOS [limitation on subcontracting] clause, is a material RFP term and a condition of a solicitation to which the offeror must agree in its proposal. Compliance with the LOS clause is material because the mix of prime-subcontractor labor affects cost evaluation. 48 C.F.R. § 14.405…. Thus, a proposal that, on its face, leads “an agency to the conclusion that an offeror could not and would not comply with the subcontracting limitation” is technically unacceptable and “may not form the basis for an award.” A subcontracting limitation, including the LOS clause, is a material RFP term and a condition of a solicitation to which the offeror must agree in its proposal. Compliance with the LOS clause is material because the mix of prime-subcontractor labor affects cost evaluation.

Centech Group, Inc. v. United States, 554 F.3d 1029 (Fed. Cir. 2009)

COFC’s Key Language

The proper analytical framework for the review of an agency’s decision to accept a proposal (and its representations as to subcontracting that will comply with FAR 52.219–14) is succinctly provided by a different statement in Centech:

[A] proposal that, on its face, leads “an agency to the conclusion that an offeror could not and would not comply with the subcontracting limitation” is technically unacceptable and “may not form the basis for an award.”

554 F.3d at 1038 (quoting Chapman Law Firm v. United States, 63 Fed.Cl. 519, 527 (2005)). This approach is echoed in a number of GAO decisions, one of which was cited by plaintiff. See Pl.’s Mot. at 6–7 (citing Global Assocs. Ltd., B–271693, 96–2 CPD ¶ 100, 1996 WL 509228 (Comp.Gen. Aug. 2, 1996)). In that decision, the GAO stated that:

…the protest allegation here challenges the agency’s determination that [the awardee’s] proposal was acceptable, and is based upon the representations in the proposal… as to whether the proposal complied with the subcontracting limitation. Protests such as this, which are directed at the awardee’s proposal, challenge the reasonableness of the agency’s determination of technical acceptability….

Global Associates, 1996 WL 509228, at *4 (citations omitted and emphasis added). Thus, the court reviews the reasonableness, or rationality, of the agency’s acceptance of the proposal (and its representations as to subcontracting), in light of the requirements set forth in FAR 52.219–14.

In other words, unless a proposal “leads” the agency to question the awardee’s subcontracting of contract work as a possible violation of the limitations on subcontracting clause, it is generally reasonable for the agency to accept the proposal and determine compliance with that clause after the award decision has been made:

As a general rule, an agency’s judgment as to whether a small business offeror will comply with the subcontracting limitation is a matter of responsibility, and the contractor’s actual compliance with the provision is a matter of contract administration. Orincon Corp., B–276704, July 18, 1997, 97–2 CPD ¶ 26 at 4. However, where a proposal, on its face, should lead an agency to the conclusion that an offeror could not and would not comply with the subcontracting limitation, we have considered this to be a matter of the proposal’s technical acceptability; a proposal that fails to conform to a material term or condition of the solicitation such as the subcontracting limitation is unacceptable and may not form the basis for an award.

KIRA Inc., B–287573.4, 2001 CPD ¶ 153, 2001 WL 1073392, at *3 (Comp.Gen. Aug. 29, 2001).

Excel Mfg., Ltd. v. United States, 111 Fed. Cl. 800, (2013)

GAO’s Key Language

With regard to contracts for services, FAR 52.219-14(c)(1) provides that “[A]t least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.” As a general matter, an agency’s judgment as to whether a small business offeror will be able to comply with this subcontracting limitation presents a question of responsibility not subject to our review. However, where a quotation, on its face, should lead an agency to the conclusion that an offeror has not agreed to comply with the subcontracting limitation, the matter is one of the quotation’s acceptability.

…The protester has not identified any portion of the awardee’s quotation that, on its face, should have led the agency to the conclusion that [the awardee] had not agreed to comply with the subcontracting limitation. Instead, the protester argues that [the awardee] did not provide any supplemental data to support its claim that the firm would perform at least 50 percent of the cost of the contract itself. However, it is the protester who bears the burden of demonstrating that the proposal should have led the agency to conclude that the awardee did not comply with this limitation; simply arguing that the awardee’s quotation did not contain sufficient information to demonstrate whether the awardee will comply does not meet this burden….

We find that there is nothing on the face of [the awardee’s] quotation, nor has the protester directed us to anything on the face of [the awardee’s] quotation, that evidences that the firm will not comply with the solicitation’s subcontracting limitation provision. As a result, we see no basis to conclude that the agency acted improperly in accepting [the awardee’s] quotation.

KAES Enterprises, LLC, B-408366, Aug. 7, 2013.

As a general rule, an agency’s judgment as to whether a small business concern will comply with the LOS [limitation on subcontracting] clause is a matter of responsibility, and the contractor’s actual compliance with the provisions is a matter of contract administration. However, where a quotation, on its face, should have led the agency to conclude that the concern could not and would not comply with the subcontracting limitation, this is a matter of technical acceptability. A submission that fails to conform to a material term or condition of the solicitation, such as the LOS clause, is unacceptable and may not form the basis for an order.

Chant Engineering Company, Inc., B-402054, Dec. 29, 2009.

Our Office solicited the views of the United States Small Business Administration (SBA) on this matter. The SBA advised that, contrary to the [Agency’s Policy] Memorandum, in general, a small business receiving a prime contract award as a result of a solicitation set aside for [small business concerns] must meet the subcontracting limitation set forth in statute and regulations itself…. In this regard, the Small Business Act provides that a concern may not be awarded a contract—as a small business concern unless the concern agrees that—(A) in the case of a contract for services (except construction), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern—15 U.S.C. sect. 644(o) (2000); see also 13 C.F.R. sect. 125.6(a) (1) (2006) (SBA’s regulations implementing this statute).

Tybrin Corporation, B-298364.6, B-298364.7, Mar. 13, 2007.

FAR Crosswalk: FAR § 19.508(e) and FAR clause 52.219-14.

Other Relevant Cases: See page 305 in the Index of Representative Cases.

Commentary: This protest ground is similar to the Buy American Act protest ground in that the GAO is careful to note the key distinction between contract formation issues and contract administration issues. Since the GAO will not hear issues related to contract administration, its inquiry in this area is limited to determining whether the offer on its face should have led the agency evaluators to believe that the small business offeror did not intend to comply with the rules regarding limitation on subcontracting. In other words, the GAO is not empowered to regulate whether the small business actually performs the contract in accordance with these rules. Rather, the GAO’s inquiry is limited to determining whether the agency reasonably concluded that the offeror indicated that it would abide by these rules based on the information provided to the agency prior to award. In light of this rather narrow inquiry, protests in this area are usually denied: Regardless whether the company will comply with the limitation, offerors rarely take an express exception to the requirement. The GAO leaves enforcement of the clause to the agency during contract administration.

Stated differently, a small business offeror that takes no exception to the limitation on subcontracting rules is affirmatively promising that it will self-perform the required percentage of the work. If, however, a small business offeror sets out a technical approach that explicitly shows that it will not self-perform the required percentage of work, the government cannot ignore that fact in its responsiveness determination. This is not a “responsibility” issue that can be adjudicated by the SBA’s Certificate of Competency Program. See Tybrin Corp., B-298364.6, B-298364.7, March 13, 2007. Since the limitation on subcontracting is a material term in the solicitation, an award may not be made to a company whose offer indicates that it will not comply.

If the contracting officer deems it appropriate, this issue could potentially be resolved through discussions followed by the submission of final proposal revisions. Prior to entering into discussions, however, a contracting officer is wise to understand the common pitfalls of entering into discussions (see Chapter 4).

The GAO does not allow an agency to apply both limitations-on-subcontracting clauses to one contract. For example, a contract that has both supply and service aspects cannot simply include multiple limitations-on-subcontracting clauses. The GAO has explained that the contracting officer must determine whether the contract as a whole is predominantly seeking services or supplies. That determination will dictate which limitation-on-subcontracting clause will apply to a particular contract.

The contracting officer should be aware of the rules regarding limitations on subcontracting in small business set-aside procurements when developing the solicitation evaluation criteria that will govern the competition. Since a small business awardee cannot be merely a “pass-through” company to other businesses, the contracting officer should ensure that the evaluation criteria are drafted in a manner that will ensure that the awardee’s capabilities and past performance will be adequately evaluated and appropriately weighted. In other words, since the awardee in these situations will be self-performing a significant percentage of the work, it makes sense to set up an evaluation scheme that focuses in significant part on the prime contractor’s past performance.

3. HUBZONE CONTRACTING PROCEDURES

Overview of This Protest Ground: The Historically Underutilized Business Zone (HUBZone) program was created by Congress in 1997 (P.L. 105-135, §§ 601-607) to:

[e]ncourage investment in low income metropolitan and rural areas where poverty and unemployment are very important concerns…. The goal of HUBZones is to encourage small businesses to relocate and employ people in low income, economically distressed areas by allowing these businesses to receive a special preference or set aside in bidding on federal government contracts.

The HUBZone program, administered by the SBA, provides contracting assistance to qualified small business concerns located in specific geographic areas. The SBA maintains the exact delineation of the various HUBZones (www.sba.gov/hubzone). The program allows for set-asides for HUBZones (including sole-sourcing in certain situations) and also provides for a 10 percent price preference when competing in an open competition.37 To be eligible for the program, the small business concern’s principal office must be located in a HUBZone and at least 35 percent of its employees must reside in one or more HUBZones.

