To print this article, all you need is to be registered or login on Mondaq.com.
Welcome to Jenner & Block’s Government Contracts Legal
Round-Up, a biweekly update on important government contracts
developments. This update offers brief summaries of key
developments for government contracts legal, compliance,
contracting, and business executives. Please contact any of the
professionals at the bottom of the update for further information
on any of these topics.
Protest Cases
1. IAP Worldwide Services, Inc. v. United
States, No. 21-1570 (Fed. Cl. May 25, 2022)
- In what may prove among the most significant Court of Federal
Claims bid protest opinions of 2022, Judge Solomson provides a
thorough explanation of the various remedies available at the
Court. - In a prior decision as part of the same protest, the court
found that the Army failed to comply with a DoD FAR Supplement
(DFARS) provision requiring that DoD “should” open
discussions before awarding contracts valued above $100 million.
Although the court found that the protester established prejudicial
error on this point, the court could not determine the appropriate
nature of relief, if any. - After supplemental briefing, the court concluded that even
though the protester could not demonstrate the irreparable harm
necessary for a permanent injunction, it was nevertheless
appropriate to remand the procurement back to the Army to comply
with the DFARS provision in the first instance, whether by further
explaining its initial decision to forego discussions, or preparing
a new decision.
This opinion repays careful study. Protest practitioners should
be careful to understand the various remedies available at COFC and
craft their pleadings accordingly.
2. AT&T Mobility LLC, B-420494 (May
10, 2022) (Published May 23, 2022)
- GAO sustained a protest alleging errors in the evaluation of
both non-price and price factors, as well as the source selection
decision. - First, GAO found that under the non-price factors, the agency
assessed the proposals primarily on an acceptable/unacceptable
basis without performing the kind of qualitative analysis required
by the amended solicitation. Specifically, the solicitation
contained provisions requiring offerors to provide, and the agency
to assess, detailed narrative descriptions for many of the
requirements. Instead of assessing these narrative descriptions,
the agency improperly evaluated offerors on the basis of the
pass/fail matrix that had been removed as a stand-alone evaluation
factor. - Next, GAO determined that the source selection decision was
flawed because it converted the procurement methodology from best
value to lowest-priced, technically acceptable. Here, the agency
did not conduct a price/technical tradeoff because the selection
authority did not see any discriminators in the protester’s
proposal “worth considering for a trade-off in value over
price.” However, GAO found that the record did not show that
there was any qualitative discussion of the underlying merits of
the proposals and why they should have been considered technically
equivalent, and instead the selection authority unreasonably relied
upon adjectival ratings. - Finally, GAO held that the price evaluation was flawed because,
contrary to the solicitation’s express terms, the agency
excluded pricing for the transition portion of the base year and
pricing for the optional CLINs from the price calculations used in
the source selection decision. While as a standalone matter this
may not have been prejudicial because the protester was still
higher priced, GAO nonetheless sustained because it could not
conclude with any certainty that, had the agency evaluated
proposals consistent with the terms of the solicitation and
performed a proper tradeoff analysis, that the selection authority
would have made the same selection decision.
Agencies cannot establish one evaluation scheme yet follow
another. Where debriefing materials indicate that the agency did
not follow its own requirements, this can be a ripe avenue for
protest.
3. Sehlke Consulting, LLC, B-420494 (May
18, 2022) (Published May 25, 2022)
- GAO sustained a protest arguing the awardee’s proposal was
unacceptable due to the subsequent unavailability of a proposed key
person. - The solicitation, issued by the Department of Defense, National
Reconnaissance Office (NRO), required offerors to provide resumes
and letters of commitment for four specific key personnel
positions, including a senior financial consultant. - In selecting KPMG for award, the selection decision identified
that “specifically KPMG’s exceptional response to [the]
most important management factor Key Personnel” warranted the
associated cost premium. - The protester alleged that the agency should have evaluated the
awardee’s proposal as technically unacceptable when, prior to
completing its evaluation of proposals and making its award
decision, KPMG advised the agency that its proposed senior
financial consultant had submitted a formal notice of resignation,
thus putting the agency on notice that one of the company’s
proposed key personnel was unavailable to perform the contract as
proposed. - In response, NRO claimed that their evaluation was reasonable
because despite the individual’s pending departure and despite
the agency’s knowledge of the pending departure, the individual
technically remained an employee of KPMG’s subcontractor on the
date the agency executed the source selection decision. - GAO was not persuaded, finding that the agency could not ignore
the pending departure of the key person. Unlike other cases, where
a proposed key person’s unavailability was not sufficiently
definite, here the fact that the senior financial consultant
unambiguously resigned to take a position with a different firm
made it clear that the individual was unavailable. GAO therefore
determined that it was unreasonable for the agency to base its
evaluation on the awardee’s offer of a senior financial
consultant it had no realistic expectation would perform on the
follow-on contract.
When assessing allegations regarding the unavailability of key
personnel, GAO performs a fact-specific inquiry to determine
whether the individual was actually unavailable and whether the
agency had this knowledge prior to its award decision. GAO
continues to maintain its position that when a key person becomes
unavailable, agencies must either reevaluate proposals without
reliance on this candidate for a required key person position, or
open discussions and solicit revised proposals from all
offerors.
The content of this article is intended to provide a general
guide to the subject matter. Specialist advice should be sought
about your specific circumstances.
POPULAR ARTICLES ON: Government, Public Sector from United States