THR COMPTROLLER O1ENRRAL OF THH UNITED 8TATES WASHINGTON. O.C RCA Service Company

Similar documents
Agency S Price Realism Evaluation

Decision. Matter of: EMR, Inc. File: B Date: July 17, 2012

Decision. File: B

Decision. General B

Decision. UNICCO Government Services, Inc. File: B Date: November 7, 1997

Do Words Matter? GAO Says Yes In Bid Protest Decision

Decision. File: B Date: September 7, 2011

Erickson Helicopters, Inc.--Costs

Lifecare Management Partners

Avue Technologies Corp., Carahsoft Technology Corp.

Decision. Matter of: Portfolio Management Solutions, LLC; Competitive Choice, Inc. File: B ; B Date: December 12, 2013

Decision. T-C Transcription, Inc. Matter of: B File: Date: February 16, 2010

Decision. Comptroller General \ ~of the U~nited States. CH2M Hill Southeast, Inc, Matter of: B ; B File: Date; October 31, 1991

Decision. Matter of: CRAssociates, Inc. File: B ; B Date: February 13, 2012

Rel-Tek Systems & Design, Inc.

Hatter of: Akal Security, Inc. File: B

Honeywell Technology Solutions, Inc.

Philadelphia Produce Market Wholesalers, LLC

Family Realty File: B Date: July 6, Uimela J. Storie for the protester, Kenneth A. Markibon, Esq., Department of Housing and Urban

Technology Concepts & Design, Inc.

Decision. D.N. American, Inc. Matter of: File: B Date: September 25, 2003

Decision. Gonzales Consulting Services, Inc. Matter of: B File: Date: July 16, 2003

WASHINGTON.. C. 2054B

We recommend reimbursement in the amount of $25,818.75, plus 6K s costs of pursuing this claim at our Office.

Decision. Tidewater Homes Realty, Inc. File: B Date: December 26, 1996

Akira Technologies, Inc.; Team ASSIST B ; B ; B

Decision. Sygnetics, Inc. Matter of: B File: Date: August 25, 2011

Decision. Comcraft, Inc. DIGEST B

Decision. SOS Interpreting, Ltd. Matter of: B ; B File: Date: August 25, 2004

Data Recognition Corporation

Advanced Data Concepts, Inc. B ; B Date: June 14, 1999

TRI-COR Industries, Inc.--Reconsideration B-L

Decision. Matter of: Social Impact, Inc. File: B Date: June 29, 2016

Lakota Technical Solutions, Inc.

Carahsoft Technology Corporation; Allied Technology Group

K.C. Electrical Construction

Decision. Prisoner Transportation Services, LLC; V1 Aviation, LLC; AAR Aircraft Services. Matter of: B ; B ; B

Bid Protests: When, Where, Why, and Can You Win?

Environmental Quality Management, Inc.

Decision. Matter of: Software Engineering Services Corporation. File: B Date: October 8, 2015

- 1 - Pre-Award Issues Tim Sullivan, Thompson Coburn LLP. I. Contract Formation and Source Selection. A. Sole-Source Justifications

Decision. Apptis Inc.--Costs. Matter of: B File: Date: March 31, 2010

Decision. Liberty Associates, Inc. January 11, 1989

ADT Facilities Management Inc.

Decision. Aerospace Control Products, Inc. File: B Date: January 9, 1997

Signature Performance, Inc.

Decision. Matter of: i4 Now Solutions, Inc. File: B Date: January 27, 2016

Decision. Gray Personnel Services, Inc. B ; B Date: June 26, 2000

Decision. American Native Medical Transport, L.L.C. File: B Date: August 5, 1997

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

Decision. Northrop Grumman Information Technology, Inc. Matter of: B File: Date: March 1, 2011

Rocky Mountain Excavating, Inc.

Data Monitor Systems, Inc.

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

Chapter 15. Competitive Negotiation: Evaluating Proposals

B ; B ; B

4D Security Solutions, Inc.

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Decision. DB Consulting Group, Inc. Matter of: B ; B File: Date: April 28, 2010

24 CFR PART Procurement. States. Procurement standards.

Decision. Matter of: RQ Construction, LLC. File: B Date: January 13, 2014

NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip

Decision. Matter of: A&T Systems, Inc. File: B Date: December 15, 2014

Florida State College at Jacksonville

Diamond Information Systems, LLC


Decision. Matter of: CI Filing Systems, LLC. File: B Date: April 17, 2015

CHAPTER 3.0: PROCUREMENT AND CONTRACTING

The Electronic On-Ramp, Inc.