The protests in this area are typically filed by a HUBZone concern that believes the agency is not providing the statutory and regulatory preferences. Several cases address the 10 percent price preference. A relatively recent case explained that this price preference applies even if the HUBZone concern submitted the lowest price in the competition. There is also a separate protest process through the SBA focusing on challenges to a company’s professed status as a HUBZone small business. The size protest procedures are outlined in SBA regulations as well as FAR Subpart 19.3.

A significant number of the protest cases under this ground focusing on whether the agency was required to set aside a particular requirement for HUBZones to the exclusion of other small business programs (e.g., women-owned small businesses, service-disabled veteran-owned small businesses) have been rendered moot by the Small Business Jobs Act (SBJA), which was passed in 2010. That statute clarified that there was to be “parity” among the small business contracting programs. (An in-depth explanation of this statutory revision is set out in the COFC opinion in Mission Critical Systems v. United States, which was e-filed on March 12, 2012.38)

The statute also ended a year-long dispute between the GAO and the Department of Justice (DOJ) regarding the correct interpretation of the Small Business Act prior to SBJA. A review of the HUBZone protests shows that a significant number of protests were filed between 2008 and 2010, highlighting the tension between GAO and DOJ on this matter. Those cases have now been rendered moot by SBJA.

GAO’s Key Language

It is well-settled that an agency must follow the ground rules of the competition set forth in the solicitation, and deviation from those stated ground rules is grounds to sustain the protest. Here, the unambiguous language of the solicitation required that the agency apply “a factor of 10 percent to the price of all offers” other than certain HUBZone or small business offers. The Army failed to do so here, and we sustain the protest on this ground.

Neither the Army nor the SBA have cited, and we have not found, any case law or other authority to support the agencies’ position that the HUBZone price evaluation preference need not be applied in a best value procurement when the HUBZone offer is priced lower than the large business offer.

Explo Systems, Inc., B-404952, B-404952.2, July 8, 2011.

We find no basis to conclude that FPI [Federal Prison Industries] is required to comply with the HUBZone subcontracting provision. In this regard, we agree with the SBA that, because FPI is not a HUBZone, nor indeed a small business concern, limitations imposed under FAR § 52.219-3 on subcontracting by a “HUBZone small business concern” do not apply to FPI.

[The HUBZone protester] asserts, and the SBA agrees, that a HUBZone price evaluation preference should be applied in this procurement because FPI, an other-than-small business, was permitted to compete with a HUBZone small business. In this regard, FAR § 19.1307(a) provides that a price evaluation preference for HUBZone small businesses shall be used in acquisitions “conducted using full and open competition.” [The agency] denies that it was required to include a HUBZone price evaluation preference in a solicitation set aside for HUBZone small businesses. We need not resolve this dispute. Since the solicitation in fact did not include a HUBZone price evaluation preference, the agency has not violated the terms of the solicitation or otherwise acted improperly by failing to apply the preference here.

Tennier Industries, Inc., B-403946.2, June 29, 2012.

Here, the statute under consideration, the HUBZone price evaluation preference statute, creates a program to be administered by the Small Business Administration (SBA), not GSA. In particular, the HUBZone statute expressly identifies the Administrator of SBA as the official responsible for administering the HUBZone program, and establishes the HUBZone program within SBA. 15 U.S.C. § 657a(a). As such, it is the views of SBA, rather than those of GSA, to which our Office will afford deference.

Consistent with the deference standard established in Chevron supra, we did carefully consider the views of the SBA in our prior decision; SBA—the agency charged with administration of the HUBZone program—took the position that the HUBZone price evaluation preference is applicable to leasehold acquisitions. In this reconsideration, SBA has taken the same position, SBA Brief, June 21, 2012, and again we find that it reflects a reasonable interpretation of the statute. Simply stated, the HUBZone Act price evaluation preference, on its face, does not limit the type of contract to which it applies, and as we pointed out in our prior decision, courts (including the Supreme Court) and other adjudicative bodies have long recognized that a real property lease is a contract. There also is no affirmative language in the statute that specifically excludes application of the HUBZone Act price evaluation preference to procurements of leasehold interests in real property. Accordingly, we find that SBA’s interpretation of the HUBZone statute is reasonable and should be upheld.

General Services Administration—Reconsideration, B-406040.2, Oct. 24, 2012.

FAR Crosswalk: FAR Subpart 19.3, Historically Underutilized Business Zone (HUBZONE) Program.

Other Relevant Cases: See page 306 in the Index of Representative Cases.

Commentary: In the wake of passage of SBJA, the protests in this area have been significantly reduced; SBJA clarified that there is “parity” among the various small business programs. Nonetheless, there have been several notable decisions in the last few years. In Explo Systems, the GAO held that the 10 percent price preference should still apply in a best value tradeoff competition where the HUBZone offeror submitted the lowest price. In another post-SBJA protest, the GAO found that the HUBZone Act applied to leases in addition to other types of federal contracts. In that case (General Services AdministrationReconsideration), GSA strenuously argued that the HUBZone Act was not intended to apply to leases. The SBA disagreed, explaining that the HUBZone Act should be read broadly to include leases. The GAO explained that it properly provides deference to the agency charged with administration of the HUBZone program: the SBA.

If a contracting officer senses (from correspondence or otherwise) a dispute brewing regarding the proper application of the HUBZone act/regulations, it may be advantageous to raise the issue to the appropriate officials within the SBA in light of the deference that the GAO provides the SBA in this area.

4. CERTIFICATE OF COMPETENCY

Overview of This Protest Ground: A Certificate of Competency (COC) is a certificate issued by the Small Business Administration stating that the holder is a responsible contractor for the purpose of receiving and performing a specific government contract.39 Prior to issuing the COC, the SBA examines the small business for multiple responsibility elements including, but not limited to, capability, competency, capacity, credit, integrity, perseverance, tenacity, and limitations on subcontracting. Protests in this area are most frequently filed by small businesses that were not selected for contract award and had an aspect of their proposal that was viewed negatively by the government. The typical argument is that the government’s evaluation of the small business’ technical approach, past performance, or price was really a de facto responsibility determination that should have been subjected to the SBA’s COC procedures.

Other protests in this area are filed following the SBA’s denial of a COC to a small business. These types of protests are seldom successful in light of the deference that the GAO affords the SBA in this area. The scope of the GAO’s review in such cases is generally limited to allegations of (1) bad faith, (2) the SBA’s failure to consider vital information, and (3) the SBA’s failure to follow its own regulations.

GAO’s Key Language

Under the Small Business Act, 15 U.S.C. § 637(b)(7), agencies may not find a small business non-responsible without referring the matter to the SBA, which has final authority to determine the responsibility of small business concerns. With regard to consideration of SBA COC determinations, the Small Business Act gives the SBA the conclusive authority to review a contracting officer’s determination that a small business is not responsible. 15 U.S.C. § 637(b)(7). Therefore, our Office does not review challenges to the SBA’s decision not to issue a COC unless there is a showing that the COC denial resulted from possible bad faith, or the SBA’s failure to follow its own regulations or to consider vital information because of how information was presented to, or withheld from, the SBA by the procuring agency. Bid Protest Regulations, 4 C.F.R. § 21.5(b)(2). In this context, the subject for our review is limited to examining whether SBA applied the correct regulations when it denied a COC to Construct….

In sum, the record reflects that SBA incorrectly applied the limitation on subcontracting found at 13 C.F.R. § 125.6(a), to [the protester], a SDVOSB subject to the limitation on subcontracting at 13 C.F.R. § 125.6(b). We therefore sustain the protest where SBA refused to issue a COC to Construct due to failure to properly follow its own regulations.

Construct Solutions, Inc., B-405288, B-405288.2, Oct. 11, 2011.

[The protester] asserts that the agency’s determination that its revised price was unrealistic and risky constituted a finding that the firm was not responsible. In this regard, [the protester] notes that, in making the best value determination, the agency found that the firm’s pricing structure would make it very difficult or impossible to transition a large percentage of the incumbent personnel to a new contract, and was highly unlikely to allow the firm to meet the government’s performance standards. [The protester] also notes that the agency considered its past performance and experience to be deficiencies that it could not overcome. [The protester] concludes that since it is a small business, the agency was required to refer the matter of its responsibility to the Small Business Administration (SBA) for review under its certificate of competency procedures. See Federal Acquisition Regulation § 19.602-1(a).

[The protester’s] assertions are without merit. An agency may use traditional responsibility factors, such as personnel competencies and capabilities, as technical evaluation factors where, as here, a comparative evaluation of those areas is to be performed. A comparative evaluation means that competing proposals will be rated on a scale relative to each other rather than on a pass/fail basis. No SBA referral is required where a small business offeror’s proposal, while evaluated as acceptable, is not selected for award because another offeror’s proposal is evaluated as superior under a comparative analysis or because of a cost/technical tradeoff analysis. There was no pass/fail evaluation here; the record shows that evaluation of [the protester’s] past performance and experience, as well as the price realism and risk assessment based on the firm’s low proposed labor rates, were all part of a comparative, best value evaluation, not a responsibility determination.

Zolon Tech, Inc., B-299904.2, Sept. 18, 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.

As indicated, [the protester’s] proposal was not considered for award because its proposed price was considered unreasonably low. However, there was no technical or price evaluation factor under the RFP providing for the evaluation of price realism or the offerors’ understanding of the requirements. The price evaluation provided only for the evaluation of the “reasonableness” of the proposed price, that is, whether the price was unreasonably high. Thus, the agency’s concern that [the protester’s] price was too low was a matter of the firm’s responsibility. Since [the protester] is a small business, if the [agency] believed that [the protester] could not satisfactorily perform the contract at its proposed price, it was required to refer this finding of nonresponsibility to the SBA for that agency’s review under its certificate of competency procedures.

