B-415400; B-415400.2; B-415400.3, Ruchman and Associates, Inc.
441 G St. N.W.
Washington, DC 20548
Comptroller General
of the United States
DOCUMENT FOR PUBLIC RELEASE
Decision
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:
Ruchman and Associates, Inc.
File:
B-415400; B-415400.2; B-415400.3
Date:
January 2, 2018
Thomas P. McLish, Esq., Elise A. Farrell, Esq., Joseph W. Whitehead, Esq., and Scott
M. Heinberg, Esq., Akin Gump Strauss Hauer & Feld LLP, for the protester.
Daniel R. Forman, Esq., Elizabeth Buehler, Esq., Charles Baek, Esq., and Rosamond
Xiang, Esq., Crowell & Moring LLP, for Information Technology Coalition, Inc., the
intervenor.
James E. Hicks, Esq., and Susan M. Colarco, Esq., Department of Justice, for the
agency.
Stephanie B. Magnell, Esq., and Amy B. Pereira, Esq., Office of the General Counsel,
GAO, participated in the preparation of the decision.
DIGEST
1. Protester¡¯s challenge to the establishment of a blanket purchase agreement on the
grounds that it includes items not on the awardee¡¯s Federal Supply Schedule is denied,
where the record and the agency¡¯s explanation show that the agency had a reasonable
basis for its decision to accept the vendor¡¯s proposed labor categories.
2. Protest challenging the agency¡¯s price realism analysis is denied, where the agency
evaluated the realism of proposed prices in accordance with the solicitation and was not
required to conduct an in-depth analysis of vendors¡¯ labor mixes in the manner argued
by the protester.
3. Protest challenging the agency¡¯s evaluation of the protester¡¯s quotation is dismissed
where the protester is not an interested party because, even if it prevails, it is not in line
for selection.
DECISION
Ruchman and Associates, Inc. (Ruchman), of Jessup, Maryland, a small business,
protests the establishment of a blanket purchase agreement (BPA) with Information
Technology Coalition, Inc. (ITC), of Alexandria, Virginia, a service-disabled veteranowned small business, pursuant to request for quotations (RFQ) No. DJD-17-Q-0081,
issued by the U.S. Department of Justice, Drug Enforcement Administration (DEA), for
accounting, finance and administrative support services. Ruchman alleges that the
agency¡¯s technical, past performance and price realism evaluations were flawed, that its
own quotation should have been rated acceptable, and that DEA should have rejected
the awardee¡¯s and second-lowest-priced vendor¡¯s quotations as unawardable.
We deny the protest in part and dismiss the protest in part.
BACKGROUND
DEA issued the RFQ on May 30, 2017, using Federal Acquisition Regulation (FAR) 8.4
federal supply schedule (FSS) procedures, to small business vendors holding contracts
under the FSS for professional services, special item number 520 13, complementary
financial management services. Agency Report (AR), Tab 2a, RFQ, at 2. The agency
intended to establish a BPA consisting of a 1-year base period and four 1-year option
periods, with an estimated value of $97,094,280. Id. The RFQ provided for selection of
the responsible vendor with the lowest-priced technically-acceptable (LPTA) quotation.
Id. at 10.
As relevant to this protest, vendors were instructed to complete a sample task order in
order ¡°to establish labor categories, fixed hourly rates for services, and a firm discount
for additional labor categories appearing in the vendor¡¯s FSS.¡± Id. at 6. These sample
task order prices ¡°will be compared to the Independent Government Cost Estimate
(IGCE) for the Sample Task Order and evaluated pursuant to FAR 15.404-1, Proposal
analysis techniques, to include, but not limited to . . . price realism (not cost realism) at
the bottom line grand total.¡± Id. at 12. In addition to a price evaluation, the RFQ
included five non-price evaluation factors: management/key personnel, staffing plan,
task order/fiscal tracking system, security plan, and past performance. Id. at 7-9. Any
quotation receiving a rating of unacceptable for a technical factor or past performance
would receive an overall rating of unacceptable. Id. at 10-11.
The agency received seven quotations by the July 10 deadline. AR, Tab 5, Contracting
Officer (CO) Award Decision, Sept. 21, 2017, at 1. ITC, Vendor A, and Ruchman were
the three lowest-priced vendors. Id. at 2. The final evaluations, as relevant to this
protest, were as follows:
Factor
1-Management/Key Personnel
2-Staffing: Recruitment & Retention
3-Task Order/Fiscal Sys. Tracking
4-Security Plan
5-Past Performance
Overall Rating
Price (millions)
Page 2
ITC
Acceptable
Acceptable
Acceptable
Acceptable
Low Risk /
Acceptable
Acceptable
$91.5
Vendor A
Acceptable
Acceptable
Acceptable
Acceptable
Low Risk /
Acceptable
Acceptable
$92.4
Ruchman
Acceptable
Acceptable
Acceptable
Unacceptable
High Risk /
Unacceptable
Unacceptable
$97.3
B-415400 et al.
