• 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

Technology Concepts & Design, Inc., B-403949.2; B-403949.3, March 25, 2011

  • By GCPC GovCon Legal Team
  • April 27, 2011
  • Documentation of Evaluation

Link: GAO Opinion

Agency: Department of State

Disposition: Protest sustained

Keywords: Documentation of Evaluation

General Counsel P.C. Highlight: Where an agency fails to provide documentation of its evaluation, it bears the risk that there may not be adequately supporting rationale in the record for GAO to conclude the agency had a reasonable basis for its evaluation and selection decision.

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

Technology Concepts & Design, Inc. (TCDI) protests the issuance of a task order by the Department of State under a task order request for proposals (RFP) for technical support to the agency’s Bureau of Verification, Compliance, and Implementation, Office of Verification Operations (VCI/VO).

The RFP provided for the issuance of a labor-hour, performance-based task order under the General Services Administration’s (GSA) Commerce Information Technology Solutions – Next Generation (COMMITS) government-wide acquisition contract to provide information technology support services to VCI/VO. The solicitation stated that the task order would have a base performance period of a year with four option years, and provided for a 30-day transition period. The RFP described a broad range of support services that would be provided, including operation and management of computer facilities and networks; software design, development and support; analytical, technical and subject matter expertise on IT requirements in support of arms control related subjects; cyber security; and operation of help desks. In this regard, the RFP provided, as a guideline, an overall operational level of support and the current staffing model (identified by labor category and full-time equivalents (FTE) assigned to that category). Offerors were advised to formulate staffing plans based on their best business judgment.

Following an initial protest by TCDI and offer, by the agency, to take corrective action, the TEP reevaluated proposals and provided a new evaluation report to the contracting officer. The TEP ultimately concluded that the proposals of the awardee and TCDI met the basic requirements of the RFQ, but determined that the awardee’s proposal was technically superior due to the number of strengths identified in the proposal compared to the other proposals. As a result, the TEP recommended that the task order be issued to the awardee. The agency also evaluated the offerors price proposals and the awardee offered the lowest price of $46,067,061. The contracting officer, who was the source selection authority, disagreed with the TEP’s conclusion that the awardee’s proposal was technically superior. Instead, the contracting officer determined that, based upon their overall green ratings, the awardee’s, TCDI’s, and another offeror’s proposals were technically equal. The task order was issued to the awardee on the basis of that firm’s lower price.

TCDI broadly objects to the evaluation of its and the awardee’s proposals. In this regard, TCDI challenges many of the weaknesses evaluated in its proposal. TCDI also challenges the agency’s price evaluation, asserting the agency failed to assess the realism of the awardee’s low price.

GAO states that in reviewing protests of alleged improper evaluations and source selections, even in a task order competition as here, it does not reevaluate proposals, but rather it examines the record to determine whether the agency’s judgment was reasonable and in accord with the stated evaluation criteria and applicable procurement laws and regulations. In order for GAO to review an agency’s evaluation judgment, an agency must have adequate documentation to support its judgment. GAO does not limit its review to contemporaneous evidence, but considers all the information provided, including the parties’ arguments, explanations, and documentation prepared in response to protest contentions. While GAO considers the entire record, including the parties’ later explanations and arguments, it will accord greater weight to contemporaneous evaluation and source selection material than to arguments and documentation prepared in response to protest contentions. Where an agency fails to provide documentation of its evaluation, it bears the risk that there may not be adequately supporting rationale in the record for GAO to conclude the agency had a reasonable basis for its evaluation and selection decision.

GAO finds that although State contends that TCDI’s work on a prior project was not timely completed, the evaluation does not address TCDI’s explanation as to why the firm was not responsible for problems in the database. The agency also does not address in any fashion TCDI’s arguments with respect to the assessed concerns with other aspects of its performance. In short, State has failed to provide either contemporaneous documentation or subsequent explanation supporting its assessment of this weakness in TCDI’s proposal.Accordingly, GAO finds from the record that State did not have a reasonable basis for the assignment of this weakness in TCDI’s proposal.

Next, TCDI challenges the agency’s assessment of a weakness under the corporate experience subfactor that TCDI’s proposal lacked “depth and breadth of experience relevant to working within the Federal sector” as compared to other offerors’ proposals. GAO finds that the agency does not identify where in the RFP offerors were notified that the depth, breadth, and scope of an offeror’s relevant work for other federal agencies was a requirement. Moreover, GAO finds that the agency’s evaluation record does not demonstrate that the assignment of this weakness was reasonable. State does not explain why TCDI’s experience as the incumbent did not provide sufficient experience working with other agencies, such as Commerce and the Department of Defense.

TCDI also challenges State’s evaluation of its proposal under the personnel qualifications/management factor, where it received a rating of green. Although the TEP noted that TCDI, as the incumbent, had nearly all staff cleared and ready to immediately perform, it also noted that TCDI had failed to propose any teaming partner staff. Specifically, the TEP stated that, although TCDI’s proposal stated that the firm had sufficient access to staff through its teaming partner to meet any perceived shortfalls related to certification or expertise, TCDI did not specifically offer any staffing from its teaming partner. State does not refute TCDI’s arguments, nor does it provide an explanation for the apparent inconsistency between the weakness assigned under one evaluation factor and the strength assigned in a subfactor. Rather, State merely notes that TCDI’s proposal was rated green under this evaluation factor. GAO finds that there is no basis to find State’s evaluation to be reasonable, given the agency’s failure to provide any documentation or support for its evaluation. The protest is sustained.

Share

Related Posts

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

October 24, 2022

M&A = “More and Adequate” Agency Records

March 21, 2022

Matter of WRG Fire Training Simulation Systems, Inc.

January 12, 2022

Matter of Marquis Solutions, LLC

December 6, 2021

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