J.A. Farrington Janitorial Services, B-296875, Oct. 18, 2005.

Thus, we have previously recognized with respect to the limitation on subcontracting clause at FAR § 52.219-14, governing eligibility for consideration for requirements set aside for small business concerns and 8(a) contractors, that, as a general rule, an agency’s judgment as to whether a small business offeror will comply with the subcontracting limitation is a matter of responsibility, to be finally determined by the SBA in connection with its Certificate of Competency (COC) proceedings.

Liberty Power Corporation, B-295502, March 14, 2005.

Under the Small Business Act, agencies may not find a small business nonresponsible without referring the matter to the SBA, which has the ultimate authority to determine the responsibility of small businesses under its COC procedures. 15 U.S.C. § 637(b)(7) (2000); FAR Subpart 19.6. Responsibility concerns, among other factors, whether a prospective contractor will be able to comply with the required or proposed delivery or performance schedule, and whether it has the necessary organization, experience, and technical skills (or the ability to obtain them). FAR § 9.104-1(b), (e).

It is true that the reasons for GSA’s concern about [the protester] arose in connection with the evaluation under the solicitation (not post-evaluation, when a responsibility review is normally conducted). This, however, is not determinative. We have long recognized that agencies may use responsibility-type factors as evaluation criteria. Here, the evaluation criteria related to management and staffing are at issue, and both can be viewed as “traditional” responsibility factors. Where a solicitation uses traditional responsibility factors as technical evaluation criteria and where the proposal of a small business concern which otherwise would be in line for award is found ineligible for award based on an agency’s evaluation under those criteria, the agency has effectively made a determination that the small business offeror is not a responsible contractor capable of performing the solicitation requirements. In those circumstances, because of the offeror’s small business size status, the agency must refer the matter of the firm’s responsibility to the SBA for the possible issuance of a COC.

Capitol CREAG LLC, B-294958.4, Jan. 31, 2005.

The award… was unobjectionable. The FAR requirement that agencies make award to a concern where SBA issues a COC presumes that the COC referral will occur after the concern has been determined to be otherwise in line for the award. FAR § 9.104-3(d). The record in this case shows that, at the time of the referral, the contracting specialist had not yet determined that [the protester] was in line for the award; she had determined only that [the protester] was one of several firms that could receive the award. Nevertheless, apparently not fully understanding the COC process, and having questions about [the protester’s] financial capability, the contracting specialist (prematurely) submitted the matter to SBA for a COC review. Although SBA acted on the referral and issued a COC to [the protester], [the agency] was not required to make award to [the protester] at that juncture, since it had not yet determined that [the protester] was otherwise in line for the award. The agency could not deny [the protester] the award based on matters of responsibility, but nothing prohibited it from selecting another offeror for award based on a price/technical tradeoff in accordance with the RFP’s evaluation scheme.

Tenderfoot Sock Company, Inc., B-293088.2, Jul. 30, 2004.

Under the Small Business Act, agencies may not find a small business nonresponsible without referring the matter to the SBA, which has the ultimate authority to determine the responsibility of small businesses under its COC procedures. 15 U.S.C. Sec. 637(b)(7) (2000); FAR Subpart 19.6. Past performance traditionally is considered a responsibility factor, that is, a matter relating to the offeror’s ability to perform the contract. See FAR Sec. 9.104-1(c). Traditional responsibility factors may be used as technical evaluation factors in a negotiated procurement, but only when a comparative evaluation of those areas is to be made. Comparative evaluation in this context means that competing proposals will be rated on a scale, relative to each other, as opposed to a pass/fail basis. We have cautioned that an agency may not find a small business nonresponsible under the guise of a relative assessment of responsibility-based technical factors in an attempt to avoid referral to the SBA. That appears to be what occurred here.

Here, the agency did not, and could not, perform a “comparative evaluation.” The only technical evaluation factor, past performance, a traditional responsibility factor, was evaluated for the sole “purpose” of making an “assessment of the Offeror’s ability to perform.” As essentially conceded by the agency, [the protester’s] proposal was rejected because [the protester] allegedly failed to meet the RFP requirements that the offeror have past performance experience in medical construction on projects of 50 to 100 bed hospitals or large clinics valued at between $5 and $10 million. Because of this, past performance was clearly evaluated on a “pass/fail” basis. Under the circumstances, the agency’s rejection of [the protester’s] proposal amounted to a determination of nonresponsibility, which required referral to the SBA for a possible COC.

Phil Howrey Company, B-291402.3, B-291402.4, Feb. 6, 2003.

The Small Business Act, 15 U.S.C. sect. 637(b)(7) (2000), gives the SBA, not our Office, the conclusive authority to review a contracting officer’s determination that a small business is not responsible. We therefore do not review challenges to the contracting agency’s initial non-responsibility determination where the firm subsequently has been denied a COC by the SBA. Nor do we review challenges to the SBA’s decision not to issue a COC unless there is a showing that the COC denial resulted from the possible bad faith of a government official, or from a failure to consider vital information because of how information was presented to, or withheld from, the SBA by the procuring agency.

However, Federal Acquisition Regulation (FAR) sect. 19.602-4(a) provides that “if new information causes the contracting officer to determine that the concern referred to the SBA is actually responsible to perform the contract, and award has not already been made… the contracting officer shall reverse the determination of nonresponsibility, notify the SBA of this action, withdraw the referral, and proceed to award the contract.” 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. Here, since the SBA has declined to issue a COC and since none of the limited exceptions exist for our Office to review the SBA’s decision, the essential issue for our consideration raised by this protest is whether new information requiring reversal of the nonresponsibility determination was presented to the contracting officer after the denial of the COC. The information presented by the protester following the SBA’s denial of a

COC was not new information.

Quality Trust, Inc., B-289445, Feb. 14, 2002.

FAR Crosswalk: FAR Subpart 19.6, Certificates of Competency and Determinations of Responsibility.

Other Relevant Cases: See page 306 in the Index of Representative Cases.

Commentary: A review of the sustained protests in this area highlights the importance of understanding the division of responsibilities among the agency, the GAO, and the SBA. All acquisition professionals who work with small business contracts should take the time to read FAR Subpart 19.6 carefully. As with many areas of government contracting, taking the time to read through the relevant FAR section can avoid unnecessary and time-consuming problems.

The most common type of protest in this area is based on the allegation that the agency’s evaluation was actually a de facto responsibility determination of a small business that should have been submitted to the SBA for a COC determination. This can be a tricky area for contracting officers because there is a somewhat nuanced distinction between (1) the use of traditional evaluation factors in a comparative evaluation and (2) the use of pass/fail types of evaluation criteria that can effectively knock a small business out of the competition. According to the GAO, the former is not objectionable while the latter is often a de facto responsibility determination, which the GAO views as an end run around the SBA’s COC procedures. If the GAO determines that the evaluation was really a de facto responsibility determination, it is highly likely that the protest will be sustained.

Further complicating matters for the procuring agency is the fact that this is an area where the procuring agency’s decision may have been correct but the underlying SBA COC issuance decision may have been flawed. As noted, in GAO’s decision in Construct Solutions, the agency referred the matter to the SBA for a COC determination but the GAO determined that the SBA had failed to follow its own regulations regarding the application of subcontracting restrictions for service-disabled veteran-owned businesses. As a result, the GAO ultimately recommended that the contract award be terminated and the contract be awarded to the protester.

Finally, in light of the rather common determination that an offeror’s prices are unrealistically low, contracting officers need to be aware that the GAO often interprets such findings as a de facto responsibility determination. Consequently, contracting officers (and their counsel) should closely examine whether a referral to the SBA is triggered by such a finding as applied to the particular procurement.

5. SBA’S 8(a) PROGRAM

Overview of This Protest Ground: The SBA’s 8(a) business development program promotes the development of small business concerns owned and controlled by socially and economically disadvantaged individuals with the goal of strengthening these businesses to a point where they can compete in the mainstream of the American economy. It is one of several set-aside programs that limits outside competition to further certain socioeconomic goals.

When an agency decides to set aside an acquisition for the SBA’s 8(a) program, the pool of potential contractors is significantly restricted. The government’s decision in this regard can frustrate other, non-8(a) small businesses as well as large businesses that want to compete for a government requirement. Non-8(a) small businesses sometimes argue that the 8(a) set aside will have an “adverse impact” on their business because they had been supplying that particular service to the government prior to the decision to set it aside for 8(a) companies. “Adverse impact” has a specific regulatory meaning that is set out in the SBA’s regulations at 13 C.F.R. § 124.504(c).

This is a fairly common protest ground at the GAO. Unfortunately for protesters, however, these protests rarely succeed in light of the limited scope of the GAO’s review in this area combined with the wide discretion that is afforded procuring agencies in terms of deciding whether a particular requirement should be placed in the 8(a) program. The GAO will not overturn a procuring agency’s decision to place a requirement in the 8(a) program unless the protester can show bad faith on the part of government officials or that regulations were not followed.

The burden on the protester to show bad faith is heavy because government officials are presumed to act in good faith and a protester must have “convincing proof” of bad faith to prevail on that ground. Consequently, in most cases, a protester must rely on the argument that regulations were not properly followed and the protester was harmed as a result. The most common argument in this regard is that the agency failed to accurately present information in connection with the 17-part submission that must be submitted to the SBA under 13 C.F.R. § 124.502. The protester typically argues that this incomplete or misleading submission of information prevented the SBA from performing its “adverse impact” analysis properly under 13 C.F.R. § 124.504.

