• 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

ProActive, LLC, B-403545, November 18, 2011

  • By GCPC GovCon Legal Team
  • March 16, 2011
  • Proposal Evaluation

Link: GAO Opinion

Agency: Nuclear Regulatory Commission

Disposition: Protest denied.

Keywords: Proposal Evaluation

General Counsel P.C. Highlight: An offeror has the responsibility to submit a well-written proposal, with adequately detailed information that clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency.

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

ProActive, LLC, a small business, protests the award of a contract, by the Nuclear Regulatory Commission (NRC) under a request for proposals (RFP) for custodial, waste removal, and pest control services at NRC buildings.

The NRC issued the RFP as a set-aside for service-disabled veteran owned small business concerns (SDVOSBC). The RFP instructed each offeror to submit a technical proposal demonstrating an understanding of the requirement, showing relevant past performance and corporate experience, and presenting the qualifications of its key personnel. The RFP required that the offeror and each proposed subcontractor provide past performance questionnaires from at least three references on a specific past performance questionnaire form. With respect to corporate experience, the RFP requested identification of similar work performed by the firm, along with both the estimated annual value of the contract, the identification of which services the offeror had obtained from subcontractors, and the estimated value of the subcontracted services. With respect to key personnel, the RFP specified that the offeror identify as key personnel a contract manager and an alternate. Award was to be made to the firm offering the best value.

ProActive’s proposal contained past performance surveys for both ProActive and Olympus, a subcontractor. One of the references for Olympus criticized the firm’s quality control efforts and recurring problems with its recycle program, and so the NRC advised ProActive of that issue during discussions. In its response, ProActive substituted a different past performance questionnaire for Olympus, which had been prepared for a different federal agency, on that agency’s form, and therefore it addressed different issues than those in the questionnaire specified in the RFP. The evaluators concluded that ProActive should be downgraded half a point.

With respect to the corporate experience information in ProActive’s proposal, the firm identified contracts under which it and its team member Olympus had demonstrated similar work, but it did not identify the value of the work that had been performed by subcontractors for each reference. ProActive’s proposal was downgraded one point for a lack of information.

For its key personnel, in its initial proposal, ProActive listed its president and vice president, and as on-site personnel, a contract manager, and a supervisor. In its final proposal, under the heading of “KEY PERSONNEL (Factor 4),” ProActive submitted a new resume for a person described as the back-up to its contract manager. However, that resume did not state the individual’s formal education and training. The evaluators determined that the lack of this information for someone identified as key personnel justified downgrading ProActive’s final proposal half a point under the key personnel factor.

ProActive asserts that its proposal should not have been downgraded, should have received a perfect score, and therefore should have merited a tradeoff in favor of paying its higher price. GAO states that in reviewing an agency’s evaluation, it will not reevaluate technical proposals. GAO will examine the agency’s evaluation to ensure that it was reasonable and consistent with the solicitation’s stated evaluation criteria and procurement statutes and regulations. An offeror’s mere disagreement with the evaluation is not sufficient to render the evaluation unreasonable.

With respect to the past performance evaluation, GAO’s review of the record confirms that the NRC had a reasonable basis for its concern over the adverse performance. One reference reported unfavorable ratings for Olympus’s quality control and recycle program. When the agency raised this issue during discussions, ProActive’s response did not address the adverse past performance. Accordingly, GAO finds that the NRC’s evaluation of a weakness under the past performance factor, which was then reflected in the lower point score, was reasonable.

For the corporate experience factor, GAO finds that the NRC reasonably assigned a weakness to ProActive’s proposal because the corporate experience information in its proposal did not identify the value of the subcontracted work. The RFP specifically required offerors to identify, in their technical proposals, the estimated value of the subcontracted services for each corporate reference provided by the prime contractor and its subcontractors. Since ProActive provided corporate references for its team member Olympus, to demonstrate experience of the prime contractor, those references should have presented the information required by the RFP. An offeror has the responsibility to submit a well-written proposal, with adequately detailed information that clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency.

With respect to the evaluation of key personnel, regardless of whether the RFP required the submission of a back-up contract manager, ProActive submitted a resume for a back-up contract manager, and it specifically identified the submission as part of its key personnel response. The RFP required a resume for all proposed key personnel, identifying all formal education and training. Given that ProActive submitted this resume as part of its key personnel response, GAO finds that the NRC reasonably considered the absence of that information for the back-up contract manager as a proposal weakness. Taken together, the record here demonstrates that the NRC reasonably downgraded ProActive’s proposal for weaknesses under three of the four evaluation criteria. The protest is denied.

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 Patronus Systems, Inc.

December 3, 2020

Matter of VBC Commercial Services, LLC

November 7, 2019

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
  • 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