• LinkedIn
  • Google +
  • Twitter
  • Facebook

+1-703-556-0411

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

Exelis Systems Corporation, B-407673; B-407673.2; B-407673.3, January 22, 2013

  • By GCPC GovCon Legal Team
  • January 30, 2013
  • Best ValueTechnical Evaluation
  • 0 Comments

Link: GAO Opinion

Agency: Department of the Army

Disposition: Protest denied.

Keywords: best value; tech eval

General Counsel P.C. Highlight:

GAO denied the protest of Exelis Systems Corporation, based on the issuance of a task order to L-3 Communications Vertex Aerospace, LLC, under a request for task order proposals (RFP), issued by the Department of the Army for logistics support services for the Fort Bragg Directorate of Logistics.

The solicitation contemplates the issuance of a cost-reimbursement task order to provide logistics support services for an 80-day phase-in period, one base year, and two one-year options on a “best value” basis, considering cost and two non-cost factors, mission capability and small business participation. The RFP further provided that the mission capability factor included three equally-weighted elements: (1) management approach; (2) staffing approach; and (3) technical experience.

Exelis asserted that the agency misevaluated L-3’s proposal under all three elements of the mission capability factor. First, in regards to the technical experience subfactor, GAO noted that the fact that L-3’s proposal did not specifically include technical experience information relating to each and every task or subtask enumerated in the RFP does not, standing alone, provide a basis for GAO to conclude that the agency’s evaluation was unreasonable. The RFP did not require offerors to demonstrate experience that correlated to every task of the PWS. Instead, the record showed that, consistent with the terms of the RFP, the agency performed an integrated assessment of the proposals, considering all three elements of the mission capability factor in arriving at its ultimate ratings. Therefore, GAO found no basis to object to the agency’s evaluation of this subfactor.

With regard to the management approach and staffing approach subfactors, GAO stated that because the RFP required the offerors to show how their proposed level of effort and staffing profile would meet the requirements of the solicitation, it necessarily contemplated that offerors could propose different technical approaches and manning to accomplish the work. Thus, merely because L-3 proposed staffing in particular areas that was different from that proposed by Exelis, did not, without more, show that L-3’s proposed staffing was inadequate. Rather, it showed only that L-3 and Exelis proposed different staffing. Also, even though L-3 may have proposed accomplishing the work with fewer personnel than proposed by Exelis, it does not follow that its manning is insufficient, or that its technical approach is deficient, for purposes of accomplishing the work contemplated by the RFP. The record showed that the Army evaluated L-3’s proposal under these two evaluation elements by reviewing the adequacy of L-3’s proposed staffing and management approach, and found that L-3’s proposal reflected a clear understanding of the RFP requirements and presented a feasible and comprehensive approach to performing the requirements.

Finally, Exelis challenged the Army’s source selection decision. According to the protester, the agency improperly failed to consider the magnitude of its technical superiority compared to what it describes as the modest cost premium associated with its proposal. However, GAO found that Exelis’ arguments amount to nothing more than a mere disagreement with the agency’s source selection decision, where the agency’s decision was found to be rational, adequately documented, and consistent with the terms of the RFP.

Share

Related Posts

Matter of Sparksoft Corporation

July 2, 2023

Do You Have the Strength(s) for this Proposal? Bedda Show Me!

February 1, 2023

Peak-a-Boo, I see You! – An Agency’s Undocumented Best Value Analysis.

February 1, 2023

Please, Make My Bid Protesting Day by Not Documenting Your Award Decision.

November 17, 2022

Leave a Reply Cancel reply

You must be logged in to post a comment.

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
  • Alternative Dispute Resolution
  • 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
  • Facility Clearance
  • 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
  • Impaired Objectivity
  • 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
  • Reimbursed Attorney's Fees
  • 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:

+1-703-556-0411
Email

Keep up to date
on bid protest
decisions and
policies:

© 2023 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

+1-703-556-0411