The second most common protest argument that the regulations were not followed focuses on the various thresholds that trigger the requirement for a competitive 8(a) procurement as opposed to a sole-source procurement. Although these thresholds change from time to time,40 the current general rule is that 8(a) requirements are to be competed if the underlying work is valued at more than $4 million (or $6.5 million for manufacturing) and two or more 8(a) companies are likely to compete for that contract. In several reported cases, an 8(a) company argued that an 8(a) sole-source contract should be competed because it crossed the threshold. Protesters also assert that the procuring agency is unlawfully splitting up the procurement to avoid a competitive process.

GAO’s Key Language

Section 8(a) of the Small Business Act, 15 U.S.C. § 637(a) (2006), authorizes the SBA to enter into contracts with government agencies and to arrange for performance through subcontracts with socially and economically disadvantaged small business concerns. Federal Acquisition Regulation (FAR) § 19.800. The Act affords the SBA and contracting agencies broad discretion in selecting procurements for the 8(a) program; accordingly, we will not consider a protest challenging a decision to procure under the 8(a) program absent a showing of possible bad faith on the part of government officials or that regulations may have been violated. 4 C.F.R. § 21.5(b)(3) (2012). [The protester] argues that the solicitation was improperly set aside as an 8(a) competition because the SBA failed to perform an adverse impact analysis under 13 C.F.R. § 124.504(c). [The protester] also argues that it is adversely impacted by the decision to set aside the solicitation as an 8(a) award, given that it is a small business, but is no longer a certified 8(a) contractor.

The SBA contends that no adverse analysis was required because the work solicited here is a “follow-on” to shuttle bus service contracts performed under [the protester’s] 8(a) contracts, which provided the same basic services under the 8(a) program.4 The SBA contends that this requirement is, therefore, subject to the “once 8(a), always 8(a)” rule, set forth at 13 C.F.R. § 124.504(d), which, the SBA contends, precludes removing follow-on requirements from the 8(a) program unless they are specifically released by the SBA from the program for non-8(a) competition. In such cases, the SBA reports, there is no requirement for an adverse impact analysis.

Alternatively, the SBA contends that if this requirement were not considered a follow-on requirement, then it would be considered a “new requirement” under 13 C.F.R. § 124.504(c)(1)(ii), for which no adverse impact analysis would be required under applicable regulations. 13 C.F.R. § 124.504(c)(1)(ii)(D). The SBA contends that this would be so because the shuttle bus services previously obtained under the 8(a) program will be significantly expanded by this solicitation; in fact, SBA notes that the expansion of services here will lead to a price adjustment of at least 25 percent over the previous contracts. 13 C.F.R. § 124.504(c)(1)(ii)(C).

As a general matter, we accord SBA’s interpretation of its own regulations, such as those regarding the 8(a) program, great weight. Here, while [the protester] clearly disagrees with SBA’s interpretation of its regulations as applied to the facts in this case, we see no basis to conclude that SBA’s determination that no adverse impact analysis was required was inconsistent with applicable SBA regulations. Id.

Blue Ridge Limousine and Tour Service, Inc., B-407020, Oct. 19, 2012.

Section 8(a) of the Small Business Act authorizes SBA to contract with government agencies and to arrange for performance of such contracts by awarding subcontracts to socially and economically disadvantaged small businesses. 15 U.S.C. § 637(a) (2006). The Act affords SBA and contracting agencies broad discretion in selecting procurements for the 8(a) program. We will not consider a protest challenging a decision to procure under the 8(a) program absent a showing of possible bad faith on the part of government officials or that regulations may have been violated. Bid Protest Regulations, 4 C.F.R. § 21.5(b)(3) (2012).

The section 8(a) program has both competitive and noncompetitive components, depending on the dollar value of the requirement. See 13 C.F.R. § 124.506(a) (2012). In order to obtain the information necessary for the SBA to determine that an offered requirement is eligible and appropriate for award under the 8(a) program (whether on a competitive or noncompetitive basis), the SBA’s regulations require that contracting agencies furnish information about a procurement when offering it for inclusion in the program. As a general matter, the SBA is entitled to rely on a contracting agency’s representations in making decisions regarding 8(a) acquisitions, and SBA’s regulations place primary responsibility on the procuring agency to submit all relevant information necessary to SBA’s decision-making process.

MCB Lighting & Electrical, B-406703, July 13, 2012.

The section 8(a) program has both competitive and noncompetitive components, depending on the dollar value of the requirement. See 13 C.F.R. § 124.506(a) (2010). Generally, where the acquisition value exceeds $4 million, a section 8(a) contract must be competed among section 8(a) firms; section 8(a) acquisitions with values less than $4 million generally are awarded on a noncompetitive basis. FAR § 19.805-1(a). In order to obtain the information necessary for the SBA to determine that an offered requirement is eligible and appropriate for award under the 8(a) program (whether on a competitive or a noncompetitive basis), the SBA’s regulations require that contracting agencies furnish detailed information about a procurement when offering it for inclusion in the program. 13 C.F.R. § 124.502. In this regard, 13 C.F.R. § 124.502(c) sets forth 17 enumerated items which must be identified in a contracting agency’s letter offering work for inclusion in the SBA’s 8(a) program. See also FAR § 19.804-2(a). As a general matter, the SBA is entitled to rely on a contracting agency’s representations.

Government officials are presumed to act in good faith, and a protester’s claim that contracting officials were motivated by bias or bad faith must be supported by convincing proof; our Office will not attribute unfair or prejudicial motives to procurement officials on the basis of inference or supposition.

Donnelly & Moore Corporation, B-404480, Feb. 16, 2011.

The Competition in Contracting Act of 1984 (CICA) allows executive agencies to use noncompetitive procurement procedures where “a statute expressly authorizes… that the procurement be made through another executive agency.” 41 U.S.C. § 253(c)(5) (2006). In this regard, section 8(a) of the Small Business Act expressly authorizes the SBA to enter into contracts with other agencies “to furnish… services… to the Government” through subcontracts to disadvantaged small business concerns. 15 U.S.C. § 637(a), (b) (2006). Accordingly, the FAR expressly authorizes agencies to use noncompetitive procedures pursuant to CICA when making “sole source awards under the [section] 8(a) program.” FAR § 6.302-5(b)(4).

The FAR then specifies the circumstances in which a sole-source award under section 8(a) is appropriate. Agencies must use competitive procedures for section 8(a) contract awards when: (1) there is a reasonable expectation that at least two eligible and responsible 8(a) firms will submit offers and that an award can be made at fair market price, and (2) the anticipated total value of the contract, including options, will exceed $4 million. FAR § 19.805-1(a). Since [the agency’s] award to [the 8(a) Company] was for $75,048—well below the $4 million competitive threshold—[the agency] was not required to use competitive procedures here.

Eagle Collaborative Computing Services, Inc., B-401043.3, Jan. 28, 2011.

Under the Act’s implementing regulations, SBA may not accept any procurement for award as an 8(a) contract if doing so would have an adverse impact on an individual small business, a group of small businesses in a specific geographical location, or other small business programs. 13 C.F.R. § 124.504(c). The adverse impact concept is designed to protect small business concerns that are performing government contracts awarded outside the 8(a) program. SBA presumes adverse impact to exist where a small business concern has performed the specific requirement for at least 24 months; the small business is performing the requirement at the time it is offered to the 8(a) program, or its performance of the requirement ended within 30 days of the procuring activity’s offer of the requirement to the 8(a) program; and the dollar value of the requirement that the small business is or was performing is 25 percent or more of its most recent annual gross sales. Id. § 124.504(c)(1)(i).

The concept of adverse impact does not apply to new requirements, except where a new requirement is created through a consolidation of existing requirements being performed by two or more small business concerns. Id. § 124.504(c)(1)(ii), (2). The SBA regulations define a new requirement as one that previously has not been procured by the relevant procuring activity. Id. § 124.504(c)(1)(ii). The SBA regulations also provide that:

[t]he expansion or modification of an existing requirement will be considered a new requirement where the magnitude of change is significant enough to cause a price adjustment of at least 25 percent (adjusted for inflation) or to require significant additional or different types of capabilities or work.

Id. § 124.504(c)(1)(ii)(C). The rationale for exempting new requirements from an adverse impact analysis, the regulations explain, is that “[w]here a requirement is new, no small business could have previously performed the requirement and, thus, [the] SBA’s acceptance of the requirement for the 8(a) [business development] program will not adversely impact any small business.” Id. § 124.504(c)(1)(ii)(A).

To avoid adverse impacts, and to obtain other information necessary for SBA to determine that an offered requirement is eligible and appropriate for award under the 8(a) program, the SBA regulations require that contracting agencies furnish detailed information about a procurement when offering it for acceptance under the 8(a) program. Id. § 124.502; see also Federal Acquisition Regulation (FAR) § 19.804-2. Among the information required to be included in the offering letter are the requirement’s acquisition history, if any, and the names and addresses of any small business contractors that have performed the requirement within the previous 24 months. 13 C.F.R. § 124.502(c)(9), (10); FAR § 19.804-2(a)(8).

Klett Consulting Group, Inc., B-404023, Dec. 20, 2010.

In implementing this statutory authority, the SBA has established a limit on moving an existing requirement from the 8(a) competitive program to the 8(a) sole-source program:

SBA may award a sole source 8(a) contract to a Participant concern owned and controlled by an Indian tribe or an ANC where the anticipated value of the procurement exceeds the applicable competitive threshold if SBA has not accepted the requirement into the 8(a) [business development] program as a competitive procurement. There is no requirement that a procurement must be competed whenever possible before it can be accepted on a sole-source basis for a tribally-owned or ANC-owned concern, but a procurement may not be removed from competition to award it to a tribally-owned or ANC-owned concern on a sole-source basis.

