• 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

Science Applications International Corporation, B-403051, September 17, 2010

  • By GCPC GovCon Legal Team
  • October 7, 2010
  • Technical Evaluation

Link: GAO Opinion

Agency: Department of Defense

Disposition: Protest denied.

Keywords: Technical Evaluation

General Counsel P.C. Highlight: The establishment of testing procedures is matter within the technical expertise of the procuring activity, and GAO will not object to the imposition of such a requirement unless it is shown to be without a reasonable basis.

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

Science Applications International Corporation (SAIC protests the award of a contract to Booz Allen Hamilton Inc. (BAH) under a request for proposals (RFP) issued by the Department of Defense for advisory and assistant support services for the agency’s cooperative threat reduction (CTR) program. SAIC challenges the DTRA’s evaluation of its technical proposal and the evaluation of BAH’s past performance.

The RFP anticipated award of a cost?reimbursement, indefinite-delivery/indefinite-quantity (ID/IQ) contract, with a five-year period of performance. The maximum value of the contract is $300 million with a minimum guaranteed value of $1 million. The solicitation advised offerors that proposals would be evaluated based on the following three factors: mission capability, past and present performance, and cost. The mission capability factor had five subfactors: management approach, technical approach, transition plan, sample scenario, and initial task order.The mission capability factor was more important than the past and present performance factor.

SAIC challenges the DTRA’s evaluation of every weakness and significant weakness assessed for its proposal under the management approach and transition plan subfactors of the mission capability factor. SAIC also argues that the agency’s evaluation of BAH’s past performance was unreasonable.

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. In reviewing an agency’s evaluation of offerors’ proposals, GAO does not limit its consideration to contemporaneously documented evidence, but instead considers all the information provided, including the parties’ arguments, explanations, and any hearing testimony. During a hearing conducted by GAO, each witness provided detailed and credible testimony that either amplified the contemporaneous record, or reasonably explained why the contemporaneous record did not reflect the facts described.

SAIC challenges the agency’s evaluation of its proposal as marginal under the management approach and transition plan subfactors. SAIC argues that the agency unreasonably assigned its proposal a two-star/significant weakness under the management plan subfactor regarding the protester’s plan for the oversight of its overseas offices.

The management approach subfactor required offerors to “describe a thorough, complete, and effective approach to accomplish the overall program and contract objectives as stated in the SOO with an acceptable level of risk.”The agency described the significant weakness under this factor as follows: “Failed to effectively demonstrate ability to oversee overseas staff and offices.” For example: Communications plan with overseas offices does not mention communications with Defense Threat Reduction Office (DTRO) chiefs. DTROs are government overseas offices that are responsible for CTR efforts in nations receiving assistance. The agency found that that SAIC’s proposal did not provide a plan to communicate with the overseas offices that will perform the requirements of the SOO in target countries for the CTR program.

GAO states that the agency reasonably concluded that an individual or team responsible for a particular subject matter might not be effective in supervising or facilitating communication for all of the subject matters and tasks of the overseas offices. To the extent that the agency viewed this approach to be part of SAIC’s approach for oversight of its overseas offices, we think the agency reasonably viewed this as an element of the overall significant weakness.

SAIC next asserts that the DTRA unreasonably assigned its proposal a two?star/significant weakness under the transition plan subfactor, based on the protester’s proposed approach to the staffing of its overseas offices. The agency found that the protester did not adequately address its approach to retaining or replacing the current overseas staff during transition.

GAO held a hearing to take testimony on the merits of the evaluation. The testimony showed that the agency found that SAIC’s proposal had not addressed the risks arising from a significant degree of turnover in its subcontractors. In this regard, the agency noted that the subcontractors proposed by SAIC would be new to the contract. The agency also found that, under the incumbent contract, BAH provided 23 of 25 overseas staff positions and that SAIC’s proposal did not adequately address how these personnel would be retained or replaced in light of the fact that BAH was not proposed by SAIC as a subcontractor. GAO finds these conclusions reasonable.

Next, SAIC argues that the DTRA unreasonably assigned its proposal a one?star/minor weakness under the management approach subfactor, based on the agency’s conclusion that the protester did not demonstrate an adequate commitment to meet the socioeconomic subcontracting goals identified in the solicitation.

The RFP required offerors to “demonstrate a commitment to meeting the socioeconomic goals” set forth in the solicitation. Section L of the solicitation stated that offerors will be evaluated on their commitment to meeting the goal of subcontracting at least 15% of the total contract value to small businesses and/or historically black colleges/minority institutions, with 33% of that 15% goal being subcontracted to service-disabled veteran-owned small businesses (SDVOSB).

The agency found that three of the subcontractors identified by SAIC as small businesses did not qualify as small businesses under NAICS code 541990. The agency recalculated the subcontracting percentages for SAIC, and found that the protester’s proposal reflected a lesser percent than required. GAO thinks that the RFP clearly stated the basis upon which offerors would be evaluated regarding their approach to small business subcontracting goals. On this record, GAO concludes that the agency reasonably evaluated SAIC’s proposed subcontractors by evaluating them under the NAICS code set forth in the solicitation and reasonably assigned a weakness here to the protester’s proposal.

Next, SAIC argues that the DTRA unreasonably assigned its proposal a one?star/minor weakness under the management approach subfactor regarding performance metrics. The agency found that SAIC’s proposal did not clearly explain how the identified metrics would be used to improve contract performance.

The RFP required offerors to demonstrate “the ability to effectively measure and evaluate [their] execution of the SOO; to plan, track and forecast success in [their] mission, and in anticipation of contractor’s future work needs as outlined in the SOO.” The solicitation further required offerors to “clearly define the types and nature of the metrics to be used, the nature of the inferential data to be collected and processed, and the plan for utilizing these for continual process improvement.”

After reviewing the record, GAO thinks that the agency reasonably concluded that the metrics described in SAIC’s proposal were not accompanied by a sufficiently detailed plan demonstrating how the data collected will be utilized to improve contract performance.

Finally, SAIC argues that the DTRA unreasonably ignored negative information concerning BAH’s performance as a subcontractor to SAIC under the incumbent contract in its evaluation of the BAH’s past and present performance. The agency responds that it considered this information, but concluded that it was not relevant to the evaluation of BAH’s performance. GAO concludes that the agency’s evaluation of BAH’s past and present performance was reasonable. The protest is denied.

Share

Related Posts

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

November 17, 2022

Open Sesame! Ya Gotta Get the Agency Report and Records.

October 24, 2022

Matter of: Verizon Business Network Services, Inc.

May 27, 2021

Matter of: Transworld Systems, Inc; Account Control Technology, Inc.

February 21, 2018

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