How To Protest A Hudson Housing And Urban Development (Hudson) Contract

B ; B ; B

Decision. Matter of: Orion Technology, Inc. File: B Date: January 13, 2012

Decision. Matter of: Nexagen Networks, Inc. File: B Date: June 20, 2016

Merit Technology, Inc.

Decision. Vocus Inc. Matter of: File: B Date: March 25, 2010

CHAPTER 11 APPEALS AND DISPUTES

C131a ECIUIN.O MATTER OF: Info-Dyne, Inc.

New York's Revocation of Contract Offers

Strategic Intelligence Group, LLC

Consummate Computer Consultants Systems, LLC

ADDENDUM No. 1. This addendum incorporates the minutes from the pre-proposal conference held on December 21, 2015 at 1:30 p.m.

Decision. Matter of: File; B Engineering Management Resources, Inc,

Protect the Force, Inc.--Reconsideration

Decision. Matter of: RightStar Systems. File: B Date: January 16, 2013

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis

Computer Technology Associates, Inc.

Decision. Matter of: DJW Consulting, LLC. File: B Date: December 18, 2013

Chapter 16. Competitive Negotiation: Negotiations

Decision. Matter of: Walden Security. File: B ; B Date: October 10, 2012

Decision. Matter of: Castro & Company, LLC. File: B Date: January 29, 2016

Panel Practice Note No.1 PN1 S29 Insurance Contracts Act

JRS Staffing Services--Costs

Decision. Hatter of: Park Inn International File: B Date: April 3, 1989

PTSI Managed Services Inc.

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

Leasing FINANCIAL PROCEDURE 19. OWNER: Head of Financial Control

THE BEACON MUTUAL INSURANCE COMPANY CHARTER

Crowley Technical Management, Inc.

State Health Benefit Plan Procurement Policy

How To Get A Tax Credit In Rhode Island

Transcription:

DECISION THR COMPTROLLER O1ENRRAL OF THH UNITED 8TATES WASHINGTON. O.C. 20548 FILE: B- 21 96 36 DATE: November 4, 1985 MATTER OF: RCA Service Company OIOEST: 1. 2. 3. 4. 5. 6. Protest that contracting agency refused to provide protester with access to certain documents for the development of its protest is denied. The contracting agency has the primary responsibility for determining which documents are subject to release under the Competition in Contracting Act of 1984, Pub. L. 98-369, S 2741(a), 98 Stat. 1175, 1199-1203. GAO has no authority under the Freedom of Information Act, 5 U.S.C. S 552 (1982), to determine what information agencies must disclose under the act. Contrary to protester's allegation, Army did consider possibility that awardee would be less than successful in recruiting the incumbent contractor's work force as awardee proposed and, consequently, made a cost adjustment to the protester's proposal. Based on review of record, GAO cannot question the Army's position that there is no merit in the protester's allegations about the awardee's compliance with the RFP's staffing and manning requirements. GAO finds no basis to question the Army's evaluation of awardee's proposal concerning costs associated with awardee's performance schedule where Army adjusted upward awardee's performance costs to cover initial performance period which awardee failed to adequately.,cost. GAO rejects as speculative protester's assertion that projected cost of "portal-to-portal" pay should be added to cost of awardee's proposal

B-219 636 2 where protester is not currently obligated to pay 'I po r t a 1- to por t a 1 'I c ompe n sa t i on to con t r ac t employees. RCA Service Company (RCA) protests the award of a cost-plus-award-fee contract to Dynalectron Corporation (Dynalectron) under Department of the Army request for proposals (RFP) No. DAAD07-84-R-0036 issued for the operation of radar devices at the White Sands Missile Ranye, New Mexico, for a 5-year period. RCA was the prior contractor for these services for the past 15 years. We deny the protest. The RFP described the work requirements involved in the radar services to be furnished as follows: "Services, consisting of operation, operational engineering, relocation, installation, and modification of instrumentation radars, surveillance radars, Miss Distance radar, and ancillary equipment and systems including power driven generators and radar site air conditioning equipment. The work called for includes gathering and processing of data to produce real and deferred time data, tracking error and signal strenyth recordings, missile-target miss distance data, coordinate position plots, velocity plots, impact predictation plots, digital data displays, instrument pointing, and other related air space data... Performance under this contract will be at White Sands Missile Aange and such other places as directed by the Government." Performance of these services was to begin on August 1, 1985. Considering the above services to be performed, the Army informed offerors in the HFP that the proposal evaluation criteria would be, in order of decreasing importance, technical approach, management approach, cost (involving cost realism and a comparison with the government cost estimate), quality assurance plan, and phase-in plan. The RFP also stated that, while numerical ratings would be assigned offerors' proposals in the above areas, the "ultimate source selection will not be made by the application of a mathematical formula, but by exercise of human judgment on the @art of the contracting officer." Finally, the RFP