13 C.F.R. § 124.506(b) (emphasis added).

The main question posed by the protest, then, is whether the requirement issued as an 8(a) competitive procurement in April 2008 is the same as the requirement accepted for the 8(a) sole-source award to [the selected 8(a) company].

In this regard, the SBA regulations provide that:

[t]he expansion or modification of an existing requirement will be considered a new requirement where the magnitude of change is significant enough to cause a price adjustment of at least 25 percent (adjusted for inflation) or to require significant additional or different types of capabilities or work.

13 C.F.R. § 124.504(c)(1)(ii)(C).

At our Office’s request, the SBA provided its views on the protest. We accord great weight to the SBA’s interpretation of its regulations as to what constitutes a new requirement, unless the interpretation is unreasonable. Here, the SBA states that it agrees with the [Agency] that notwithstanding the protester’s arguments, the SBA properly accepted the requirement into the 8(a) program for award to [the selected 8(a) company]…. Based on the record, as discussed above, we see no basis to object to the [agency’s] decision to offer the requirement to the SBA, or to the SBA’s decision to accept it as an 8(a) sole-source award to [the selected 8(a) company.

JXM, Inc., B-402643, June 25, 2010.

Under the Small Business Act’s implementing regulations, the SBA is precluded from accepting into the 8(a) program a procurement for which the contracting agency had previously “issued a solicitation for or otherwise expressed publicly a clear intent to reserve the procurement as a small business or small disadvantaged business set-aside prior to offering the requirement to SBA for award as an 8(a) contract… [except] under extraordinary circumstances.” 13 C.F.R. § 124.504(a) (2008). Moreover, these regulations preclude the SBA from accepting any procurement for award as an 8(a) contract if doing so would have an adverse impact on an individual small business, a group of small businesses in a specific geographical location, or other small business programs. 13 C.F.R. § 124.504(c).

…we will not interpret the regulation’s language to preclude the removal of a requirement for the 8(a) program that was allegedly historically set-aside for small businesses. As the agency responsible for promulgating the applicable regulations, the SBA’s interpretation of the regulations, that is, what constitutes “express[ing] a clear intent to reserve the requirement for small businesses,” deserves great weight, and we defer to the SBA’s interpretation so long as that interpretation is reasonable. [The protester] has provided no basis for us to disagree with the SBA’s interpretation of 13 C.F.R. § 124.504(a) as not including requirements that were allegedly historically set-aside for small businesses.

AHNTECH, Inc., B-401092, April 22, 2009.

FAR Crosswalk: FAR Subpart 19.8, Contracting with the Small Business Administration (The 8(a) Program). See also SBA’s regulations at 13 C.F.R. Part 124, Subpart A—8(A) Business Development, with particular attention to 13. C.F.R. §§ 124.502 and 124.504.

Other Relevant Cases: See page 307 in the Index of Representative Cases.

Commentary: Considering that the decision to offer a particular requirement under the 8(a) program is difficult to challenge, the Achilles heel for the government in this area is the underlying information provided to the SBA prior to the SBA’s making the acceptance decision. The required contents of the “offer letter” are set out at 13 C.F.R. 124.502(c): The procuring agency must provide 17 separate pieces of information on the procurement to enable the SBA to analyze the requirement and decide if it is appropriate for inclusion in the 8(a) program. Procuring agencies must ensure that this information is complete, accurate, and not misleading—or the government will be vulnerable to meritorious challenges from non-8(a) concerns arguing that the SBA’s decision is flawed because it is based on incorrect or misleading information.

The authority for the 8(a) program is set out in sections 7(j) and 8(a) of the Small Business Act, 15 U.S.C. §§ 636(j) and 637(a). The procuring agency typically has two pragmatic incentives to place a contract in the 8(a) program: (1) getting the requirement under contract quickly and (2) meeting the agency’s goals in terms of 8(a) contractor participation. The main downside of placing a requirement in the 8(a) program is that it will be difficult to remove it from the 8(a) program in the future. This is referred to as the “once 8(a), always 8(a)” rule. This rule means that once a requirement is accepted into the 8(a) program, it is required to remain in the program unless and until the SBA agrees to release it. Considering that the government often changes contracting strategies, the decision to place a requirement in the SBA’s 8(a) program can significantly reduce an agency’s ability to employ a non-8(a) contracting approach in the future.

6. SMALL BUSINESS SET-ASIDE DECISION

Overview of This Protest Ground: A contracting officer’s decision to set aside, or not to set aside, a procurement for small businesses is a frequent ground of protest. The ability to compete for potentially lucrative contracts can turn on this decision, which is made early in the acquisition planning process. Generally, small business offerors argue that a particular requirement should be set aside for small businesses whereas large businesses argue that it cannot be performed by any (or more than one) small business. In light of the requirement to set the procurement aside if there is a “reasonable expectation” that fair-market-price offers will be received from at least two responsible small business concerns, the decision not to set the procurement aside is generally more difficult for the contracting officer to defend, absent documented proof supporting that decision.

COFC’s Key Language

The Rule of Two states that the “contracting officer shall set aside any acquisition over $150,000 for small business participation when there is a reasonable expectation that: (1) Offers will be obtained from at least two responsible small business concerns….and (2) Award will be made at fair market price.” 48 C.F.R. § 19.502-2(b). It is worth highlighting that the rule does not require that the particular companies who respond to the RFI actually be determined responsible. Rather, the test is simply whether it appears likely that, when the solicitation later moves forward, at least two responsible small businesses will appear.

We begin with the reminder that whether to set aside a solicitation for small businesses “‘is a matter of business judgment within the contracting officer’s discretion.’” Gear Wizzard, Inc. v. United States, 99 Fed. Cl. 266, 282 (2011) (quoting Benchmade Knife Co. v. United States, 79 Fed. Cl. 731, 738 (2007)). The “law does not require any particular method.” Id.; see McKing Consulting Corp. v. United States, 78 Fed. Cl. 715, 724-25 (2007) (holding that the Rule of Two was satisfied when the contracting officer relied on market research and a history of successful procurements conducted as small business set-asides); Crucially, the contracting officer need not make affirmative determinations of responsibility, but need only have “a reasonable expectation that: (1) Offers will be obtained from at least two responsible small business concerns…; and (2) Award will be made at fair market prices.” 48 C.F.R. § 19.502-2(b)

Past acquisition history may be relevant to the Rule of Two analysis, but “it is not the only factor to be considered in determining whether a reasonable expectation exists.” 48 C.F.R. § 19.502-2(b)(2). “The contracting officer may consider and base its decision on such factors as prior procurement history, the nature of the contract, market surveys, and/or advice of the agency’s small business specialist.” MCS Mgmt., Inc. v. United States, 48 Fed. Cl. 506, 512, 514 (2000). Additionally, it is not required or practical at this stage of the procurement process for the contracting officer to conduct a full responsibility evaluation. Rather, the contracting officer need only reasonably expect that likely offerors will “be capable of surviving a future responsibility determination.”

Adams & Associates, Inc. v. United States, 109 Fed. Cl. 340 (2013).

GAO’s Key Language

Under Federal Acquisition Regulation (FAR) § 19.502-2(b), a procurement with an anticipated dollar value of more than $150,000, such as the one here, must be set aside for exclusive small business participation when there is a reasonable expectation that: (1) offers will be received from at least two responsible small business concerns; and (2) that award will be made at a fair market price. The use of any particular method of assessing the availability of small businesses is not required so long as the agency undertakes reasonable efforts to locate responsible small business competitors.

The decision whether to set aside a procurement may be based on an analysis of factors such as the prior procurement history, the recommendations of appropriate small business specialists, and market surveys that include responses to sources sought announcements. In making set-aside decisions, agencies need not make actual determinations of responsibility or decisions tantamount to determinations of responsibility; rather, they need only make an informed business judgment that there is a reasonable expectation of receiving acceptably priced offers from small business concerns that are capable of performing the contract. Because a decision whether to set aside a procurement is a matter of business judgment within the contracting officer’s discretion, our review is limited to determining whether that official abused his or her discretion. We will not question a small business set aside determination where the record shows that the evidence before the contracting officer was adequate to support the reasonableness of the conclusion that small business competition reasonably could be expected.

Mountain West Helicopters, LLC, B-408150, B-408150.2, July 1, 2013.

Contracting officers generally are required to set aside for small business all procurements exceeding $150,000 [the current simplified acquisition threshold] if there is a reasonable expectation of receiving fair market price offers from at least two responsible small business concerns. Federal Acquisition Regulation (FAR) § 19.502-2(b). A partial set-aside must be made if a total set-aside is not appropriate, the requirement is severable into two or more economic production runs or reasonable lots, and one or more small business concerns are expected to have the technical competence and productive capacity to satisfy the set-aside portion at a reasonable price. FAR § 19.502-3(a). FAR § 19.202-2 generally requires contracting officers, before issuing solicitations, to make “every reasonable effort to find additional small business concerns” and to maximize small business participation. According to the agency, [it] chose to conduct the pilot project in Michigan and Florida, before expanding the project nationally, because schools in those states had complained about the distribution of produce under the [agency] program.

