• LinkedIn
  • Google +
  • Twitter
  • Facebook

+1-571-223-6845

Bid Protest Weekly
  • Home
  • Bid Protest Ed Center
    • WHAT is a bid protest?
    • WHO can file a bid protest
    • DO I need an Attorney?
    • WHY Should you file a bid protest?
    • WHEN Must you file a bid protest?
    • WHERE can you file a bid protest?
    • READING the RFP
  • Blog
  • Topics
  • About Us
  • Contact Us

DRS ICAS, LLC, B-401852.4; B-401852.5, September 8, 2010

  • By GCPC GovCon Legal Team
  • December 2, 2010
  • Proposal EvaluationTechnical EvaluationTerms of the SolicitationUnstated Evaluation Criteria

Link: GAO Opinion

Agency: Department of the Army

Disposition: Protest sustained.

Keywords: Technical Weaknesses; Technical Evaluation

General Counsel P.C. Highlight: In a challenge to the Agency’s evaluation, the GAO will not substitute its own judgment for that of the agency, but will question the agency’s conclusions where they are inconsistent with the solicitation criteria, undocumented, or not reasonably based.

—————————————————————————————————————————–

DRS ICAS, LLC protests the issuance of a delivery order under a request for proposals (RFP), issued by the Department of the Army (Army), for a man-portable aircraft survivability trainer (MAST) system.

The solicitation sought proposals to develop and provide MAST units, which are intended to allow users to simulate threats posed by man-portable air defense systems (MANPADS). The RFP was restricted to vendors under a multiple-award indefinite-delivery/indefinite-quantity contract (ID/IQ), known as the Program Executive Office for Simulation, Training and Instrumentation Omnibus Contract II. The solicitation provided for the issuance of a delivery order with a one-year base period and four one-year options. The RFP stated that the delivery order would be based on fixed-unit prices for the MAST units and associated equipment, along with certain time-and-materials contract line items (CLINs), and that the agency could order up to 60 units per year.

The solicitation advised offerors that proposals would be evaluated based on five factors, including technical approach, which had three subfactors, technology insertion and open architecture, target sensitivity, and MILES integration. DRS protested the Army’s award of the contract twice and twice the Army took corrective action in response to the protests.

DRS ultimately challenges the Army’s evaluation of its technical proposal, and the agency’s evaluation of offerors’ prices.

GAO states that the evaluation of an offeror’s proposal is a matter within the agency’s discretion. A protester’s mere disagreement with the agency’s judgment in its determination of the relative merit of competing proposals does not establish that the evaluation was unreasonable. In reviewing a protest against an agency’s evaluation of proposals, GAO will not reevaluate proposals but instead will examine the record to determine whether the agency’s judgment was reasonable and consistent with the stated evaluation criteria and applicable procurement statutes and regulations. While GAO will not substitute its judgment for that of the agency, it will question the agency’s conclusions where they are inconsistent with the solicitation criteria, undocumented, or not reasonably based.

DRS argues that the agency unreasonably assessed a weakness in its proposal under the technology insertion and open architecture subfactor, based on the DRS’s proposed use of USB ports. The Army contends that the plain language of the solicitation prohibited the use of any USB ports. GAO, however, thinks that the plain language of the solicitation provision does not support the agency’s interpretation that all USB ports are prohibited. Based on the plain language of the solicitation, GAO thinks that the protester’s interpretation of the RFP as permitting keyed USB ports is reasonable, and that the agency’s interpretation of the RFP as barring use of all USB ports is unreasonable. For that reason, the GAO sustains this protest ground.

Next, DRS argues that the agency unreasonably assessed a weakness in its proposal under the target sensitivity subfactor, based on DRS’s failure to address the use of focal plane array target scanning technology in its proposed simulation of SA-16 and SA-18 threats. The Army stated that “[t]he offeror provides no detail on how to simulate the target sensitivity of the SA-16 and SA-18 that use focal plane arrays which is outside of the scope of the offeror’s proposed solution.” During the hearing, the SSEB Chair conceded that this evaluation was in error, because he was misinformed by a technical evaluator as to the technology used by SA-16 and SA-18 missiles. To the extent that the agency’s assessment of weakness here relied upon its conclusion that DRS’s proposal failed to address focal plane technology, GAO finds that the evaluation was unreasonable.

DRS argues that the agency unreasonably assessed a weakness in its proposal under the target sensitivity subfactor, based on its failure to discuss a certain scan technology, and the agency’s belief that the protester would address this requirement only through a future upgrade.

The RFP required offerors to address target sensitivity requirements, and stated that the agency would evaluate “the Offeror’s approach to satisfying the ability to change the target tracking sensitivity and its correlation to threat group parameters . . . within the specifications document.” Although the certain scan technology is not discussed in the RFP, both the performance specifications and the RFP state that SA-7, SA-14, SA-16, and SA-18 missiles are “popular” threats.

