2013 Procurement Review: Protests
Successful GAO Protests
Court of Federal Claims
CAFC
SBA Office of Hearings and Appeals
The GAO published decisions sustaining protests on the merits (some of which were originally dated last year but not issued as redacted versions until this year).
Flawed Evaluation / Lack of Meaningful Discussions
In Kollsman, Inc., the GAO found there was a dearth of documentation in the record to support the awardee's "substantial confidence" rating in past performance (and noted that the agency's post hoc efforts to justify the situation during the protest hearing were not credible).
In Veterans Healthcare Supply Solutions, Inc., the GAO concluded that the record of the evaluation did not support the agency's conclusion that the protester's proposed product was not "equal" to the specified brand name item.
In Mission Essential Personnel. LLC, the GAO sustained a protest because (i) during discussions, the agency failed to alert the protester to two weaknesses in its proposal that eventually led to its rejection, and (ii) the agency's method of evaluating "fill rates" was not in accordance with solicitation's evaluation scheme.
Nexant, Inc. won its protest because (i) during discussions, the agency neglected to specifically alert the protester to two weaknesses that ultimately contributed to its failure to win the award; (ii) the agency's numerical scoring methodology was not consistently applied and contained numerous errors; and (iii) the cost/technical tradeoff analysis did not adequately explain the reason for selecting the higher-cost proposal.
In a decision originally issued in December 2011, but not published until this year, the GAO sustained a protest by BAE Systems Technology Solutions and Services, Inc., because (i) the agency credited the successful offeror with a proposed approach that the offeror did not commit to complete to the agency's satisfaction; and (ii) the agency looked only at the protester's corporate experience as a whole, refusing to credit it with the significant, relevant experience of its proposed personnel.
The GAO sustained a protest by IBM Corp., U.S. Federal because the record did not support (i) the agency's evaluation of the protester's proposal in several respects and (ii) the discriminators agency allegedly found between the protester's and the awardee's proposals. IBM-U.S. Federal won another protest because the procuring agency failed to conduct one aspect of the price evaluation of the protester and the awardee on an equal basis and, subsequently, relaxed a material solicitation requirement only for the awardee.
Nuclear Production Partners LLC won its protest because the agency failed to follow a solicitation requirement to evaluate the feasibility of offerors' proposed cost savings, but, instead, assumed all proposed savings were feasible.
In Esegur-Empresa de Seguranca, SA, the GAO held that a solicitation which stated that proposals "may" be rejected as unrealistically low required the agency to perform a price realism analysis.
Global Dynamics, LLC won its protest against its exclusion from the competitive range because the record did support (actually contradicted) the weaknesses found by evaluators in the protester's proposal under the Recruitment Plan and Retention/Employee Relations Plan factors.
Exelis Systems Corp. won because the agency's "Excellent" rating of the awardee's proposed staffing for contract years after the base year lacked a rational basis where the awardee significantly reduced its proposed staff in the out years without explanation despite the fact that the contract requirements in the base and out years remained essentially constant.
The GAO sustained a protest by NOVA Corp. against a task order award because the record was inadequate to explain (i) whether the source selection official considered the significant evaluated differences between the awardee and the protester's past performance records or (ii) her conclusion that the evaluated differences were not significant.
The GAO sustained the protests in IAP World Services, Inc.; EMCOR Government Services because (i) the agency credited a joint venture with the corporate experience and past performance of one of its partner's affiliates when the record did not show that those affiliates would contribute to contract performance; (ii) the agency failed to evaluate offerors on a fair and equal basis because it neglected to credit the protester for offering the same feature that was evaluated as a strength in the awardee's proposal; and (iii) the source selection official failed to recognize and consider the features in the protesters' proposals that resulted in their higher evaluation rankings.
In Grunley Construction Co., the GAO sustained a protest because the agency did not explain how it had concluded the protester's proposed schedule did not include "float," when it clearly did.
The GAO sustained a protest by Basic Overnight Quarters, LLC due to multiple errors in the evaluation of the protester's proposal and the evaluators' unequal treatment of the protester's and the awardee's proposals.
Sayres & Assocs. Corp. won its protest because the Navy's evaluators incorrectly read two tables in the protester's proposal as contradicting one another.
The GAO sustained a protest by Triad International Maintenance Corp. because (i) the agency's evaluation of the protester's past performance failed to reasonably consider its work as the incumbent contractor; and (ii) the agency improperly determined that the protester's proposed price was a moderate risk where the solicitation did not provide for a price realism evaluation.
In Sentrillion Corp., the GAO held that the agency had failed to conduct meaningful discussions because it had failed to alert the protester during discussions to a deficiency in its proposal that had subsequently become one basis for the agency's finding that the proposal was unacceptable.
The GAO sustained a protest by Coburn Contractors, LLC because the agency used an unstated evaluation factor in faulting an offeror for failing to provide a list of subcontractors with its proposal, when the solicitation neither required such a submission nor stated that it would be evaluated.
The
GAO sustained a protest byTrailboss
Enterprises, Inc., because the record was devoid of
evidence that the evaluators had conducted a qualitative
evaluation and comparison of proposals, which was required by
the solicitation.
In AXIS
Management Group LLC, the GAO held that the agency's
evaluation of the protester's price proposal was flawed
because, in raising the proposed labor hours and prices, the
agency ignored the protester's innovative technical approach.
The
GAO sustained a protest by Logistics
2020, Inc., because the agency had violated the
solicitation's evaluation scheme by failing (i) to perform a
price realism analysis and (ii) to conduct a qualitative
evaluation of proposed personnel.
West
Sound Services Group, LLC
won its GAO protest because the agency's evaluators (i) failed
to conduct meaningful discussions with it and (ii) failed to
adequately consider the information it had provided in its
non-price proposal.