As a general matter, we regard such a determination as a matter of business judgment within the contracting officer’s discretion that we will not disturb absent a showing that it was unreasonable. However, a contracting officer must make reasonable efforts to ascertain whether it is likely that offers will be received from at least two small businesses capable of performing the work. Our Office will review a protest to determine whether a contracting officer has made such efforts. In this regard, we have found unreasonable the determination to issue a solicitation on an unrestricted basis where that determination is based upon outdated or incomplete information. While the use of any particular method of assessing the availability of small businesses is not required, and measures such as prior procurement history, market surveys and/or advice from the agency’s small business specialist and technical personnel may all constitute adequate grounds for a contracting officer’s decision not to set aside a procurement, the assessment must be based on sufficient facts so as to establish its reasonableness.

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

Under Federal Acquisition Regulation (FAR) §19.502-2(b), a procurement with an anticipated dollar value of more than $150,000, such as the one here, must be set aside for exclusive small business participation when there is a reasonable expectation that offers will be received from at least two responsible small business concerns and that award will be made at fair market prices. The use of any particular method of assessing the availability of small businesses is not required so long as the agency undertakes reasonable efforts to locate responsible small business competitors. The decision whether to set aside a procurement may be based on an analysis of factors such as the prior procurement history, the recommendations of appropriate small business specialists, and market surveys that include responses to sources-sought announcements. Because a decision whether to set aside a procurement is a matter of business judgment within the contracting officer’s discretion, our review generally is limited to ascertaining whether that official abused his or her discretion.

Marshall & Swift-Boeckh, LLC, B-407329, B-407329.2, Dec. 18, 2012.

In making set-aside decisions, agencies need not make actual determinations of responsibility or decisions tantamount to determinations of responsibility; rather, they need only make an informed business judgment that there is a reasonable expectation of receiving acceptably priced offers from small business concerns that are capable of performing the contract. Because a decision whether to set aside a procurement is a matter of business judgment within the contracting officer’s discretion, our review is limited to determining whether that official abused his or her discretion. We will not question a small business set aside determination where the record shows that the evidence before the contracting officer was adequate to support the reasonableness of the conclusion that small business competition reasonably could be expected.

Walden Security, B-407022, B-407022.2, Oct. 10, 2012.

[The large business protester] contends that the CO could not reasonably find that [another potential small business’s] post-award debriefing [from a recently cancelled award] would enable the firm to overcome the weaknesses and deficiencies in its technical proposal. As discussed above, however, a CO need only make a reasonable business judgment that a prospective offeror capable of performing the work is likely to submit a proposal; the CO is not required to conduct an actual determination of responsibility as part of this review. Here, the CO reasonably exercised his business judgment in concluding that the debriefing provided to [deleted] would permit the firm to submit an acceptable proposal. On this record, the protester’s disagreement with the agency’s judgment does not provide a basis to sustain the protest.

Nothing in the FAR requires a CO to consider only those prospective offerors who have successfully completed the identical requirements to be performed under the set-aside contract, nor does the FAR require a CO to exclude from consideration prospective offerors who have not reviewed a proposed statement of work. Instead, as discussed above, the CO may use any reasonable method to identify responsible prospective offerors. Here, the CO reasonably considered [deleted]’s statement of capabilities, and concluded that its experience performing automation and order fulfillment systems for commercial customers provided an adequate basis to expect that the firm would submit an acceptable proposal. On this record, the protester’s disagreement with the agency’s judgment does not provide a basis to sustain the protest.

As our Office has held, a CO may reasonably rely on an expectation that there will be adequate price competition to conclude that the competition will result in a fair market price. In this regard, the FAR provides that adequate price competition exists where two or more responsible offerors submit proposals that satisfy the government’s requirements, award is based on a best value evaluation where price is a substantial factor, and the price of the successful offeror is not unreasonable. FAR §§ 15.403-1(c)(1); 15.404-1(b)(2)(i). A CO may reasonably rely on information concerning prior procurements, as well as the expectation of adequate price competition, to conclude that a procurement set aside for small businesses will be made at a fair market price. Based on this record, we think that the CO reasonably relied on the fact that [a small business] had been previously awarded the contract at a fair and reasonable price, and his conclusion concerning the prospective offerors’ commercial experience, to conclude that there was an expectation of adequate price competition, and therefore an award at a fair market price.

KNAPP Logistics Automation, B-406303, March 23, 2012.

At the outset, we note that the protester incorrectly asserts that before making a small business set-aside determination, a contracting officer must determine that offers will be received from two or more responsible small businesses. The FAR does not require a determination that offers will be received from two or more responsible small businesses—it requires only a determination that offers from two or more responsible small businesses may reasonably be expected. Moreover, in making set-aside decisions, agencies need not make either actual determinations of responsibility or decisions tantamount to determinations of responsibility with regard to prospective offerors; they need only make an informed business judgment that there are small businesses expected to submit offers that are capable of performing.

Six3 Systems, Inc., B-404885.2, Oct. 20, 2011.

[The small business protester] further argues that even if the agency did not have a reasonable expectation of offers from two or more capable small business concerns (and thus was not required to set the total requirement aside for small businesses), it did have a reasonable expectation of an offer from one capable small business firm (i.e., itself) and thus should have set aside a portion of the acquisition. We need not determine whether the protester’s complaints regarding the assessment of its own capabilities are valid given that FAR § 19.502-3 requires an agency to set aside a portion of an acquisition for exclusive small business participation only when the requirement is severable. Here, the agency determined that the requirement was not severable “because the delivery orders under the contract are so integrally related that only a single source can reasonably perform the work.”

….In determining whether a requirement is severable, it is reasonable for agency contracting officials to consider not simply whether the services may be defined in a way that would permit them to be awarded separately from other services, but also whether it is in the government’s best interest to award them separately.

Metasoft, LLC, B-402800, July 23, 2010.

FAR Crosswalk: FAR Subpart 19.5, Set-Asides for Small Business.

Other Relevant Cases: See page 307 in the Index of Representative Cases.

Commentary: The majority of the sustained protests in this area involve a contracting officer’s decision not to set aside a requirement for small businesses. If the contracting officer has not performed (and documented) adequate research in making the determination that the requirement should not be set aside, it is much more likely that a protest of that decision will be sustained. The converse is also true: If a contracting officer has properly documented that a set-aside is not appropriate in accordance with the FAR, the protest will likely be denied.

Over the last several years, application of the “rule of two” has repeatedly been challenged in the context of multiple-award ID/IQ contracts. The GAO’s decision in Delex Systems (B-400403, Oct. 8, 2008) surprised many acquisition professionals in both government and industry by holding that the set-aside provisions in FAR § 19.502-2(b) applied to competitions for task and delivery orders issued under multiple-award contracts. That case sustained a protest where the agency failed to apply the “rule of two” in a competition for a delivery order in a multiple-award ID/IQ contract. This was a stunning victory for small business concerns and an equally stunning defeat for large businesses that believed they could compete for all task orders under unrestricted multiple-award contracts.

Prior to Delex, many contracting officers generally believed that they were permitted, but not required, to perform a set-aside analysis for competitions that took place in these types of contracts. The general understanding was that the “fair opportunity” rules set out in FAR Subpart 16.5 allowed all holders of multiple-award ID/IQ contracts to have the opportunity to compete for all task and delivery orders unless the contracting officer decided to set aside a particular task or delivery order for small business concerns.

Congress and the President clarified these rules in section 1331 of the Small Business Jobs Act, which was signed into law in September 2010. That section required SBA and the Office of Federal Procurement Policy (OFPP) to establish regulations explaining when contracting officers may set aside competitions for task and delivery orders for small businesses. This applied to multiple-award ID/IQ contracts under FAR Subpart 16.5 as well as multiple-award contracts on the Federal Supply Schedule under FAR Subpart 8.4.

The FAR Council issued an interim rule in November 2011 to implement section 1331 until a final rule was promulgated. The interim rule provided contracting officers the authority to set aside task and delivery orders under multiple-award ID/IQ contracts, including those under the Federal Supply Schedule, but such set asides were not mandatory. Rather, the interim rule provided discretion to contracting officers to make the decision to set aside a task/delivery order—or not. See 48 C.F.R. § 19.502-4. Specifically, FAR § 16.505(b)(2)(1)(F) states that “contracting officers may, at their discretion, set aside [task and delivery] orders [under ID/IQ contracts] for any of the small business concerns identified in [FAR §] 19.000(a)(3).”

The SBA issued its final rule on October 2, 2013, providing guidance for contracting officers in determining whether GSA Federal Supply Schedule contracts or task/delivery orders under ID/IQ contracts should be set aside for small business concerns. Interestingly, the final rule does not alter the pre-existing “rule of two.” Rather, it sets out various options that a contracting officer must “meaningful[ly] consider” before determining that a set-aside is not appropriate. These options include (1) a partial set-aside, (2) “reserving” awards for small businesses; and (3) “committing to” or “reserving the right to” apply the rule of two at the task-order level. These options are not mandatory, but contracting officers are required to document why their decision not to set aside such requirements are in the best interests of the agency.

It is highly likely that this will be a fertile ground for protests; acquisition professionals should closely monitor COFC and GAO decisions focusing on these types of set-aside decisions under the new (and final) SBA rule.

7. SMALL BUSINESS STATUS DETERMINATION

Overview of This Protest Ground: Protests in this area focus on the procuring agency’s actions following an SBA decision on a size-status protest. A size-status protest is typically filed by a disappointed offeror that believes the allegedly “small” business that won the award does not actually meet the criteria of a small business for that procurement.41 This type of protest is initially filed with the contracting officer, who forwards it to the SBA area office, which is based on the geographic location of the challenged concern’s principal office.42 Strict timeliness rules apply; see FAR § 19.302(d) and the SBA’s regulations on timeliness at 13 CFR § 121.1004. The challenged concern is then provided with SBA Form 355 to fill out, providing an opportunity to respond to the allegations made in the size protest.43 The SBA area office then determines whether the company is a small business for purposes of the procurement in question and informs the contracting officer of that decision.