Based on GAO’s review of the plain language of DRS’s proposal, it does not think that the Army’s interpretation is reasonable. To the extent that the agency believed that DRS’s proposal stated that its technology would simulate only an SA?7 missile, GAO does not think that the record supports this conclusion.

Further, GAO found that the SSEB Chair’s testimony during a hearing indicated that the agency’s concerns with DRS’s proposal were beyond those contemplated by the RFP’s evaluation factors. Agencies are required to evaluate proposals based solely on the factors identified in the solicitation, and must adequately document the bases for their evaluation conclusions. While agencies properly may apply evaluation considerations that are not expressly outlined in the RFP where those considerations are reasonably and logically encompassed within the stated evaluation criteria, there must be a clear nexus between the stated criteria and the unstated consideration.

The protest is sustained.

Share

Related Posts

Matter of Science Applications International Corporation

February 28, 2022

Matter of WRG Fire Training Simulation Systems, Inc.

January 12, 2022

Matter of BAE Systems Norfolk Ship Repair, Inc.

January 4, 2022

Matter of: PAE National Security Solutions, LLC

July 22, 2021

Comments are closed

Search Bid Protest Weekly

Need help with a bid protest?

Call us at: 703-556-0411 Or fill out this form:

Categories

  • 8(a) Sole Source Awards
  • Acknowledging Amendments
  • Adequately Written Proposal
  • Adverse Agency Action
  • Adverse Impact Analysis
  • Agency Tender
  • Alternate or Previously-Approved Product
  • Ambiguity in Solicitation
  • Attorney's Fees
  • Bad Faith in Evaluation
  • Below-Cost Offer
  • Best Value
  • Beyond the Scope
  • Bias
  • Bid and Proposal Costs
  • Bid Bond
  • Bid Compliance
  • Bid Protest Decisions
  • Bid Protest Jurisdiction
  • Bid Protests
  • Bidding Best Practices
  • Blanket Purchase Agreement
  • Blanket Purchase Order
  • Blog Articles
  • Bona Fide Needs Rule
  • Brand Name or Equal
  • Broad Agency Announcement
  • Brooks Act
  • Bundling or Consolidation
  • Buy American Act
  • Cancellation of a Solicitation
  • Capability of Contractor
  • CCR Registration
  • Certificate of Competency (COC)
  • Certification Requirements
  • Changes Clause
  • Clarifications
  • Clear and Convincing Evidence
  • Clearly Meritorious Protest
  • Clerical Error
  • Commercial Item Acquisition
  • Competitive Range
  • Compliance
  • Conflict of Interest
  • Construction Design-Build
  • Construction Services
  • Contract Administration
  • Contract Modifications
  • Contracting Preference
  • Contractor Responsibility
  • Corporate Capability
  • Corrective Action
  • Cost Accounting System
  • Cost Evaluation
  • Cost Realism
  • Cost Reimbursement Contract
  • Cost-Technical Trade-Off
  • Customary Commercial Practice
  • CVE
  • DCAA Audit
  • Debriefing
  • Default Termination
  • Deficient Price Proposal
  • Delivery Order jurisdiction
  • Delivery Schedule
  • Designated Employee Agent
  • Disclosure of Price
  • Disclosure of Source Selection-Sensitive Information
  • Discussions
  • Disqualification
  • Documentation of Evaluation
  • Domestic Production Requirement
  • Education Center Articles
  • Electronic Filing
  • Evaluation Criteria
  • Evaluations
  • Events
  • Executive Order Compliance
  • Experience of Contractor
  • Experience Requirement
  • Fair Market Price
  • FASA
  • FedBizOpps
  • Federal Prison Industries (FPI)
  • Filing Deadlines
  • Final Evaluation
  • Final Proposal Revisions
  • Financial Responsibility
  • Fixed Price Contract
  • Former Government Employees
  • FSS Contract
  • GAO Bid Protest Review
  • GAO Jurisdiction
  • GAO Standard of Review
  • Government Contracts
  • Government Office Closings
  • Government Surplus Material
  • GSA Lease
  • HUBZone
  • ID/IQ
  • In-Sourcing
  • Incentive Fee
  • Inclement Weather Delay
  • Incomplete Proposal
  • Incorporation by Reference
  • Incumbent Capture
  • Incumbent Status
  • Independent Government Estimate (IGE)
  • Individual Environmental Report
  • Industrial Mobilization
  • Innovations
  • Interested Party
  • Invitation for Bid
  • Invited Contractor
  • Javits-Wagner-O'Day Act
  • Joint Venture
