• 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

Matter of Science Applications International Corporation

  • By GCPC GovCon Legal Team
  • February 28, 2022
  • Competitive RangeDiscussionsProposal Evaluation
  • 0 Comments

Matter of Science Applications International Corporation

Decided: October 27, 2021

Agency: Defense Logistics Agency

Disposition: Protest Sustained

Keywords: Discussions; Proposal Evaluation; Competitive Range

 

Protest Insight

This case is a rare example of GAO sustaining a protest based on competitive range adequacy of discussions and proposal misevaluation. GAO noted here when an agency determines that an offeror’s proposed prices are unreasonably high, the agency is required to advise the offeror of this finding during discussions.  Without notice that an offeror’s price is determined to be unreasonable, the proposal is effectively rendered unawardable since the offeror isn’t afforded a reasonable chance to amend a proposal and receive an award.

GAO also sustained this protest because the agency’s conclusions were irrational. GAO also found that the ongoing pandemic played a role in the GAO’s irrational conclusion, noting that the government’s price estimate failed to take into consideration dramatic shifts in market conditions and supply line disruptions resulting from the pandemic and instead was based on outdated historical pricing data that bore little relation to current market conditions.  If you were involved in a bid and feel the agency similarly failed to conduct adequate discussions or misevaluated a proposal, you may have similar grounds for a protest.  GCPC can help you evaluate the merits of your case and navigate the bid protest process.

Summary of Facts

Science Applications International Corporation (“SAIC”) protests the award of a contract to Noble Sales Company d/b/a Noble Supply and Logistics under request for proposals (“RFP”) No. SPE4A5-20-R-0150, issued by the Defense Logistics Agency (“DLA”) for the acquisition of hardware and abrasives under federal stock group 53.  The RFP contemplated the award, on a best-value tradeoff basis, of a fixed-price with economic price adjustment.  The DLA received proposals from SAIC and Noble.  The agency evaluated those proposals, engaged in two rounds of discussions with the offerors, and solicited, obtained and evaluated final proposal revisions.  The DLA made award to Noble, concluding that its proposal represented the best overall value to the government (SAIC’s overall price was roughly $1.5 billion and Noble’s price was roughly $1 billion). SAIC filed this protest.

Basis of Protest

SAIC argues that the DLA misevaluated proposals, failed to engage in meaningful discussions, and made an unreasonable source selection decision.

Protest Sustained

SAIC first argued that the DLA failed to engage in adequate discussions.  GAO found that the record shows that throughout the acquisition, the DLA found SAIC’s prices to be unreasonably high, but never advised SAIC during discussions that its prices were unreasonably high.  Because of this, SAIC argues that discussions were inadequate and not meaningful.  GAO stated that “where an agency determines that an offeror’s proposed prices are unreasonably high, the agency is required to advise the offeror of this finding during discussions.”  GAO elaborated that when an offeror’s price is determined to be unreasonable, it effectively renders its proposal unawardable and, thus, the offeror must be advised that its price has been found unreasonably high in order to afford it a reasonable chance to receive award.

GAO found here that while the DLA engaged in price discussions with SAIC it never informed SAIC that its proposed prices were unreasonably high.  GAO noted that saying certain prices are high is not the same as saying prices are considered unreasonably high.  GAO concluded that without being told that its prices were found to be unreasonably high, SAIC effectively was eliminated from the competition.  GAO sustained the protest on this basis.

SAIC also argued that the evaluation failed to consider the risk posed by the low prices offered by Noble. GAO noted that when reviewing protests of an agency’s evaluation and source selection decision, it will not reevaluate proposals or quotations, but it will review the record to determine whether the evaluation and source selection decision are reasonable and consistent with the solicitation’s evaluation criteria, and applicable procurement laws and regulations.

GAO found that, here, the DLA specifically sought out pricing data from the offerors to support their proposed prices and requested detailed information from the offerors to substantiate their proposed pricing.  GAO found that the DLA’s request amounted to a request for pricing data from the offerors.  GAO noted that having made the request, the agency could not simply ignore the information provided when determining whether it should have confidence that the offerors’ proposed prices were fair and reasonable.

GAO found that during the acquisition process, SAIC provided detailed, extensive information in support of its proposed unit prices, whereas Noble provided essentially no such information. GAO noted that “despite Noble’s failure to furnish any meaningful information that would have given the agency confidence that its prices reflected prevailing market conditions” and were reliable, the DLA found that SAIC’s prices were unreasonably high and Noble’s prices were fair and reasonable.  The record shows that the DLA concluded that a majority of Noble’s unit prices were reasonable, based entirely on a comparison of those prices to SAIC’s initial proposed unit prices, ultimately finding that since the unit prices were equal to or lower than  SAIC’s proposed unit prices, they were reasonable.

During the acquisition, SAIC provided the DLA detailed information, advising that it could not meet the agency’s price objective.  SAIC’s conclusion was based on prices currently offered by qualified suppliers and direct negotiations with suppliers who stated that they were unable to meet the agency’s unit price objectives for items.  Noble provided essentially no evidence to support its quoted prices and indicated it faced a challenge obtaining quotes from approved sources.

GAO found that the agency’s expectations seem to have been driven by the government’s estimate, but that estimate failed to take into consideration dramatic shifts in market conditions and supply line disruptions resulting from the pandemic.  GAO also noted that “the record is devoid of any explanation for the agency’s decision to discount or ignore the data presented by SAIC.”  GAO stated that since SAIC provided the agency with robust, empirical support for its quoted prices, “the contemporaneous record should, at a minimum, have included an explanation for why the agency essentially ignored SAIC’s pricing data.”  GAO indicated that such an explanation would provide a basis for it to evaluate the rationality of the agency’s conclusion that SAIC’s prices were unreasonably high.  However, GAO concluded that without such explanation, it had no basis to conclude that the agency acted rationally in evaluating these prices.

GAO ultimately found that DLA’s evaluation of whether prices were fair and reasonable essentially ignored the realities of a dramatically different market and instead was based on outdated historical pricing data that bore little relation to current market conditions.  Thus, GAO held that the agency’s conclusion that the prices submitted by SAIC were not fair and reasonable was irrational. GAO sustained the protest on this basis.

Our Government Contracts Practice Group has extensive experience in government contract law, helping clients solve their government contract problems relating to the award or performance of a federal government contract, including bid protests, contract claims, small business concerns, and teaming and subcontractor relations. If you need more guidance or information, contact Craig Lawless, Senior Counsel in our Government Contracts practice area at General Counsel, P.C., 703-266-1865.

 

Share

Related Posts

Matter of WRG Fire Training Simulation Systems, Inc.

January 12, 2022

Matter of: Verizon Business Network Services, Inc.

May 27, 2021

Matter of Patronus Systems, Inc.

December 3, 2020

Matter of SigNet Technologies, Inc.

September 4, 2020

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