The
GAO sustained a protest by SRA
International, Inc., because (i) the procuring agency's
conclusion that the protester had failed to provide required
information regarding small business subcontracting lacked a
rational basis; and (ii) by assigning a significant weakness
to the protester's proposal regarding strategic planning while
failing to do so for other offerors with deficiencies of
similar import, the agency had not evaluated offers on an
equal basis.
In
BAE Systems
Information and Electronic Systems Integration Inc., the
GAO sustained the protest because (i) the agency did not
evaluate technical risk in accordance with the solicitation's
requirements; (ii) the agency did not adequately document its
rationale for eliminating multiple technical risks and
weaknesses from its evaluation of the awardee's technical
proposal; and (iii) the agency improperly credited the awardee
with outdated corporate experience.
Responsiveness, Late Bids,
Expired Bids J.
Squared Inc. won its protest because the awardee's
quotation failed to comply with a material solicitation
requirement and, therefore, could not have formed the basis
for an award by the agency. Similarly, in Bahrain
Telecommunications, Co., B.S.C., won its
protest
because the agency's evaluation overlooked the fact that the
awardee's quotation did not commit to comply with material
solicitation requirements.
Sole
Source/Small Business/Restricted Competitions
Desktop
Alert, Inc. won its GAO protest because the procuring agency
failed to demonstrate a reasonable basis for the brand name
restriction in its solicitation for an emergency mass
notification system.
In
Asiel
Enterprises, Inc., the GAO held that 10 U.S.C. 2492 could not be
relied on as the authority to justify transferring an appropriated fund mission essential requirement to a
nonappropriated fund instrumentality using a memorandum of agreement.
In
Wisconsin Physicians
Service Insurance Corp.--Costs, the GAO recommended reimbursement of
costs related only to the segregable portion of a protest that was clearly
meritorious. The same was true in Sizewise
Rentals, LLC--Costs. Similarly, in Coulson
Aviation (USA) Inc.; 10 Tanker Carrier, LLC--Costs, the
GAO recommended an award of costs except for (i) the portion
of a protest that was withdrawn, and (ii) protest allegations
related to CLINs for which the protester did not compete. Timeliness/Standing/Jurisdiction/Automatic
Stay In
the Red
River Communications, Inc., protest, the court held that the plaintiff
(which was not a party to the underlying ID/IQ contract and thus was not
solicited, or eligible to compete, for the task order solicitation at
issue in the protest) had not waived its right to protest by waiting until
after offers were received, even though the plaintiff knew of the
existence of the underlying contract and of the solicitation and knew of
its basis for protesting prior to that time. The court reasoned that
holding the plaintiff to the Blue
& Gold, Fleet standard in these circumstances would result in
"time-consuming collateral inquiries." In Service
Disabled Veteran Owned Small Business Network, Inc., the
court dismissed (for lack of jurisdiction)
the bid protest of a non-profit organization that assists
veterans in obtaining government benefits as small businesses
because the plaintiff lacked standing (it did not allege a
specific procurement violation and did not identify any
particular procurements under which any of its members was an
actual or potential bidder).
In Beechcraft
Defense Co., LLC, the court upheld the
Government's decision to override a CICA stay pending the
resolution of a protest because the D&F on which the
override was based had a rational basis.
In Chameleon
Integrated Services, Inc., the court dismissed a post-award protest because, under FASA, the court
lacks jurisdiction over the award of a task order under GSA's
GWAC STARS II multiple award IDIQ contract.
In
Trailboss
Enterprises, Inc., the court dismissed a
"protest" by the contract awardee against its
own award for lack of standing under 28 U.S.C. 1491, noting
that the only possible jurisdiction over a claim by a
contractor must involve the CDA, whose requirements the
awardee had not yet met because it had not obtained a
Contracting Officer's decision on a CDA claim.
In Brookfield
Relocation Inc., the court held it
lacked jurisdiction over a protest essentially asking that the
Government be required to take the corrective action it
already had decided to take (corrective action that is being
challenged by other firms in related protests). In
Mori
Assocs., the court held that, under 41
U.S.C. 4106(f)(1), it lacked jurisdiction over a protest by
the incumbent against an agency's decision to procure
follow-on services through the use of a multiple-award task
order contract. In AquaTerra
Contracting, Inc., the court held the protester lacked standing to
protest the award to another contractor because the protester's proposed
price was more than 25% higher than the Corps of Engineers' IGE, making it
ineligible for award under 33 U.S.C. 624(a)(2). In Eco
Tour Adventures, Inc., the court held that, although the Government
had erred in concluding that omissions of financial information from the
proposals of the protester's competitors were immaterial, the court
lacked jurisdiction to award injunctive relief on a solicitation for a
concession contract and, therefore, the protester was limited to recovery
of its bid preparation costs. In
State
of North Carolina Business Enterprises Program, an unsuccessful
preaward protest, the court held that a requirement in a solicitation for
the provision of dining hall services that offerors bid a fixed price per
meal without knowing what the actual headcount (and, therefore, the
economies of scale) would be was not contrary to law. In
Qwest Government Services,
Inc., the court rejected the plaintiff's contention that the
solicitation did not provide sufficient information to offerors to permit
fair and equal competition. In Jacqueline
R. Sims, aka JRS Staffing Services, the court held that the solicitation's requirement that the
contractor perform certain start-up tasks related to
recruitment and background checks of contract personnel before
a task order would be issued was not objectionable. In the Linc
Government Services, LLC, and J&J Maintenance, Inc.,
protests filed separately by two disappointed bidders
(each of which involved a myriad of challenges to
multiple aspects of the evaluation), the court granted the preliminary injunction sought by one of
those plaintiffs (Linc) and remanded the case to the
agency for additional investigation or explanation of various
aspects of its evaluation that were either defective or lacked
an explanation in the record, all this despite the fact that
the court denied the majority of Linc's protest grounds and
all of its co-plaintiff's. In