The process is initially rather straightforward. The complexity in this area arises in the SBA’s appeals process. An awardee that is determined to be “other than small” by the SBA area office can appeal that decision to a higher adjudicatory level within the SBA— the Office of Hearings and Appeals (OHA). It is not unusual for OHA to reverse a decision of the area office. This can place the procuring agency in an awkward position because it may have disqualified the previous awardee based on the area office’s decision—and terminated its contract for convenience—only to find out later that OHA has reversed that determination.

This leads to the foreseeable argument from the original awardee that its contract award should be reinstated because the SBA area office “got it wrong.” By this time, of course, the award may have been made to another offeror. In this situation, the key is whether the award was made prior to the OHA decision. If it was, the OHA ruling does not mandate that the awarded contract be terminated. If the award is still pending when the OHA ruling comes out, it applies to that pending procurement. In navigating this area, contracting officers must read carefully FAR § 19.302 and the SBA’s regulations set forth at 13 C.F.R. §§ 121.1001 through 121.1010.

GAO’s Key Language

We find the agency determination to continue with performance under [the awardee’s] contract to be unobjectionable. As an initial matter, we note that consistent with the FAR, the [agency] did not award a contract until more than 10 business days after furnishing the SBA with a copy of [the] size protest. See FAR § 19.302(h)(1). Further, the FAR does not require termination of a contract based on a subsequent SBA determination that an awardee is other than small. FAR § 19.302(h)(2). In this regard, we generally have not questioned the propriety of an award made by an agency before a decision by the SBA on a size protest had been issued, where the 10 business day period for issuing such decisions had expired, even where the awardee was later determined by the SBA to be other than a small business concern.

We have recognized, however, that even where the requirements of FAR § 19.302 have been satisfied by the agency in making an award, termination of the awardee’s contract may be appropriate where a timely size protest was filed, there was no appeal of the SBA size ruling that the awardee was not a small business, and there are no countervailing circumstances that weighed in favor of allowing a business concern that is not small to continue performance. We have found that under such circumstances, when there are no countervailing reasons for preserving an award to a business that is not small, it would be inconsistent with the integrity of the procurement system and the intent of the Small Business Act, 15 U.S.C. §§ 631-657a, for an agency to permit a business that is ineligible under the terms of the solicitation to continue contract performance.

TrustComm, Inc., B-408456, B-408456.2, Sept. 20, 2013.

The duties of a contracting agency following a size status protest determination are set forth in the SBA’s regulations at 13 C.F.R. § 121.1009 (2012). As relevant here, the regulations state:

(2) A contracting officer shall not award a contract to a protested concern that the Area Office has determined is not an eligible small business for the procurement in question.

(i) If a contracting officer receives such a determination after contract award, and no OHA appeal has been filed, the contracting officer shall terminate the award.

(ii) If a timely OHA appeal is filed after contract award, the contracting officer must consider whether performance can be suspended until an appellate decision is rendered.

(iii) If OHA affirms the size determination finding the protested concern ineligible, the contracting officer shall either terminate the contract or not exercise the next option. 13 C.F.R. § 121.1009(g)(2).

Moreover, we are not aware of, nor has [the protester] cited, any statute or regulation that expressly requires an agency to reinstate a terminated contract on the basis of an SBA OHA reversal of a negative size status determination. As noted above, FAR § 19.302(i), merely provides that “[t]he SBA [OHA] decision, if received before award, will apply to the pending acquisition.” Thus, in the absence of any such regulation, the agency did not err in simply readmitting [the protester] to the ongoing procurement and providing all offerors, including [the protester], with an opportunity to submit revised proposals in response to solicitation amendments incorporating changed agency requirements, a new wage determination, and new evaluation criteria.

Trident3, LLC, B-405781.3, July 5, 2012.

Since the issue raised, regarding an SBA OHA’s reversal of an SBA area office formal size determination after an award has been made, concerns a matter of interpretation involving SBA’s regulations, we requested a report on the protest from SBA. SBA explains that the size protest and appeal procedures, at 13 C.F.R. § 121.1009, have been set up to allow for quick resolution of size status protests without unduly delaying procurements. In this regard, the regulations state that an SBA area office formal size determination becomes effective immediately, and a contracting officer may award a contract based on that determination, 13 C.F.R. §§ 121.1009(g)(1), (2). SBA’s regulations further instruct that if an award has been made, and the formal size determination is, as here, reversed upon appeal by the SBA OHA, the OHA decision is not to apply to that procurement, but, instead, is to have prospective effect only, unless the contracting officer chooses to apply the OHA’s decision to the procurement. 13 C.F.R. § 121.1009(g)(3). Further, and consistent with the SBA regulations, Federal Acquisition Regulation (FAR) § 19.302(g)(2) provides that “[i]f an award was made before the time the contracting officer received notice of the [size determination] appeal, the contract shall be presumed to be valid.” Accordingly, we conclude that, under the applicable regulations, since the SBA OHA decision here was received after award, there was no requirement for the agency to terminate the award to [the awardee].

ONS21 Security Services, B-403067, Sept. 16, 2010.

We view it as inconsistent with the integrity of the procurement system and the intent of the Small Business Act, 15 U.S.C. §§ 631-657a (2006), for an agency to allow a firm to continue performing a contract where the firm was determined after award to be other than small, unless there are countervailing reasons for allowing the award to remain in place. A key consideration is whether there is another offeror in line for award who can step in and perform if the contract is terminated.

In this case, since all three remaining proposals (including the protester’s) were found unacceptable, there is no offeror to which award could be made if [the awardee’s] contract were terminated at this juncture. In this regard, as noted above, [the protester] does not challenge the agency’s finding that its proposal was unacceptable, and concurs that the agency has a legitimate need for uninterrupted roleplayer services, such that continued performance by [the awardee] is required to meet the agency’s needs. Under these circumstances, we see no basis to object to the agency’s decision not to terminate [the awardee’s] contract.

Greystones Consulting Group, Inc., B-402835, June 28, 2010.

To the extent [the protester], in essence, is challenging [the awardee’s] status as an SDB, the proper forum for such challenges is SBA, not our Office. See 4 C.F.R. § 21.5(b) (2007). Any protest of a firm’s SDB status must be filed with the contracting officer within 5 business days after receiving notice of the prospective awardee’s identity. 13 C.F.R. § 124.1020(b)(c). There is nothing in the record to indicate that [the protester] has filed any challenge with the contracting officer.

Synergetics, Inc., B-299904, Sep. 14, 2007.

Under SBA’s regulations, “A timely filed protest applies to the procurement in question even though a contracting officer awarded the contract prior to receipt of the protest.” 13 C.F.R. § 121.1004(c). There are no time limitations on the SBA (or the contracting officer) on filing size protests, either before or after award, so SBA protests are considered timely by definition.

Termination of even an otherwise properly awarded contract is appropriate, where a timely size protest was filed, the SBA ruled that the awardee was not a small business and that ruling was not appealed, and there were no countervailing circumstances that weighed in favor of allowing a business concern that is not small to continue performance. In the absence of countervailing reasons, we view it as inconsistent with the integrity of the Small Business Act, 15 U.S.C. §§ 631-657a (2000), for an agency to permit a large business, which was ineligible under the terms of the solicitation, to continue contract performance.

Alliance Detective & Security Service, Inc., B-299342, April 13, 2007.

Under the SBA’s regulations, “[a] timely filed protest applies to the procurement in question, even though a contracting officer awarded the contract prior to receipt of the protest.” 13 C.F.R. § 121.1004(c). Nevertheless, we generally have not questioned the propriety of an award made by an agency before a decision by the SBA on a size protest had been issued, where the 10 business day period for issuing such decisions had expired, even where the awardee was determined by the SBA to be other than a small business concern.

However, we have recognized that in certain circumstances, even where the requirements of FAR § 19.302 have been satisfied by the agency in making an award, termination of the awardee’s contract is appropriate, where a timely size protest was filed, there was no appeal of the SBA size ruling that the awardee was not a small business, and there were no countervailing circumstances that weighed in favor of allowing a business concern that is not small to continue performance. We [have previously] found that under such circumstances, when there are no countervailing reasons for preserving an award to a business that is not small, it would be inconsistent with the integrity of the procurement system and the intent of the Small Business Act, 15 U.S.C. §§ 631-657a (2000), for an agency to permit a business that is ineligible under the terms of the solicitation to continue contract performance.

ALATEC, Inc., B-298730, Dec. 4, 2006.

The Federal Acquisition Regulation (FAR), the principal regulation governing federal procurements, provides as follows regarding situations where a protest challenging the proposed awardee’s size status has been filed:

After receiving a protest involving an offeror being considered for award, the contracting officer shall not award the contract until (i) the SBA has made a size determination or (ii) 10 business days have expired since SBA’s receipt of a protest, whichever occurs first.

FAR § 19.302(h)(1). SBA’s regulations similarly recognize the 10-day period for making a decision. See 13 C.F.R. § 121.1009(a) (2006).

