• 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

Global Solutions Network, Inc., B-401230, June 26, 2009

  • By GCPC GovCon Legal Team
  • June 26, 2009
  • Rule of TwoSmall Business Set-Asides

Link:   GAO Opinion

Agency:          Department of Justice

Disposition:  Protest denied.

_________________________________________________________________________________________________________________

GAO Digest:

Protest that solicitation for administrative support services should have been set aside for historically under utilized business zone (HUBZone) or small business concerns is denied, where agency reasonably determined from market research, past procurement history, and consultation with the Small Business Administration that there was not a reasonable likelihood that two or more responsible HUBZone or small business offerors would submit proposals at a fair and reasonable price.

General Counsel P.C. Highlight:

GSN argues that the solicitation should have been set aside for historically underutilized business zone (HUBZone) concerns or, in the alternative, small business concerns, and that the requirements were improperly bundled. GAO states that an acquisition expected to exceed $100,000, such as the one here, must be set aside exclusively for HUBZone or small business contractors where there is a reasonable expectation that offers will be obtained from at least two responsible HUBZone or small business concerns and the award will be made at a fair and reasonable price. A contracting officer must make reasonable efforts to ascertain the likelihood of receiving HUBZone or small business offers, but no particular method of assessing the availability of small businesses is required; measures such as prior procurement history, market surveys, and advice from the Small Business Administration (SBA) may all constitute adequate grounds for not setting aside the procurement for HUBZone or small business concerns. The determination of whether to set aside a particular procurement involves a business decision within the broad discretion of the contracting officer, and GAO will not sustain a protest challenging the determination absent a showing that the determination was unreasonable.

Here, the contracting officer conducted a market survey of available small businesses within North American Industry Classification System (NAICS) code 561210. The contracting officer published a sources sought notice with a detailed statement of work on FedBizOpps and received responses from 15 small businesses, including three HUBZone concerns. The contracting officer evaluated these responses in light of the volume, scope, and nature of the work to be performed under the RFP; documented her findings and analysis; and concluded that none of the 15 responding HUBZone or small business contractors would be able to submit proposals that would meet all of the requirements of the RFP. In this regard, she stated that none of the 15 responding HUBZone or small business contractors had the personnel, equipment, capital or experience necessary to handle the integration of [the] ENRD’s diverse services. Significantly, the protester did not respond to the sources sought notice or otherwise express interest in the procurement. Although the protester now generally asserts that it is capable of performing the requirements, it has provided no evidence to support the general assertions that it can perform the requirements of the RFP.

The contracting officer also considered the history of the procurement, including the nearly identical solicitations for the 1997 and 2003 contracts, neither of which was set aside for HUBZone or small business concerns because the market surveys revealed that the DOJ would not likely receive at least two offers from responsible HUBZone or small business concerns. Although the first solicitation was protested for failing to set aside the requirement, the GAO upheld the agency’s decision to issue the solicitation on an unrestricted basis. The second solicitation was not challenged on this basis, and no acceptable proposals were submitted by small business concerns in response to the solicitation.

The contracting officer also consulted with a DOJ small business specialist and the director of the DOJ’s Office of Small and Disadvantaged Business Utilization (OSDBU), both of who concurred with the decision not to set aside the procurement. The director of the OSDBU met with the SBA procurement center representative to discuss the procurement and the responses to the sources sought notice, and the director made the contract file available to the SBA procurement center representative for the SBA’s review. The SBA procurement center representative did not object to or express concern with the DOJ’s determination to not set aside the procurement for HUBZone or small business concerns.

Finally, in response to the protest and the DOJ’s agency report, the SBA challenged, for the first time, the DOJ’s market research and contended that four of the small businesses that responded to the sources sought notice demonstrated the capability to perform the work. However, as the DOJ points out, two of these small businesses demonstrated the capability to perform only part of the required work, a third asserted that it would team with a large business without providing any information about the teaming arrangement or the large business’ capability, and the fourth could only perform the work through a teaming arrangement that was untested. Although there may be some merit to the SBA’s concerns regarding the appropriateness of denying the capability of the fourth small business based on an untested teaming arrangement, the record does not show as unreasonable the contracting officer’s determination that the other three small businesses failed to sufficiently establish that they could perform the work. Therefore, even assuming that the SBA’s objections regarding the fourth small business are meritorious, we would have no basis to find unreasonable the contracting officer’s determination that there was not a reasonable likelihood of receiving an offer from two or more responsible small business concerns. In sum, based on the procuring agency’s market research, and in the absence of any objection from the SBA procurement center representative, GAO finds the contracting officer’s decision to issue the solicitation on an unrestricted basis to be reasonable. The protest is denied.

Share

Related Posts

Matter of: M.R. Pittman Group, LLC

May 27, 2021

Matter of DLF-CPC JV, LLC

September 4, 2020

Hidden Traps in an RFP and Pre-Award Protests

July 10, 2020

Matter of Precise Management, LLC

March 23, 2020

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