Plasan
North America, Inc., the protester lost mainly due to the deference
the court paid to the agency's evaluation of past performance and to its
best-value tradeoff analysis. In
G4S
Technology CW LLC, an unsuccessful post-award protest, the court held
that (i) the agency only engaged in clarifications with the successful
offeror and, therefore, was not required to conduct discussions with the
protester; and (ii) the agency's decision to exclude the protester from
the competition was unobjectionable where statements in its proposal
rendered it incomplete and precluded the agency from determining price
reasonableness. In NCL
Logistics Co., the court held that the Army's nonresponsibility
determination was reasonable despite a host of challenges from
the plaintiff, including its complaints about the vendor
vetting process and its allegations that the agency had de
facto debarred or blacklisted it. In
Preferred
Systems Solutions, Inc., an unsuccessful post-award
protest, the Court of Federal Claims found that, although the
third-ranked offeror had standing to protest, the agency's
technical evaluation and its price-realism analysis of the
low-priced offeror had rational bases. In
Norsat
International [America], Inc., an unsuccessful post-award protest by
the incumbent against an award to a much lower-priced, but also
lower-rated offeror, the court (i) held that, but for an error that did
not significantly prejudice the protester, the evaluation had a rational
basis, and also (ii) rejected the protester's claims that the awardee had
made material misrepresentations in its proposal. In CW
Government Travel, Inc., d/b/a CWTSatoTravel, a successful
post-award protest, the court held that, in
awarding only one ID/IQ contract in excess of $103 million as
a result of a solicitation, (i) the GSA had not satisfied the
prerequisite of FAR 16.504(c)(1)(ii)(D)(1)(iii) that it first
determine there was only one source qualified and capable of
performing the work, but instead had simply chosen the higher
ranked offeror; and (ii) the agency had treated offerors
unequally in its evaluations.
In Cohen
Financial Services, Inc., a successful post-award protest,
the court remanded the case to the agency
for further investigation or explanation because the agency
record was devoid of any documentation of the specifics of a
price realism analysis that was required by the regulations.
Subsequently, after the agency conducted a new price realism analysis, the
court held
that the agency's analysis had a rational basis, which resulted in a
confirmation of the original award. In Quest
Diagnostics, Inc., an unsuccessful post-award protest, the
court held that (i) absent specific
instructions to the contrary, the awardee was free to amend
parts of its proposal not affected by a change to the
solicitation made as corrective action in response to a prior
protest; (ii) the agency did not engage in unequal discussions
by answering the awardee's procedural question differently
than it answered a different procedural question posed
by the protester; (iii) the technical and experience
evaluations had rational bases; (iv) an error in one aspect of
the evaluation had not been shown to be prejudicial; and (v)
the best value analysis was adequate, though brief.
In
Davis
Boat Works, Inc., an unsuccessful post-award protest, the
court held that (i) the fact that the
Government had downgraded aspects of the protester's proposal
during a reevaluation did not constitute bad faith; (ii) the
Government's evaluation of the protester's technical and price
proposals had a rational basis and complied with the
solicitation's evaluation scheme; (iii) the Government did not
permit the awardee to substantially revise its proposal, but
only sought clarifications from it; and (iv) the Government's
error in evaluating the awardee's key personnel did not
prejudice the protester.
In Caddell
Construction Co., the protester prevailed because, in the
court's view, there was no adequate explanation in the
administrative record of any one of the following: (i) the
reason why the agency reversed its initial decision to
disqualify the awardee from proceeding to Phase II of the
competition based on a lack of relevant experience by one of
its joint venture partners; (ii) the subsequent reversal by
the Government of its initial decision to deny the awardee a
ten percent Percy Amendment price preference; or (iii) the
SSA's final tradeoff analysis. However, the first two
reversals had occurred after the awardee had sent detailed,
well-reasoned letters to the agency explaining why the
Government should reverse its initial decisions, and the
contract was awarded to the firm that (i) was, at worst, tied
with the protester in technical merit and (ii) had the lowest
price. In Mil-Mar
Century Corp., an unsuccessful post-award protest, the concluded (i) there were rational
bases for the agency's past experience evaluation and its
price realism analysis, as well as its best value tradeoff
analysis, (ii) the agency treated offerors fairly and equally
in the past experience evaluation, and (iii) exchanges between
the agency and the awardee constituted clarifications rather
than prohibited, unequal discussions.
In The
McVey Co., an unsuccessful post-award protest, the court found no prejudicial errors by the agency
with respect to the plaintiff's contentions regarding (i) the
agency's evaluation of organizational conflicts of interest;
(ii) the agency's evaluation of mitigation plans; or (iii) the
agency's adherence to the solicitation's evaluation scheme.
In
Excel
Manufacturing, Ltd., an unsuccessful post-award protest, the court
rejected the protester's contention that the awardee's proposal indicated
it would not comply with the Limitations on Subcontracting clause. Laerdal
Medical Corp. lost its post-award
protest against the Government's decision to terminate its contract (and
cancel the underlying solicitation) as corrective action in response to a
prior GAO protest because the agency's evaluators had evaluated aspects of
proposals that were noncompliant with mandatory solicitation requirements
as weaknesses instead of treating them as rendering the proposals
ineligible for award. In ST
Net, Inc., an unsuccessful post-award protest, the court held that an agency's decision in a
negotiated procurement to reject an offer that included
material omissions in required information, rather than to
seek clarifications from the offeror, had a rational basis. In Archura
LLC, an unsuccessful post-award protest, the court held that, even though the Government erred in
rejecting the protester's proposal due to missing brand and
model information while accepting other offers with similar
deficiencies, the protester was not prejudiced because its
price was so high in relation to other offers that it did not
have a substantial chance of award.
