Decision. Firma Hermann Leis. Matter of: B ; B File: Date: May 19, 2005

Similar documents
Decision. Vador Ventures, Inc. Matter of: B , B File: Date: August 5, 2005

Choctaw Staffing Solutions, Inc.

Decision. Matter of: APEX-MBM, JV. File: B Date: October 3, 2011

General Dynamics Information Technology, Inc.

Coastal Environments, Inc.

Decision. Contrack International, Inc.-Costs. Matter of: B File: Date: February 17, 2010

Decision. SKE International, Inc. Matter of: B ; B File: Date: June 5, 2008

B , B , B

Decision. Matter of: American Access, Inc. File: B ; B Date: February 28, 2017

Charles Kendall & Partners, Ltd.

Decision. Matter of: AMEL Technologies, Inc. File: B Date: June 20, 2016

Decision. Digital Imaging Acquisition Networking Associates, Inc. Date: November 8, 2000

Koontz Electric Company, Inc.

Decision. Matter of: Logistics 2020, Inc. File: B ; B Date: November 6, 2013

Decision. CMI Management, Inc. Matter of: B ; B File: Date: January 26, 2010

Decision. Cerner Corporation. Matter of: B ; B File: Date: February 2, 2004

Decision. Enola-Caddell JV. Matter of: B ; B File: Date: September 12, 2003

Decision. Matter of: DigitalSpec, LLC. File: B Date: January 20, 2016

DynCorp International LLC

Decision. Cylab Inc. Matter of: File: B Date: July 13, 2010

B ; B ; B

Bilfinger Berger Government Services GmbH

Integrity National Corporation

Decision. Divakar Technologies, Inc. Matter of: File: B Date: December 2, 2009

Decision. Matter of: Addison Construction Company. File: B ; B Date: September 4, 2018

Comprehensive Health Services, Inc.

Decision. C&B Construction, Inc. Matter of: B File: Date: January 6, 2010

Protests of ) Date: November 23, 1992 ) STANDARD REGISTER; ) MOORE BUSINESS FORMS, INC. ) ) P.S. Protest No Solicitation No A-0002 )

Douglass Colony/Kenny Solar, JV

Flight Safety Services Corporation

B.H. Aircraft Company, Inc.

3K Office Furniture Distribution GmbH

Decision. Matter of: VS Aviation Services, LLC. File: B Date: October 03, 2018

Hyperbaric Technologies, Inc.

Aerostar Perma-Fix TRU Services, LLC

October 19, Cyrus E. Phillips IV (757) Direct Line (703) Facsimile (703) Mobile

Decision. Matter of: A Squared Joint Venture. File: B ; B Date: August 23, 2016

Decision. AINS, Inc. Matter of: B ; B File: Date: June 12, 2009

Decision. Tantus Technologies, Inc. B ; B Date: September 14, 2015

B ; B ; B

XPO Logistics Worldwide Government Services, LLC

Phoenix Environmental Design, Inc.

STATE OF NEW YORK OFFICE OF THE STATE COMPTROLLER

Decision. Matter of: Booz Allen Hamilton, Inc. File: B ; B Date: May 26, 2016

Decision. Matter of: L-3 Services, Inc. File: B Date: April 2, 2012

Cross Match Technologies, Inc.

CACI, Inc.-Federal; Booz Allen Hamilton, Inc. B ; B ; B

J. Squared Inc., dba University Loft Company

ORGANIZATIONAL CONFLICTS OF INTEREST. Michael P. Matsumoto, P.E., FACEC, President/CEO SSFM International, Inc.

Decision. The Analysis Group, LLC. Date: April 18, 2011

Emergent BioSolutions Inc.