Here, the protests challenging [the original awardee/protester] size status were forwarded to SBA on December 21, and [the original awardee/protester] acknowledges that SBA contacted it for information regarding its size status on December 22. This being the case, the [procuring agency] was permitted to make an award to [the subsequent awardee] after January 9, that is, 10 business days later. Since the agency made award to [the subsequent awardee] on March 16, which is more than 50 business days after the size protests were received by SBA, the award was permissible under the applicable regulations. FAR § 19.302(h)(1). In accordance with FAR § 19.302(i), the OHA ruling received by the agency after award did not apply to the protested acquisition. See also 13 C.F.R. § 121.1009(g)(3) (OHA decision received after award does not apply to the current procurement). Since the award was made in accordance with the FAR and SBA regulations, and since OHA’s decision on appeal did not apply to the procurement, the agency was not required to terminate [the subsequent awardee’s] contract in favor of an award to [the original awardee/protester].

Technical Support Services, B-298527, Oct. 12, 2006.

As noted above, under FAR § 15.503(a)(2), in procurements that have been set aside for small businesses, the contracting agency is required to inform each unsuccessful offeror, in writing, of the identity of the apparent successful offeror prior to making award. The purpose for this pre-award notice is to allow unsuccessful offerors the opportunity to have SBA review the prospective awardee’s size status before award. The FAR provides that a contracting officer may not make an award after receiving a size protest until (1) SBA has made a size determination, (2) 10 business days have expired since SBA’s receipt of the size protest, or (3) where the contracting officer determines in writing that an award must be made to protect the “public interest.” See FAR § 19.302(h)(1).

Here, [the procuring agency] violated the pre-award notice regulation, thus precluding [the protester] from being able to file a size status protest until after award and denying SBA the opportunity to issue its size determination before award. Under similar circumstances where the agency failed to give the required pre-award notice, we have sustained protests and recommended the termination of contracts awarded to the concerns that were determined to be large businesses.

[The Agency] nevertheless argues that termination of [the original awardee’s] contract is not appropriate despite SBA’s determination that [the original awardee] is not a small business concern for this procurement. [The agency] first points out that the FAR allows the contracting officer to make award pending SBA’s size determination after 10 business days have expired since SBA’s receipt of the size protest, see FAR § 19.302(h)(1), and that, here, SBA took 14 business days to issue its size determination. [The agency] suggests that SBA’s failure to issue its size determination within 10 business days excuses the agency’s failure to provide the pre-award notice.

We disagree. As we have noted in prior decisions, we are unwilling to speculate whether SBA would not have provided its formal determination within 10 business days of receipt had [the procuring agency] complied with the pre-award notice requirement. Rather, we think it is more reasonable to assume—given that the 10-day period for SBA’s size decisions is premised upon agency compliance with the pre-award notice requirement—that SBA would have issued its size determination within the 10-day period had the agency been delaying award pending SBA’s determination. Accordingly, we do not find that SBA’s failure to issue its size determination within 10 business days excuses [the procuring agency’s] failure to provide pre-award notice and to stay award pending SBA’s decision.

Spectrum Security Services, Inc., B-297320.2, B-297320.3, Dec. 29, 2005.

We find that the award to [the original awardee later determined to the “other than small” by the SBA] was legally unobjectionable. The Federal Acquisition Regulation (FAR), the principal regulation governing federal procurements, provides as follows regarding situations where a protest challenging the proposed awardee’s size status has been filed:

After receiving a protest involving an offeror being considered for award, the contracting officer shall not award the contract until (i) the SBA has made a size determination or (ii) 10 business days have expired since SBA’s receipt of a protest, whichever occurs first….

FAR § 19.302(h)(1). While SBA’s regulations provide that a size determination based on a timely filed size status protest applies to the procurement in question, 13 C.F.R. § 121.1004 (2003), those regulations also recognize the 10-day period provided for in the FAR, stating that “SBA will make a formal size determination within 10 working days, if possible.” 13 C.F.R. § 121.1009.

[The protester’s] timely protest of [the original awardee’s] size status was received in the appropriate office at SBA on August 28. Thus, according to its own regulations, if possible, SBA was to render a decision on the size protest within 10 business days thereafter, that is, by September 12; SBA’s subsequent request to [the procuring agency] that this time be extended 10 days moved the due date for SBA’s decision to September 24. SBA did not issue the size determination by the September 24 due date. Indeed, SBA did not issue its decision until November 6. This was inconsistent with SBA’s regulations; there is no indication—and SBA does not assert—that it was not possible to issue the determination by September 24. [The procuring agency] did not make award until more than 1 month after the size determination due date, on October 31, the day after our decision on [the] protest was issued and the stay of award was lifted. Under these circumstances, since [the procuring agency] delayed the award as required by the FAR, and SBA had not issued the size status determination as of the award date, the award… was proper and the delivery order need not be canceled.

Planned Systems International, Inc., B-292319.7, Feb. 24, 2004.

FAR Crosswalk: FAR §§ 19.302 and 15.503(a)(2).

Other Relevant Cases: See page 308 in the Index of Representative Cases.

Commentary: Although nothing can replace a close reading of the regulations in this area, the most important aspects are as follows:

(1) There are strict timeliness rules for filing a size-status protest; generally, a protest must be filed within five business days after bid opening or receiving notice of the award in negotiated procurements. See the SBA’s timeliness rules at 13 C.F.R. § 121.1004. The list of parties authorized to file a protest varies by the specific small business program; see 13 C.F.R. § 121.1001 for the complete list. If the protest is made orally, it must be followed up in writing within five days or postmarked one day after the oral protest. The SBA, not the procuring agency, makes the determination on timeliness. A contracting officer’s protest is always considered timely.

(2) If FAR Part 15 procedures are being used, procuring agencies need to read the special requirement for pre-award notice for small business set-asides, found at FAR 15.503(a)(2). This requirement is designed to flush out any size protests before contract award. It is often overlooked by procuring agencies.

(3) The protest must contain specific and detailed information to support the allegation that the challenged concern is not a small business for that procurement. See 13 C.F.R. § 121.1007.

(4) According to the FAR, once the SBA area office receives the protest, the response, and any other pertinent documents, it must make a decision within ten business days and inform the parties of that decision. The SBA area office will issue a decision within 15 business days following the receipt of a size protest—“if possible.” See 13 C.F.R. § 121.1009 and FAR § 19.302. (5) The burden of persuasion is on the challenged concern to show that it is actually a small business for the procurement in question. See 13 C.F.R. § 121.1009(c).

(6) Once the contracting officer is informed of a size protest, he or she must withhold the award until the SBA area office makes a decision or ten business days have elapsed following the SBA’s receipt of the protest. (Notice the slight but meaningful variation between this rule and the fact that the SBA’s decision time doesn’t begin until it receives the protest, Form 355, and any other pertinent information.) The contracting officer can always make award if he or she determines, in writing, that an award must be made to protect the public interest. If the SBA has not ruled on the protest, the contracting officer may continue to stay the award for longer than the ten business days if practical and not disadvantageous to the government. If the contracting officer awards the contract before the SBA area office issues a decision, the contracting officer must inform the SBA of the award in writing.

(7) The procuring agency can make a contract award based on the area office’s determination.

(8) The decision (sustaining, denying, or dismissing the size protest) can be appealed to the SBA’s Office of Hearings and Appeals in accordance with the procedures set out at Subpart C of 13 C.F.R. Part 134. OHA does not have to hear all appeals; it can decide not to consider certain appeals.

(9) OHA rulings issued before award apply to the pending procurement. OHA rulings issued after award do not apply to that procurement.

(10) If the contracting officer makes an award based on the area office’s decision and before any notification of an appeal, that award will be presumed to be valid.

A review of the sustained protests in this area demonstrates that agencies tend to make the following mistakes: (1) making a determination that a particular company is not a small business or does not meet the requirements of a certain type of small business (e.g., service-disabled, veteran-owned small business) instead of referring the matter to the SBA as required, (2) ignoring a timely size protest decision finding that the awardee is “other than small” and not terminating the contract, and (3) ignoring the five-day pre-award notification set out at FAR § 15.503(a)(2).

_______________

36 The Small Business Administration issued a final rule on contract bundling in 2000 that is now codified at 13 C.F.R. § 125.2 (2004). This rule allows small firms to “team” to submit an offer on a bundled contract. It also requires agencies to submit any statement of work that contains bundled requirements to the SBA for review and potential appeal.

37 HUBZone Act, 15 U.S.C. §§ 657a(b)(2)(A), 657a(b)(2)(B) and 657a(b)(3)(B).

38 See www.uscfc.uscourts.gov/sites/default/files/HEWITT.MISSION031212.pdf.

39 A COC is not a blanket finding of responsibility for a small business. Rather, as expressly stated in the FAR, a COC is tailored to a specific government contract.

40 The Federal Acquisition Regulatory Council (FAR Council) is responsible for adjusting acquisition-related dollar thresholds on October 1 of each year that is evenly divisible by five. 13 C.F.R. § 124.506(a)(1).

41 Generally, size protests can also be filed by the SBA, another interested party (such as a large business), and the contracting officer; however, such protests appear to be far less common than protests filed by disappointed offerors. The pool of entities that can file a protest for certain SBA programs, such as the 8(a) program and the HUBZone program, is more limited. See FAR § 19.302 and 13 C.F.R. § 121.1001(a).

42 If the protest concerns a specific program such as HUBZone or 8(a), the area office has regulatory requirements to notify the officials in charge of that program. See 13 C.F.R. § 121.1008.

43 The form explains, in part, that a small business concern is a concern that is “independently owned and operated, not dominant in its field of operation, and does not exceed the size standard applicable to the procurement or program for which the business is applying.” It requires a list of information from the challenged concern to assist SBA in ruling on the size status protest.

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

You can't read the all page of ebook, please click here login for view all page.
Reset
52.15.223.168