In
its unsuccessful post-award protest, Supreme
Foodservice, GmbH attacked multiple aspects of the competition,
arguing, inter alia, that (i) the language in the J&A
justifying Supreme's bridge contract meant the awardee was incapable of
performing the contract on schedule; (ii) the agency's downgrade of one
aspect of the eventual awardee's proposal following its responsibility
analysis of the awardee must mean the agency had allowed only the awardee
to revise its proposal; (iii) the agency committed multiple errors in the
evaluation, itself, and (iv) the agency had not adequately investigated
the protester's allegations that the awardee had misrepresented its
capabilities in its proposal. In
BCPeabody
Construction Services, Inc., a successful post-award
protest, the court held that, in a negotiated procurement,
where the protester mistakenly submitted two, identical
experience sheets for its major subcontractor, instead of
separate sheets showing its experience in two different areas,
the Government should have sought clarification (even under
the discretionary standard of FAR 15.306(a)(2)), rather than
rating the proposal as unacceptable, especially because the
winning offeror's proposal of the same subcontractor clearly
showed it had the requisite experience in both areas.
In
Lyon
Shipyard, Inc., an unsuccessful protest, the court held
that (i) the Government had engaged in meaningful discussions
with the protester by advising it that its price was higher
than Government's estimate and, later, by providing it an
opportunity to revise its proposal, including its price; and
(ii) the Government was not also required to advise the
protester that its price was higher than that of other
offerors or to reopen discussions to remind it that its price
was high.
In
Eco
Tour Adventures, Inc., the court held that the Government
had erred in concluding that omissions of financial
information from the proposals of the protester's competitors
were immaterial.
Sole
Source/Small Business/Restricted Competitions In KWV,
Inc., the court held that the the VA
OSDBU's prior determination (that a veteran did not control a
business because he lived in another state for six months of
the year) lacked a rational basis. In
Miles
Construction, LLC, a successful preaward protest, the
Court of Federal Claims held that the VA's ODBSU erred
in handling a protest of the verified SDVOSB status of a
firm by (i) misapplying the VA's regulations regarding
restrictions on transfer of ownership in determining a
service-disabled veteran did not unconditionally own the
SDVOSB, and (ii) expanding its review to areas of the SDVOSB's
operating agreement not mentioned in protest without affording
the protested firm adequate opportunity to address those
additional areas of scrutiny. Subsequently, the court made its
injunctive relief permanent.
In
Innovation
Development Enterprises of America, Inc., the court found a sole
source award improper on multiple grounds, including, inter alia,
the agency's lack of advance planning, the absence of a publicized advance
notice of the award, and problems with the J&A. In
the Red
River Communications, Inc., protest, the Government had inflated both
the duration and scope of an ID/IQ contract to the point that I would have
thought the balloon had popped, but the court did not. In
Dynamic
Educational Systems, Inc. (a case involving the
interpretation of both the "fair proportion"
determination required by 15 U.S.C. 644(a) and the Rule of Two
requirement of FAR 19.502), the court denied
the incumbent's presolicitation protest against the DOL's
decision to designate the follow-on procurement for operation
of the Montgomery, Alabama Job Corps Center as a small
business set-aside. Adams
and Associates, Inc., was another unsuccessful pre-solicitation protest by
an incumbent contractor of a DOL
decision to designate a follow-on procurement (this one for the operation of
the Shriver Job Corps Center) as a small business set-aside. Still another
in the same line was Management
& Training Corp. Metters
Industries, Inc., the apparently
successful offeror in response to a task order solicitation set aside for
small businesses under the GSA's LOGWORLD schedule contract, who was
subsequently determined by the SBA's Area Office to be other than small,
won an injunction preventing the agency from awarding the order to any
other firm until the protester's appeal of the Area Office's size
determination is resolved on appeal by the OHA because of the protester's
claim that it was small as of the date it last "updated" its
LOGWORLD contract in 2009 and, therefore, should retain that status for
five years for LOGWORLD orders. In Aircraft
Charter Solutions, Inc., the court held that a contract modification to
add airlift support of cargo and passenger movement throughout Afghanistan
7 days a week, which was not restricted to the counter-narcotics programs
contemplated by the original contract, was not a cardinal
change outside the scope of the "Changes" clause
and, therefore, did not subvert the requirement for
competition for new contracts. In CW
Government Travel, Inc., d/b/a CWTSatoTravel, a successful
post-award protest, the court held that, in
awarding only one ID/IQ contract in excess of $103 million as
a result of a solicitation, the GSA had not satisfied the
prerequisite of FAR 16.504(c)(1)(ii)(D)(1)(iii) that it first
determine there was only one source qualified and capable of
performing the work, but instead had simply chosen the higher
ranked offeror. In
Arcata
Assocs., Inc., a preaward protest, the court upheld the OHA's prior decision in NAICS
Appeal of Delphi Research, Inc., that the original
NAICS code chosen by the Contracting Officer (541712) was
erroneous and that the correct designation for the procurement
was NAICS code 541513. In CMS
Contract Management Services, an unsuccessful preaward
protest, the court held that HUD's Notice of
Funding Availability ("NOFA") for the Performance-Based Contract Administrator
("PBCA") Program (which covers the administration of Project-Based Section 8 Housing Assistance Payment Contracts)
is not subject to CICA's competition requirements. In
Advanced
American Construction, Inc., the court held that (i) requirements the plaintiff claimed the awardee
could not meet were not special responsibility standards but
rather post-award requirements that are not subject to a bid
protest; and (ii) in limiting the procurement to 8(a) firms,
the Government did not violate (a) FAR 19.805-1 (the
requirements such set-asides), (b) FAR 10.001 (conducting
market research), or (c) FAR 10.002 (documenting the results
of market research).