Bid Protests: Avoiding Common Procurement Pitfalls

Section M: Evaluation Factors for Award HQ R LRDR Section M: Evaluation Factors for Award For HQ R-0002

Lunch n Learn GAO Protests: 14 Feb 2018

Survey Services Rev. 0 Bid # Scope of Work

March 2, Office has completed its review of the above-referenced procurement

SISU OTTAWA TRUCK DIVISION

June 16 th, Cyrus E. Phillips IV (757) Direct Line (703) Facsimile (703) Mobile

~ POSTIJL SERVICE. Background. The Disagreement. January 9, 2019 BY AND CERTIFIED MAIL

STATE OF NEW YORK OFFICE OF THE STATE COMPTROLLER

Procurement Guidelines

Decision. Matter of: A-P-T Research, Inc. File: B Date: April 3, 2017

In the United States Court of Federal Claims

PITNEY BOWES CORPORATION

Position to Win: The Art of Minimizing Money Left on the Table Christine Campbell

In the United States Court of Federal Claims

Decision. Matter of: CGI Federal Inc. File: B Date: December 10, 2014

ARMED SERVICES BOARD OF CONTRACT APPEALS

Decision. Matter of: WAI-Stoller Services, LCC; Navarro Research and Engineering, Inc. File:

PECO CHP Call for Projects ( CfP ) Bidders Webinar Presented on September 19, 2017

Bid Protest Committee of the ABA Section of Public Contract Law Monthly Meeting: Tuesday, January 16, 12-1:30PM

ORGANIZATIONAL CONFLICTS OF INTEREST

Best Practices for Source Selection Planning

Decision. Matter of: File:

UNDERSTANDING THE SBA S AFFILIATION RULES

RFP SA 1704 Quality Improvement Consultant - Malcolm Baldrige Excellence Framework. 1. Attachment A: Answers to Questions from Prospective Offerors

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

OFFICE OF THE ASSISTANT SECRETARY OF DEFENSE HEALTH AFFAIRS

AMERICAN PUBLIC TRANSPORTATION ASSOCIATION 2016 RAIL CONFERENCE WELCOME TO PHOENIX

In the United States Court of Federal Claims

Version 1.0. The Contract Management Standard Final Edition. Version 1.0

BEFORE THE ALASKA OFFICE OF ADMINISTRATIVE HEARINGS ON REFERRAL BY THE COMMISSIONER OF ADMINISTRATION

Making the most of the transition. How to best use your transition advantages as incumbent in your rebid submission

Ch 7 - Account for Differences

Kirk W Buffington, CPFIM, CPPO, C.P.M.,

That s how they Getchya : Avoiding the Ostensible Subcontractor Rule. Government Contractors Assistance & Resource Line LLC

Rev. July Department of General Services Bureau of Procurement

Before the FEDERAL COMMUNICATIONS COMMISSION Washington, DC ) ) ) ) ) COMMENTS OF ITTA

TEAMING, SUBCONTRACTING, AND JOINT VENTURES

Version 1.0. The Contract Management Standard Final Edition. Version 1.0

United States Small Business Administration Office of Hearings and Appeals

PROCUREMENT POLICY. 1 P age

Aiming for Best Value in Government Contracts

General Policy - Purchasing

Section 3: It s Not as Complicated as You Might Think Michael S. Gifford, C.P.M., CPSD 2016

Negotiating Price in Competitive Acquisitions

Metropolitan Washington Airports Authority. Request for Qualifications Information. On-Call Consultant for Construction Claims Analysis Services.

Breakout Session #: A14 Presented by: Bridget Gauer. Date: July 24, 2017 Time: 11:15AM-12:30PM

Request for Proposal For: 2018 American Bar Association Temporary Services

USCIS Update Nov. 13, 2008

Transcription:

United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a GAO Protective Order. This redacted version has been approved for public release. Matter of: File: Firma Hermann Leis Date: May 19, 2005 Paul D. Reinsdorf, Esq., Reinsdorf & Associates, for the protester. Maj. Gregory R. Bockin, Department of the Army, for the agency. Linda C. Glass, Esq., and Michael R. Golden, Esq., Office of the General Counsel, GAO, participated in the preparation of the decision. DIGEST 1. Protest that awardee does not meet solicitation s definitive responsibility criterion requiring proof of 5 years of experience for the type of work to be performed is denied where record shows that the contracting officer reasonably determined that the awardee satisfied this criterion. 2. Protest that agency s evaluation and source selection decision were flawed is denied where record shows that the agency s evaluation and source selection decision were reasonable and consistent with the solicitation s evaluation factors. DECISION Firma Hermann Leis protests the award of a contract to Dachbau Kurpfalz GmbH under request for proposals (RFP) No. W912PE-04-R-0059, issued by the Department of the Army, for roofing work in support of the 411th Base Support Battalion facilities in Germany. Leis objects to the agency s evaluation of proposals and the source selection decision. We deny the protest. BACKGROUND The solicitation contemplated the award of an indefinite-delivery/indefinite-quantity roofing contract for a 1-year base period with four 1-year option periods. As a threshold requirement, the RFP provided that [o]fferors who [did] not have five years of [roofing] experience [were] not eligible for award. RFP M, A. For those offerors that met the 5-year experience requirement, the RFP stated that award would be made on a best value basis, with the past performance and experience

factors being of equal importance and, when combined, the factors would be approximately equal to price. RFP M, A, B. In this regard, the RFP stated that in evaluating experience, the agency would emphasize the following: RFP M C. a. Depth of experience doing work of a similar size and nature, task orders covering multiple service/work orders in accordance with the SOW in the amount of Euro 400,000.00. 1 b. Experience working with U.S. Government agencies. c. Experience in performing multiple projects in different locations at the same time. Offerors were required to complete and submit either an offeror questionnaire in the format provided in attachment A to the RFP or a separate document containing all the information outlined in attachment A, which included information supporting the firm s experience and qualifications to perform the requirement. On attachment A, offerors were to specifically provide a description of work which best illustrated past performance and experience relevant to the current contract, including all task orders issued [for] multiple service work orders and a description of the work experience that demonstrated the offeror s ability to perform multiple projects in different locations at the same time. RFP M C.2.a, L, Additional Information. As relevant here, both Leis and Dachbau were determined to have met the 5-year minimum experience requirement. The agency then contacted three references for each offeror. AR, Tab 15, Source Selection Decision. The evaluation of the proposals submitted by the Dachbau and Leis was as follows: Offeror Past Performance Experience Price Dachbau Low Risk Very Good $2,655,756.25 Leis Low Risk Marginal $[DELETED] Although Dachbau was a new firm, the agency determined that it had the requisite 5-year experience based on its relationship with Braunwart Zappe, the incumbent contractor on the predecessor contract. As explained by Dachbau in its proposal, Dachbau had assumed the management and assets of Braunwart and had completed performance of the incumbent contract. Dachbau s proposal showed that Braunwart had the requisite experience on roofing contracts dating back to 1991. 1 The record shows that under this provision, the agency was seeking a contractor with experience with small repair work without specifications of exact definition. Agency Report (AR), Tab 15, Source Selection Decision, at 4. Page 2