  • Key Personnel
  • Labor Hours
  • Labor Rate Pricing
  • Late Proposals
  • Late Submissions
  • Level of Effort
  • Licensing Requirements
  • Limitation on Subcontracting
  • Liquidated Damages
  • Lost Proposal
  • Lowest Price Technically Acceptable
  • Mail-Box Rule
  • Management Planning
  • Market Research
  • MAS Contracts
  • Material Misrepresentation
  • Material Solicitation Amendment
  • Material Solicitation Terms
  • Meaningful Discussions
  • Micro-Purchase Threshold
  • Minimum Requirements
  • Misleading Discussions
  • Mistake
  • Mitigation Strategy
  • Multiple Awards
  • NAICS Code
  • National Security
  • Negotiation
  • News
  • Non-Procurement Instruments
  • Novations
  • Offeror Representations
  • OMB Circular A-76
  • Option Exercise
  • Oral Presentations
  • Organizational Conflict of Interest (OCI)
  • Page Limitations
  • Past Performance
  • Past Performance Information Retrieval System (PPIRS)
  • Performance Based Standards
  • Permits and Responsibilities
  • Personal Conflicts of Interest
  • Post-Award Changes to the Contract
  • Post-Protest Re-Evaluations
  • Practicable Alternative
  • Pre-Award Protest
  • Pre-award vs. Post-award Requirements
  • Pre-Qualification of Offerors
  • Pre-Solicitation Notice
  • Prejudice
  • Price Calculation Error
  • Price Calculation Error
  • Price Evaluation
  • Price of FSS Task Order Quote
  • Price Realism
  • Price Reasonableness
  • Price Reduction
  • Procurement Announcement
  • Procurement Integrity
  • Product Testing
  • Proposal Acceptance Period
  • Proposal Detail
  • Proposal Evaluation
  • Proposal Extension
  • Proposal Standards
  • Proposals
  • Protest Terms of Solicitation
  • Protester Comments
  • Public-Private Competition
  • Randolph-Sheppard Act (RSA)
  • Rate Tenders
  • Re-Certification of Size Status
  • Reconsideration
  • Reevaluation
  • Reevaluation Standards
  • Reimbursement of Protest Costs
  • Rejection of Proposal
  • Relaxation or Waiver of Requirement
  • Relevancy of Past Performance
  • Reliance on the Proposal
  • Remedies
  • Requirements Contract
  • Responsibility
  • Responsiveness
  • Restricted Competition
  • Resumes
  • Revision of Proposal
  • Revision of Proposals
  • Risk
  • Rule of Two
  • SBA Status protest
  • Scope of GAO Review
  • SDVOSB Set-Asides
  • Significant Issue Exception
  • Simplified Acquisition Procedures
  • Site Visit
  • Size Determination
  • Size Protest
  • Small Business Innovation Research (SBIR) Program
  • Small Business Set-Asides
  • Small Business Subcontracting Goals
  • Sole-Source Award
  • Solicitation Amendment
  • Solicitation Requirements
  • Source Approval
  • Source Selection Authority
  • Source Selection Decision
  • Source Selection Plan
  • Sources Sought Notice
  • Staffing Plan
  • State and Local Requirements
  • Status of Forces Agreement (SOFA)
  • Subcontract Protest
  • Subcontractor Experience
  • Suspension and Debarment
  • Taking Exception to RFP Requirements
  • Task Orders
  • Teaming Agreement
  • Technical Acceptability
  • Technical Evaluation
  • Technical Evaluation
  • Termination of Award
  • Terms of the Solicitation
  • Timeliness of Protest
  • Timely Filing
  • Timely Performance
  • Timely Proposal Submission
  • Trade Agreement Act
  • Unbalanced Pricing
  • Unduly Restrictive Terms
  • Unequal Access to Information
  • Unequal Treatment of Offerors
  • Uniform Time Act of 1996
  • Unstated Evaluation Criteria
  • Unusual and Compelling Urgency
  • Use of Appropriated Funds
  • Veterans First
  • VIP Database
  • VOSB Set Asides
  • Wage Determination

Get Help


Talk to an
attorney who
specializes
in bid protests:

+1-571-223-6845
Email

Keep up to date
on bid protest
decisions and
policies:

© 2022 Bid Protest Weekly

  • LinkedIn
  • Google +
  • Twitter
  • Facebook
  • Home
  • Bid Protest Ed Center
  • Blog
  • Topics
  • About Us
  • Contact Us
  • Home
  • Bid Protest Ed Center
    • WHAT is a bid protest?
    • WHO can file a bid protest
    • DO I need an Attorney?
    • WHY Should you file a bid protest?
    • WHEN Must you file a bid protest?
    • WHERE can you file a bid protest?
    • READING the RFP
  • Blog
  • Topics
  • About Us
  • Contact Us
  • LinkedIn
  • Google +
  • Twitter
  • Facebook

+1-571-223-6845