McAfee,
Inc.
"won" its preaward protest because the Air Force did not have any proper
justification for a sole source procurement for its network
security needs under a NETCENTS ID/IQ task order contract. The
decision is strange for several reasons. First, McAfee was not
qualified to bid as a prime contractor for the work because it
did not have a NETCENTS contract, so it was complaining it had
been deprived of the opportunity to compete as a
subcontractor. Secondly, the court conceded that the
Government had various strong arguments that McAfee did not
have standing to complain about any specific event in the
chain that had led up to issuing the task order solicitation,
including that task order solicitation, itself, but,
nevertheless, found (to my mind, at least) a sort of nebulous
jurisdiction because McAfee was complaining about the extended
decision process as a whole, rather than any one specific
event. Finally, the court held McAfee's victory came without
any remedy because (i) since it did not submit a bid on the
task order solicitation, it could not recover bid and proposal
costs, and (ii) the Government's security needs weighed
against issuing an injunction.
In Colonial
Press International, Inc., an unsuccessful post-award protest, the
court held that (i) the GPO is not subject to SBA's COC requirements, and
(ii) the Contracting Officer had a reasonable basis for determining that
the low bidder was nonresponsible. In NEIE,
Inc., a successful protest, the court held that the Contracting Officer's determination that an
otherwise successful offeror on an SDVOSB set-aside was
nonresponsible solely because it had not informed the
Government that its service-disabled owner had died after
it had submitted its offer lacked a rational basis because (i)
SDVOSB status is determined as of the date of submission of an
offer; (ii) the solicitation did not require the owner's
performance on the contract; (iii) his identity was not one of
the evaluation factors; and (iv) he was nowhere identified in
the offer as one of the offeror's key personnel.
In Laboratory
Corp. of America, a successful preaward protest, the court
held that the VA erred in rejecting a
quotation the protester attempted to submit online in
accordance with the solicitation's instructions and within the
time required by the solicitation (because the VA's website
was incorrectly set to a different time and improperly
rejected the proposal for that reason). In Insight
Systems Corp., a
decision important for its detailed analysis of FAR's late bid
rules as they should be applied in the context of electronic
bid submissions, the court held that electronically
submitted quotations that were addressed correctly and
received by the initial government mail server before
the time permitted by the solicitation should not have been
rejected simply because a subsequent internal government
server malfunctioned, which prevented them from being received
on time in the government office designated for receipt of
quotations. In
McTech
Corp., the court (over the protester's objections) dismissed a protest
as moot because the agency's corrective action plan (canceling the
solicitation and moving the procurement to another office) adequately
mitigated the original problems (improper conduct of the procurement and a
possible bias against the plaintiff). In Supreme
Foodservice, GmbH, the court issued a
declaratory judgment that an agency's override of (actually,
its failure to implement) CICA's automatic stay during a GAO
protest of the results of corrective action in response to a
prior protest was not adequately justified in the D&F
under either the "best interests of the Government"
or the "urgent and compelling circumstances" tests.
In
Dyncorp
International LLC and Kellogg, Brown & Root Services, Inc.,
the court held that the Government's
decision to override a CICA stay during a bid protest was
based on a "best interests" analysis that was
neither arbitrary nor capricious. Laerdal
Medical Corp. lost its post-award protest
against the Government's decision to terminate
its contract (and cancel the underlying solicitation) as
corrective action in response to a prior GAO protest because
the agency's evaluators had evaluated aspects of proposals
that were noncompliant with mandatory solicitation
requirements as weaknesses instead of treating them as
rendering the proposals ineligible for award. In
Amazon
Web Services, Inc., the court sustained a protest against the proposed
corrective action in response to a successful GAO protest. Specifically,
the court held that (i) the original awardee's proposal was so far
superior to the original protester's proposal that there was no basis for
the GAO to find any prejudice to the original protester from the limited
flaws it found in the evaluation, and (ii) the GAO's recommendation that
negotiations should be re-opened was overbroad. In 360Training.com,
Inc., the court granted an EAJA motion
for attorneys fees and expenses incurred in a successful bid
protest (including attorneys fees incurred for several
unsuccessful motions filed by the protester during its
protest) except for fees associated with an ultimately
unsuccessful government motion to dismiss for lack of
jurisdiction (because the jurisdictional issue was one of
first impression) and fees the protester incurred in
connection with related district court litigation by another
protester on the same procurement. In
Miles
Construction, LLC, the court held that the contractor was entitled to
attorneys' fees under the EAJA because the agency's position in the underlying
bid protest was not substantially justified. In
KWV,
Inc., the court denied a successful protester's application for
attorneys fees under the EAJA because the Government's (losing) position
was substantially justified, "albeit barely." In
Command
Management Services, Inc., an unsuccessful post-award
protest, the court found no evidence that a
former government official, who had been cleared to work for
the awardee after his retirement from the Government, violated
any post-employment restrictions or conflict-of-interest
rules. In MVS
USA, Inc., an unsuccessful post-award protest, the court held that the Government did not violate FAR
8.405-2 in its evaluation of the contractor's eligibility for
a facility security clearance even though the Government's
approval came too late for the contractor to receive a task
order award.