Id. On September 21, 2017, the agency selected ITC for establishment of the BPA; this
protest followed.
DISCUSSION
Ruchman contends that DEA impermissibly allowed ITC and Vendor A to propose
services not included on their FSS contracts and that the agency¡¯s price realism
evaluation was insufficient. The protester also challenges the unacceptable ratings that
were assigned to its own quotation. 1 For the reasons below, the protest grounds are
denied in part and dismissed in part.
As a preliminary matter, if Ruchman is only successful with regard to the challenges
relating to its own quotation, it would nevertheless not be in line for selection in this
LPTA procurement because there are two lower-priced vendors. Thus, in order to
prevail in this protest, Ruchman must demonstrate both that its own quotation should
have been rated acceptable and that DEA¡¯s evaluation of ITC¡¯s and Vendor A¡¯s
quotations was flawed. Given these facts, we first evaluate Ruchman¡¯s challenges to
the two lower-priced quotations. As described below, these protest grounds are denied.
Because we deny Ruchman¡¯s complaints relating to the lower-priced quotations, we
dismiss Ruchman¡¯s arguments regarding the unacceptable ratings assigned to its own
quotation because, as addressed in more detail below, the protester is not an interested
party under our Bid Protest Regulations to contest these aspects of the agency¡¯s
evaluation.
RFQ Labor Categories and ITC¡¯s FSS Schedule Contract
Ruchman contends that DEA should have rejected ITC¡¯s and Vendor A¡¯s quotations as
unawardable because their FSS contracts did not contain the RFQ¡¯s exact labor
categories or other categories that could perform the functions described in the RFQ.
DEA contends that the RFQ ¡°did not require vendors to match the naming convention
for each labor category but [instead] requested that offerors propose equivalent labor
categories under their FSS that matched the job descriptions provided in the Statement
of Work (SOW) and as specified in the RFQ.¡± Contracting Officer¡¯s Statement (COS)
at 1-2 (record citations omitted).
Where, as here, an agency issues an RFQ to FSS vendors under FAR subpart 8.4 and
conducts a competition for the issuance of an order or establishment of a BPA, we will
1
Ruchman also argued that DEA did not equally evaluate vendors¡¯ security plans and
past performance. Protester¡¯s Partial Comments & Second Supp. Protest, Nov. 21,
2017, at 5-6, 11. Our Office dismissed these grounds under 4 C.F.R. ¡ì 21.5(f) and
4 C.F.R. ¡ì 21.1(c)(4) as speculative and factually insufficient. GAO Email, Nov. 29,
2017. In addition, Ruchman raised numerous collateral issues. Although we do not
address every argument raised by Ruchman, we have reviewed each issue and
conclude that none provides a basis to sustain the protest.
Page 3
B-415400 et al.
review the record to ensure that the agency¡¯s evaluation was reasonable and consistent
with the terms of the solicitation and applicable procurement laws and regulations.
Digital Sols., Inc., B-402067, Jan. 12, 2010, 2010 CPD ? 26 at 3-4; DEI Consulting,
B-401258, July 13, 2009, 2009 CPD ? 151 at 2. In reviewing a protest challenging an
agency¡¯s technical evaluation, our Office will not reevaluate the quotations; rather, we
will examine the record to determine whether the agency¡¯s evaluation conclusions were
reasonable and consistent with the terms of the solicitation and applicable procurement
laws and regulations. OPTIMUS Corp., B-400777, Jan. 26, 2009, 2009 CPD ? 33 at 4.
A protester¡¯s disagreement with the agency¡¯s judgment, without more, does not
establish that an evaluation was unreasonable. DEI Consulting, supra.
The RFQ instructed vendors to use the RFQ¡¯s sample BPA task order spreadsheet to
¡°provide their price quote for each labor category by location for all years of the
anticipated BPA.¡± RFQ at 6. Vendors were instructed to ¡°enter the name of the labor
category equivalent and two rates for each labor category,¡± consisting of the ¡°GSA FSS
contract rate¡± and ¡°the rate quoted for this requirement¡± into the RFQ sample task order.
RFQ at 9. The vendors completed the sample task order spreadsheet using the labor
categories listed below:
RFQ labor category
Sr. Project Manager
Jr. Project Manager
Site Manager**
Financial Analyst I
Financial Analyst II
Financial Analyst Ill
Accounting Clerk I
Accounting Clerk II
Accounting Clerk III
Accounting Clerk IV
General Clerk I
General Clerk II
General Clerk III
Data Entry Operator I
Data Entry Operator II
Word Processor II
Word Processor III
Computer Operator II
ITC
Program Manager
Project Manager
Project Manager
Financial Analyst-Jr.
Financial Analyst-Jr.
Financial Analyst
Admin./Office Clerk
Financial Analyst-Jr.
Financial Analyst-Jr.
Financial Analyst-Jr.
Admin./Office Clerk
Admin./Office Clerk
Admin./Office Clerk
Admin./Office Clerk
Admin./Office Clerk
Data Analyst-Jr.