B-219636 3 stated that "significant differences in measured proposal merit may or may not be deemed affordable or worth an additional amount of money depending upon the best interest of the Government.'I The contracting officer states that a final detailed analysis of the merits of both proposals was made after negotiations with both offerors and the receipt of best and final offers. According to the contracting officer, this analysis led to her conclusion that the "award to Dynalectron was the 'best buy,' price and other factors considered." Award was then made on July 26, 1985, to Dynalectron. Following the award, the contracting officer says that offerors were advised in "general terms of the reasons their offers were not accepted." Specifically as to RCA, the Army advised the company that the "Army did not consider the technical merit of RCA's proposal to be worth the extra money. 'I RCA first complains that the Army has "categorically refused to provide RCA with any information whatsoever regarding the Army's evaluation of proposals [and has] refused to disclose, even in general terms, how it made the selection of Dynalectron." HCA cites both the Freedom of Information Act (FOIA), 5 U.S.C. S 5S2 (1982), and S 3553(f) of the Competition in Contracting Act of 1984, Pub. L. 98-369, S 2741(a), 98 Stat. 1175, 1199-1203 (to be codified at 31 u.s.c. SS 3551-3556). Section 3553(f), above, provides in pertinent part that: "Within such deadlines as the Comptroller General prescribes, upon request each Federal Agency shall provide to an interested party any document relevant to a protested procurement action (including the report required by subsection (b)(2) of this Section) that would not give the party a competitive advantage and that the party is otherwise authorized by law to receive." Clearly, the contracting agency has the primary responsibility for determining which documents are subject to release under the above provisi'bn. As for RCA's citation of FOIA, our Office has no authority under the act to determine what information agencies must disclose under the

B-2 19636 4 act. A protester's sole recourse where information is not furnished is to pursue the remedies provided under FOIA. See Spectrum Leasing Corporation, B-213647.3, Sept. 10, 1984, 84-2 C.P.D. 1 267. Although the Army has denied RCA access to DynaleCtrOn'S proposal and the documents related to the evaluation process, the Army has provided all of these documents to our Office solely for our review. We have honored the Army's restriction and reviewed the materials in light of the protest issues raised, but our discussion is necessarily limited because of the Army's restriction. RCA argues that Dynalectron's selection was improper because the Army accepted Dynalectron's proposal without considering the effect of several, allegedly material, deficiencies in the company's proposal. Specifically, RCA argues that Dynalectron: (a) improperly based its proposal on the use of RCA's work force despite alleged evidence that this work force would not be available to Dynalectron; (b) proposed full performance commencing on September 1, 1985, instead of August 1, 1985, allegedly as required by the solicitation schedule; and (c) proposed employee compensation rates that did not include "portal-to-portal" pay (additional compensation to employees for travel from administrative headquarters to outlying instrumentation sites), which is said to be paid to Dynalectron's other employees in the area and "will in all likelihood" be paid to workers on this contract as well. Concerning the Army's use of technical and cost factors, contract selection officials have broad discretion in determining the manner and extent to which they will make use of the technical and cost evaluation results. Lockheed Corp., B-199741.2, July 31, 1981, 81-2 C.P.D. 11 71. Where the contracting agency's selection official has made a cost/technical tradeoff, the question is whether the tradeoff was reasonable in light of the solicitation's evaluation scheme. Petro-Engineering, Inc., B-218255.2, June 12, 1985, 85-1 C.P.D. 11 677. Moreover, we have stated that the contracting agency's judgment in avaluatinj costs is entitled to great weight, since the agency is in the best position to determine the realism of proposed costs and must bear the major criticism for cost overruns caused by a defective cost analysis. Lockheed Corp., B-199741.2, above. Thus, we will not second-guess an agency's cost