Court of Appeals for the Federal Circuit In Orion
Technology, Inc., the CAFC held that, although the Court of Federal Claims erred
in finding that a firm protesting the rejection of its initial
proposal (on the basis of missing data) lacked standing, the
lower court was, nevertheless, correct in noting that there
was a rational basis for the Government's decision to reject
the initial proposal because it failed to include required
subcontractor cost or pricing data when the solicitation
stated proposals might be rejected for being incomplete and
the missing data was material to the Government's evaluation. In
Glenn
Defense Marine (Asia) PTE LTD., the CAFC affirmed the Court of Federal Claims' prior
decision denying a protest because: (i) the protester did
not allege prejudicial error; (ii) the Past Performance
evaluations of the protester and the awardee had a rational
basis; and (iii) the best value determination was not
arbitrary or capricious. In
Croman
Corp., the CAFC
affirmed the prior decision by the Court of Federal Claims
denying a protest because (i) the protester failed to meet the
high burden of proof required to establish that the agency had
canceled four CLINs from the original solicitation in bad
faith; and (ii) the documentation evidenced an adequate
price/technical tradeoff analysis by the SSA. Small
Business Issues/Set-Asides In
Res-Care,
Inc., the CAFC affirmed the CoFC's prior decision that the DOL acted
within its statutory authority and in compliance with applicable
regulations in setting aside a Job Corps Center procurement for small
businesses. SBA Office of Hearings and Appeals Jurisdiction/Standing/Timeliness/Procedure In
Size
Appeal of AutoFlex AFC, Inc., the OHA held that
the Area Office erred in dismissing a protest as untimely
because the protester did not receive the notice of award
until after close of business and, therefore, it was deemed
not to have been notified until the following business day. In
Size Appeal of EASTCO Building
Services, Inc., the OHA affirmed the Area
Office's finding that a firm was other than small because the
firm had not timely presented the Area Office with evidence
that management fees were inter-affiliate transfers, which,
therefore, should have been excluded in calculating the firm's
"receipts." In
Size
Appeal of EFT Architects Inc., the OHA
affirmed the dismissal of a size protest as untimely because
the filing of an intervening GAO protest did not toll the time
limit for filing the size protest. In
Matter
of Veterans Contractors Group JV, LLC,
the OHA affirmed the SBA's dismissal, as insufficiently
specific, of a protest alleging (without supporting evidence
or facts) only that the protested firm did not
"appear" to meet the requirements for forming an
SDVOSB JV and "appeared" to have exceeded the
maximum allowable number of contracts in a two-year period.
In
Size
Appeal of Autonomic Resources, LLC , the OHA
dismissed an untimely appeal file more than 15 days after the
firm's receipt of its size determination. In
Size
Appeal of EFT Architects Inc., the OHA
affirmed the dismissal of a size protest as untimely because
the filing of an intervening GAO protest did not toll the time
limit for filing the size protest.
In Size
Appeal of Navarro Research and Engineering, Inc., the OHA
dismissed (as moot) an appeal from a negative size
determination related to a task order award under an FSS contract because
the agency already had canceled the petitioner's task order and
awarded it to another firm.
In Size
Appeal of HAL-PE Associates Engineering Services, Inc.,
the OHA affirmed the Area Office's determination that a size
protest was untimely because the agency's issuance of a corrected
notice of the apparently successful offerors did not toll the time
period for protesting where the original notice contained the
information on the basis of which the protest was filed. In Size
Appeal of IAP World Services, Inc., the OHA held that,
in an unrestricted procurement, a large business offeror was
an interested party with standing to allege that an award was
based in part on the allegedly erroneous assumption that a
joint venture partner of the successful offeror was a small
business. In
NAICS
Appeal of RhinoCorps, Ltd., the OHA dismissed,
as untimely, another NAICS appeal filed more than 10 calendar
days after the RFP was issued. Don't be fooled by the typo in
the regs that states the limit in "business"
days. In
Size Appeal of Mali,
Inc., the OHA affirmed the Area Office's authority to
issue its size determination because the solicitation was for
a requirements contract, not a BPA, as the appellant had
contended. In
Size Appeal of Pacific Power, LLC,
the OHA reversed the Area Office's dismissal of a protest
because (i) the protester presented sufficient evidence that
it had made a timely telephonic protest; and (ii) the
protester had standing pursuant to the regulation applicable
to procurements that are not set aside for small
businesses (13 C.F.R. 121.1001(a)(7)). In Size
Appeal of NiSUS Technologies Corp., the OHA dismissed a size
appeal as untimely, even though it was timely served on all the interested
parties except the OHA. In Size
Appeal of Continental Solutions, Inc., the OHA dismissed an appeal
filed more than 15 days after the firm was sent an emailed notice of
a size determination. In Size
Appeal of EnviroServices & Training Center, LLC,
the OHA affirmed the Area Office's dismissal of a size protest
as untimely because emails sent within the required five-day
period were not sufficiently specific to notify the
Contracting Officer that a protest was intended.
In
Size
Appeal of NiSUS Technologies Corp., the OHA
dismissed a size appeal as untimely, even though it was timely
served on all the interested parties except the OHA. In Size
Appeal of Continental Solutions, Inc., the OHA
dismissed an appeal filed more than 15 days after the firm was
sent an emailed notice of a size determination.
In
Matter
of National Sourcing Specialists, LLC, the OHA held it
lacked jurisdiction over an appeal involving an 8(a) issue by a joint venture that was
not an 8(a) participant, even though one of the JV members was
an 8(a) firm.