Data Analyst
Data Analyst
Vendor A
Business Consultant
Task Lead
Task Lead
Assoc. Accountant
Staff Accountant II
Sr. Accountant I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Sr. Accountant I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Computer Operator III Data Analyst
Admin. Analyst I
Secretary I
Secretary II
Secretary III
Admin. Analyst I
Admin. Analyst I
Admin. Analyst I
Page 4
Admin./Office Clerk
Admin. Assistant I
Admin. Assistant II
Ruchman
Sr. Project Manager
Jr. Project Manager
Project Manager
Financial Analyst
Financial Analyst
Financial Analyst
Accounting Clerk I
Accounting Clerk II
Accounting Clerk III
Accounting Specialist
General Clerk I
General Clerk II
General Clerk III
Data Entry Operator I
Data Entry Operator II
Word Processor II
Writer/Editor
Information Resource
Associate
Information Resource
Specialist
Secretary II
Secretary II
Program Assistant
B-415400 et al.
RFQ, Attach. 5. As the table above shows, ITC, Vendor A, and Ruchman each
proposed some labor categories whose titles differed from those in the RFQ. AR,
Tab 8a, ITC Price Quotation; Tab 9a, Vendor A Price Quotation; Tab 10a, Ruchman
Price Quotation. We agree with the agency that the RFQ permits vendors to propose
¡°labor category equivalent[s]¡± who meet the performance specifications of the labor
categories in the RFQ regardless of their exact title. 2 This was also apparently the
understanding of the vendors, none of whom proposed all of the exact labor categories
in the RFQ. Id. For example, for a secretary III position, ITC proposed an
administrative assistant II, Vendor A proposed an administrative analyst I, and
Ruchman proposed a program assistant. DEA concluded that all three quotations
proposed acceptable labor categories. AR, Tab 4, Technical Evaluation Panel (TEP)
Report, at 7; Tab 5, CO Award Decision, at 2. Given the flexibility permitted by the
RFQ--and understood by the vendors--the agency¡¯s decision not to disqualify vendors
on labor category title alone was reasonable.
Ruchman also contends that several of ITC¡¯s and Vendor A¡¯s proposed labor categories
did not possess skill sets corresponding to those in the RFQ and are thus outside of
ITC¡¯s and Vendor A¡¯s FSS contracts. Protester Comments at 4-8. DEA responds that
¡°the labor category equivalents that ITC proposed, as reasonably interpreted, either
explicitly or implicitly satisfied the RFQ¡¯s requirements.¡± Mem. of Law (MOL) at 9.
Regarding Vendor A, Ruchman argues that this vendor simply does not have the FSS
categories to satisfy several of the RFQ labor categories. Protester Comments at 8.
DEA asserts that Vendor A ¡°proposed equivalent labor categories under their FSS.¡±
COS at 5.
An agency may not use FSS procedures to purchase items that are not listed on a
vendor¡¯s GSA schedule. American Warehouse Sys., B-402292, Jan. 28, 2010, 2010
CPD ? 41 at 2. Where an agency announces its intent to order from an existing FSS, all
items quoted and ordered are required to be on the vendor¡¯s schedule contract as a
precondition to its receiving the order. Science Applications Int¡¯l Corp., B-401773,
Nov. 10, 2009, 2009 CPD ? 229 at 2 n.1; Tarheel Specialties, Inc., B-298197,
B-298197.2, July 17, 2006, 2006 CPD ? 140 at 4; CourtSmart Digital Sys., Inc.,
B-292995.2, B-292995.3, Feb. 13, 2004, 2004 CPD ? 79 at 5. When a concern arises
that a vendor is offering services outside the scope of its FSS contract, the relevant
inquiry is whether the services offered are actually included on the vendor¡¯s FSS
contract, as reasonably interpreted. AWS Convergence Techs., Inc., B-404002.2,
B-404002.3, Apr. 20, 2011, 2011 CPD ? 95 at 7.
While the contemporaneous record is somewhat limited, based on our review of the
record and the agency¡¯s explanation, we find reasonable the agency¡¯s decision to
accept the vendors¡¯ proposed labor categories. The record reflects no concerns
regarding vendors¡¯ proposed labor categories. AR, Tab 5, CO Award Decision, at 2.
2
To the extent that Ruchman argues that the RFQ should not have permitted vendors
to propose labor category equivalents, this argument is untimely. 4 C.F.R. ¡ì 21.2(a)(1).
Page 5
B-415400 et al.
................
................
In order to avoid copyright disputes, this page is only a partial summary.
To fulfill the demand for quickly locating and searching documents.
It is intelligent file search solution for home and business.
Related download
Related searches
- vanguard and associates los angeles
- vanguard and associates video
- brett dinovi and associates salary
- brett dinovi and associates nj
- brett dinovi and associates jobs
- brett dinovi and associates reviews
- vanguard and associates timeshare
- vanguard and associates complaints
- vanguard and associates company
- brett dinovi and associates llc
- gray and associates alabama
- gray and associates inc