In contrast, while the protester had 5 years of experience, the protester s technical proposal failed to show experience with service order type contracts or experience working several projects simultaneously. Consequently, the agency concluded that, absent the required experience, there was serious doubt that Leis could successfully perform the requirement. Accordingly, the agency rated Leis proposal marginal under the experience factor. AR, Tab 15, Source Selection Decision, at 4. In performing a trade-off between the two firms proposals, the contracting officer determined that Dachbau s slightly higher-priced, but superior technical proposal, as compared to Leis lower-priced, lower-rated proposal, represented the best value to the government. For this reason, the agency awarded the contract to Dachbau. Subsequent to a debriefing held with the firm, Leis filed this protest. ISSUES and ANALYSIS Definitive Responsibility Criterion The protester contends that the agency improperly waived the 5-year experience requirement for the awardee. The protester argues that the record does not support the agency s conclusion that Dachbau is the successor-in-interest to Braunwart, the incumbent contractor. As described above, the solicitation required offerors to have a minimum of 5 years of experience in order to be eligible for award. The parties do not dispute, and we agree, that this requirement is a definitive responsibility criterion, which is defined as a specific and objective standard established by an agency for use in a particular procurement designed to measure a prospective contractor s ability to perform the contract. Deployable Hosp. Sys. Inc., B-260778.2, B-260778.3, Feb. 12, 1996, 96-1 CPD 113 at 4. Where, as here, a protester alleges that a definitive responsibility criterion has not been satisfied, we will review the record to ascertain whether evidence of compliance has been submitted from which the contracting official reasonably could conclude that the criterion has been met; generally, a contracting agency has broad discretion in determining whether offerors meet definitive responsibility criteria since the agency must bear the burden of any difficulties experienced in obtaining the required performance. Id. In determining compliance with a definitive responsibility criterion, in the absence of RFP language to the contrary, an agency may consider the experience of the corporation s principal officers, the experience of the firm s employees, and the experience of a predecessor company acquired by the bidding entity. See D.H. Kim Enters., Inc., B-255124, Feb. 8, 1994, 94-1 CPD 86 at 3; J.D. Miles & Sons, Inc., B-251533, Apr. 7, 1993, 93-1 CPD 300 at 3; Unison Transformer Servs., Inc., B-232434, Nov. 10, 1988, 88-2 CPD 471 at 5. Page 3

Here, we conclude that there was sufficient evidence for the agency to conclude that Dachbau met the experience requirement through its relationship with Braunwart, the incumbent contractor. The cover letter to the awardee s proposal explained that the manager of Braunwart established Dachbau to ensure continued performance of all of the current contracts of Braunwart and that Dachbau had taken over the fixtures and furnishings and [Braunwart s] most efficient employees. AR, Tab 13, Cover Letter to Dachbau s Proposal. Moreover, the contracting officer confirmed that Dachbau replaced Braunwart under the predecessor contract and continued to perform satisfactorily. AR, Tab 1, Contracting Officer s Statement, at 4. Here, the contracting officer had both written evidence and personal knowledge that Dachbau had assumed the business operations of Braunwart, and, in our view, reasonably concluded that the awardee satisfied the experience requirement of the RFP. Evaluation of Protester s Proposal The protester also challenges the agency s assignment of a marginal rating to its proposal under the experience factor. In reviewing an agency s evaluation of proposals and source selection decision, our review is confined to a determination of whether the agency acted reasonably and consistent with the stated evaluation factors. Main Bldg. Maint., Inc., B-260945.4, Sept. 29, 1995, 95-2 CPD 214 at 4. As stated above, the RFP specifically stated that the agency would emphasize an offeror s experience in performing task orders covering multiple service work orders and experience in performing multiple projects in different locations at the same time. RFP M, C.2.a, L, Additional Information. The record shows that in listing its references, the protester provided none of the crucial information required by the RFP to enable the evaluators to determine specifically whether the protester had the relevant experience performing task order contracts or experience performing multiple projects in different locations at the same time. The protester argues that there was no requirement for offerors to include a description of service order type work in the reference list. However, as described above, the RFP specifically asked for offerors to list task orders performed covering multiple service work orders and for offerors to describe experience in performing multiple projects simultaneously. It is incumbent on an offeror to submit an adequately written technical proposal for the agency to evaluate. Baker Support Servs., Inc., B-257054.2, Jan. 20, 1995, 95-1 CPD 29 at 5. Here, the protester simply failed to provide within the four corners of its proposal enough information to enable the evaluators to determine that it possessed the experience required by the RFP. Furthermore, the protester does not argue that it, in fact, has the required experience. We find the contracting officer had a reasonable basis for rating the Page 4

protester marginal under the experience factor because the protester failed to demonstrate that it had the required experience. 2 The protest is denied. Anthony H. Gamboa General Counsel 2 The protester also argues that the agency used an unstated geographical limitation factor in evaluating its experience. However, a review of the record demonstrates that the protester received a marginal rating for experience because it failed to demonstrate the required experience and not because of its location. Page 5