In Size
Appeal of Shoreline Services, Inc., the OHA
affirmed the Area Office's finding that two firms were not
affiliated through the ostensible subcontractor rule in part
because there was no evidence the second firm would be a
subcontractor on the challenged procurement. However, in
another protest by Shoreline Services, Inc., the OHA sustained
an appeal and found that the challenged firm was affiliated
with its proposed subcontractor under the ostensible
subcontractor rule because the subcontractor would be
performing all the primary and vital contract requirements. In Size
Appeal of Logistics & Technology Services, the OHA
reversed the Area Office's finding of affiliation under the
ostensible subcontractor rule because the Area Office failed
to consider which firm was managing, and performing the
primary and vital requirements of, the contract at issue. In
Size
Appeal of Mission Critical Technologies, Inc., the OHA
denied a size protest and affirmed the Area Office's finding that the
protested firm was a small business because (i) the Area Office properly
relied on the protested firm's tax returns rather than possibly
conflicting information from other sources cited by the protester, and
(ii) employing the large business incumbent as a subcontractor was not a
violation of the ostensible subcontractor rule where the protested firm
would perform a majority of the contract work and would be responsible for
managing the entire project. In
Size
Appeal of Maywood
Closure Co., LLC & TPMC-EnergySolutions Environmental
Services 2009, LLC,
the OHA affirmed the Area Office's finding that
the challenged firm did not run afoul of the ostensible
subcontractor rule because it would (i) perform the primary
and vital contract requirements as the prime contractor, (ii)
manage the project, and (iii) provide 10 of the 16 key
employees. In
Size
Appeal of Bell Pottinger Communications USA, LLC,
the OHA affirmed the Area Office's finding that two
firms were affiliated under the ostensible subcontractor rule
because (i) the subcontractor would perform the primary and
vital contract requirements and 90% of the contract work, and
(ii) seven of the ten key contract employees were the
subcontractor's. In Size
Appeal of Red River Computer Co., the OHA affirmed the Area
Office's finding that the protested concern was affiliated with its large
business subcontractor under the ostensible subcontractor rule because the
subcontractor would be performing all the primary and vital contract
requirements. In
Size Appeal of Iron Sword
Enterprises, LLC, the OHA
affirmed the Area Office's finding of affiliation under the ostensible
subcontractor rule because the prime construction contractor would not be
the manager of the construction project. In
Size Appeal of Combat Readiness
Health Services, Inc., the OHA affirmed the Area Office's finding
that the prime contractor was not unduly reliant on its
subcontractor and, therefore, was not affiliated under the ostensible
subcontractor rule. In Size
Appeal of Saint George Industries, LLC, the OHA
reversed the Area Office's finding of a violation of the
newly-organized concern rule and remanded the dispute for
further proceedings because the Area Office had not adequately
analyzed whether the founder of the new firm had ever been an
officer or key employee of the predecessor firm. In
Size Appeal of Patriot
Construction, Inc., although the OHA found that an approved
mentor-protégé agreement established the clear fracture required to
rebut the presumption of identity of interest between family members, the
OHA nevertheless remanded the issue of affiliation to the Area Office for
further review concerning whether the assistance provided by the mentor to
its protégé went beyond the scope of the mentor-protégé agreement. In Size
Appeal of Trailboss Enterprises, Inc., the OHA
held that the Area Office erred by automatically concluding
married individuals had an identity of interest instead of
giving the challenged firm a chance to rebut the presumption
by showing a clear fracture. In Size
Appeal of Environmental Quality Management, Inc., the
OHA reversed the Area Office's size determination because,
under the applicable state law, the majority stockholder could
simply remove the directors who otherwise might appear to have
the power to control the firm.
In
Size Appeal of
OBXtek, Inc., the OHA reversed the Area Office's
finding of affiliation through economic dependence because, as
of the date of its self-certification as small, the challenged
firm had established its economic autonomy from a firm on
which it previously relied. In
Size
Appeal of Heard Construction, Inc., the OHA
remanded the case to the Area Office to consider the possible
effects of a recent merger on affiliation and, therefore,
size. In Size
Appeal of A & H Contractors, Inc., the OHA
reversed the Area Office's finding of affiliation primarily
because the historic association between, and the personal
friendship of, two individuals was not sufficient to find such
affiliation. In Size
Appeal of Washington Patriot Construction, LLC, the
OHA affirmed the Area Office's finding of affiliation through
the power of negative control.
In Size
Appeal of Global, A 1st Flagship Company, the
OHA reversed the Area Office's finding of affiliation between
the protested firm and a large business that had been the
parent of an affiliate the protested firm had recently
acquired because: (i) under the totality of the circumstances
analysis, the 10 interactions between the companies cited as
support by the Area Office were either irrelevant or were no
longer in effect as of the relevant date; and (ii) the Area
Office improperly analyzed the situation under the
successor-in-interest rule instead of the newly acquired
affiliate rule. In Size
Appeal of Alares, LLC, the SBA's OHA affirmed the Area
Office's finding that the protested firm was not
affiliated with others by virtue of negative control by the
minority owners or otherwise.
In Size
Appeal of Marple Fleet Leasing, LLC, the SBA's OHA
upheld the Area Office's determination that two firms were
affiliated because the same individual was the majority owner
of both. In Size
Appeal of AudioEye, Inc., the OHA held that, although
the Area Office erred in finding two firms affiliated by
virtue of the newly organized concern rule and the
totality of the circumstances, it was correct (i) in finding
affiliation with another firm through common management and
(ii) in drawing an adverse inference from the protested firm's
failure to provide requested tax returns for that affiliate. In
Size
Appeal of Saint George Industries, LLC, the OHA
affirmed the Area Office's determination that two firms were
affiliated under the newly organized concern rule because a
key employee of the predecessor firm (albeit for only 90 days)
founded the new firm. In Size
Appeal of Willowheart, LLC, the SBA's OHA reversed the
Area Office's finding of affiliation between two firms because
the former affiliate was dissolved in bankruptcy prior to the
date of the size determination, and the new firm took over the
assets involved in the performance of only one of the former
affiliate's contracts. In Size
Appeal of Step Construction, Inc., the OHA affirmed the Area
Office's finding of affiliation through identity of interest because
the protested firm refused to provide sufficient information to permit
the Area Office to investigate the issue. In Size
Appeal of Washington Patriot Construction, LLC, the
OHA overturned the Area Office's finding of affiliation
because the Area Office did not explain how the buyout of the
former 49% owner at substantially more than the fair market
price enabled the former owner to continue to control the firm
after the buyout. In Size
Appeal of Aerospace Engineering Spectrum,
the OHA held that the Area Office erred in finding general
affiliation between the two members of a joint venture because
it incorrectly applied the "3-in-2" rule that was in
effect at the time of the size determination. In
Size Appeal of Advanced Projects
Research, Inc., the SBA's OHA remanded the case to the Area Office
to determine whether an oral operating agreement existed between the
members of firm to limit one individual's power to control it. In
Size Appeal of AcelRx
Pharmaceuticals, Inc., the OHA upheld the Area Office's finding of
affiliation through identity of interest. In Size
Appeal of Cambridge International Systems, Inc., the SBA's OHA
affirmed the Area Office's finding that there was no affiliation through
common management among various firms. In Size
Appeal of Alterity Management & Technology Solutions, the OHA
affirmed the Area Office's finding of affiliation under the newly
organized concern rule.