B-2 19 6 36 5 evaluation unless it is not supported by a reasonable basis. Petro-Engineering, Inc., B-218255.2, above. PROPOSED USE OF INCUMBENT'S WORK FOHCE RCA says that the Army improperly accepted, without question, Dynalectron's proposed use of certain of KCA's work force. RCA asserts that the Army completely disregarded RCA's preaward advice that there was "strong reason to believe that RCA's workforce would choose to remain with RCA" considering that the "averaye tenure of all radar employees with RCA is 12.9 years" and that the "average for high tech positions is in excess of 17 years." In fact, RCA says it presented a survey to the contracting officer prior to award that showed up to 90 percent of its employees had indicated a preference to stay with RCA and relocate rather than work for a new contractor. Despite this survey, HCA says the contracting officer chose to ignore it because the surveyls results "were seen as being based on data from employees concerned with protecting their future employment.i' Contrary to RCA's alleyation, the record shows that the Army did take into consideration the possibility that Dynalectron would be less successful than the company proposed but that, nevertheless, the projected cost savings involved in an award to Dynalectron was of sufficient advantage to the government to offset this possibility. As reported by the contracting officer: "RCA states, 'This factor [relocation of RCA personnel] should have been considered by the Army in evaluating Dynalectron's cost estimates.... because it will not be able to hire away the bulk of RCA's current employees at White Sands.' Based on the recommendation of the PEB [Proposal Evaluation Board], I adjusted for costs associated with relocation of personnel [required because Dynalectron would be, in the Army's judgment, less successful in recruiting RCA employees than Dynalectron proposed].... In addition, Dynalectron is a large compank with adequate resources to attract qualified personnel from other places. However, recent experience on other

B-219636 6 contracts appeared to indicate that employees protected by collective bargaining agreements would choose to remain in place with the successor. I' We have no basis to question the Army's judgment. Related to this argument of HCA is the argument that "Dynalectron did not provide the Army with resumes or letters of commitment for key personnel such as system chiefs." Dynalectron states that, while it supplied resumes for all key personnel, the company did not supply written letters of commitment for all these individuals. However, Dynalectron insists that its approach was not defective since these individuals were "in the present employ" of Dynalectron, and Dynalectron cites clause L.50.3.2.3 of the RFP, which provides that "individuals for whom resumes are submitted shall be in the present employ of the offeror or [emphasis supplied] the offeror shall have firm, writtencommitments of the individuals to perform under the resultant contract." Given Dynalectron's explanation, and the Army's acceptance of that representation in Dynalectron's offer, we conclude that Dynalectron complied with the RFP requirements reyardiny resumes and letters of commitment. Also related to this issue of the protest is RCA's allegation that Dynalectron may have improperly proposed personnel for more than one job or work function (so-called "dual-hatting" ), thereby improperly lowering its proposed cost for the requirement. Both Dynalectron and the Army reject the dual-hatting allegation. As stated by the contracting officer: "The [Army] found the skill mix and manning levels acceptable as proposed.i1 We have no basis to question the Army's position on this issue. PERFORMANCE SCHEDULE RCA states Dynalectron proposed a "30 day phase-in with full performance to begin on September 1, 1985" even though the RFP called for performance starting on August 1. RCA says that Dynalectron's proposal was contrary to the intent of the RFP, which "require[d] full performance and full responsibility from the contractor during the phase-in period. I' The Army notes that Dynalectron did Qropose costs for the month of August 1985, but did not propose assuming full

B-219636 7 contract responsibilities until September 1. To compensate, the Army added to Dynalectron's cost proposal the full cost of RCA's performance for the month of August (a cost referred to as a "phase-out" cost) and a substantial adjustment for relocation costs, as noted above, based on the assumption that Dynalectron would not be as successful as it proposed in hiring RCA employees. The dollar adjustment for relocation is considerably higher than the suggested adjustment which RCA says should be made to Dynalectron's proposal for "severance pay and relocation" costs. In fact, the Army's adjustment to Dynalectron's cost proposal for these reasons is higher than RCA's suggested total even if RCA's performance cost for September is used in the adjustment. Consequently, we see no basis to question the Army's evaluation of costs under this issue. "PORTAL-TO-PORTAL PAY " RCA notes that Dynalectron did not propose to pay workers on a "portal-to-portal" basis. Although RCA recognizes that Dynalectron will not have to make these payments under HCA's current contract, which Dynalectron is assuming, RCA argues that Dynalectron will ultimately be forced to enter a new contract under which "Dynalectron will have to provide portal-to-portal pay and that these projected costs should be added to Dynalectron's proposal." The Army's position is that it properly evaluated Dynalectron's proposal without this pay since the company did not propose it. We consider RCA's argument to be speculative, at best, and we therefore reject it. Protest is denied. Harry K. Van Cleve General Counsel