In Size
Appeal of US Builders Group, the OHA held that
the Area Office erred finding firms affiliated through common
management and identity of interest even though husband, wife,
and daughter held various ownership interests and positions in
the firms. However, in Size
Appeal of Seacon Phoenix, LLC, the OHA affirmed
the Area Office's finding of affiliation through identity of
interest because two individuals shared common investments in
a group of companies.
In Size
Appeals of Real
Estate Resource Services, Inc. and OneSource REO, LLC, the OHA
held that (i) the Area Office properly concluded firms were
not affiliated because the former affiliation ended well before the date of
size certification; and (ii) the Area Office had no obligation to investigate
a
possible affiliation issue not raised in the original protests. Other
Miscellaneous Size Issues In
Size
Appeal of Metters Industries, Inc., the OHA
affirmed the Area Office's determination that the appellant
was other than small, holding that the Contracting Officer had
the authority to protest the firm's size because the BPA task
order solicitation required recertification, and the firm had
failed to provide it. (The firm's argument had been that the
solicitation did not clearly require submission of a
recertification.) In
Size
Appeal of Dawson Technical, LLC, the OHA held that the
protester was large under the size standard included in the original
solicitation because the solicitation was never formally amended to
revise it even though the agency (i) stated repeatedly (both in the
original solicitation and afterwards) that it intended to revise the
standard to reflect an increased size standard that everyone knew was
to become effective shortly after the solicitation was first
published, and (ii) repeatedly tried to do just that, including
issuing an administrative solicitation amendment to
"correct" the original size standard. In
Size
Appeal of Altendorf Transport, Inc., the OHA vacated a determination by the SBA's Disaster Office that an applicant
for an economic injury disaster loan was not a small business
because the Disaster Office had not adequately investigated the
firm's contention as to the appropriate NAICS code for its
primary industry.
In Size
Appeal of Jackson and Tull, the OHA rejected the
protester's contention that the awardee and the subject of a
size determination were two different firms because the record
was clear that two different names referred to the same
underlying company.
In
Size Appeal of Ramcor Services
Group, Inc., the OHA held that the Area Office correctly
determined a firm's size status as of the date of its initial priced
offer, as opposed to the date of a subsequent proposal revision.
In
Size Appeal of BA Urban
Solutions, LLC, et al., the OHA affirmed the Area Office's
denial of size protests because (i) the protested firm's size was
correctly determined as of date of its initial offer; (ii) the Area
Office correctly based its calculation of receipts on the period of
measurement specified in 13 C.F.R. 121.104(c)(3) rather than (c)(2)
because the protested firm had been in business for three complete
fiscal years, one of which was a "short year"; and (iii) the
Area Office correctly concluded there was no affiliation through
negative control.
In
Matter of Career Personnel,
Inc., the OHA held it lacked jurisdiction to consider
an appeal from a determination that a firm was ineligible for
the 8(a) program, which was based in part on the firm's
failure to disclose the existence of a trust in its initial
application. The version of the decision accessible from the
SBA's website includes the following sentence: "Contrary
to Petitioner's arguments, I do not read SBA's final
determination as relying on the feet that the existence of the
trust remained undisclosed throughout the application and
reconsideration process." I assume "feet" was
supposed to be "fact" and have made that correction.
:) In
Matter of JA Harris Trucking
, the OHA upheld a firm's termination from the 8(a) program
for failure to submit required documents.
In
Matter of NOVA Training &
Technology Solutions, LLC , the OHA held that the SBA
had rational bases for terminating a firm from the 8(a)
program based on unresolved ownership and control issues. In
Matter of Striker Enterprises,
the OHA remanded the case to the SBA so that it could address three
alleged incidents of disability-related bias that it neglected to consider
originally in denying an application for admission to the 8(a) program. In Matter
of 347 Construction Group, the OHA affirmed the
SBA's dismissal of an SDVOSB protest because (under 13 C.F.R.
125.24(b)), the SBA lacked jurisdiction over the protester's
complaint about its own elimination from an SDVOSB
set-aside competition by the Air Force's Contracting Officer
after he discovered the firm was not listed in VetBiz
database. The Contracting Officer lacked the authority to make
this determination on his own, but, according to the OHA, the
protest of his action should have been treated as a bid
protest and handled by an appropriate bid protest forum (e.g.,
the GAO). Interestingly, the protester originally sent its
protest to the Contracting Officer, and, from the description
of that document in the OHA's decision, the Contracting
Officer could well have treated its as an agency-level bid
protest. Instead, he forwarded it to the SBA, which resulted
in the dismissal for lack of jurisdiction.
In Matter
of Agile Tek Solutions, the OHA upheld the
decision to terminate a firm from the 8(a) program for failure
to timely submit its annual review materials or to timely
respond to allegations in the notice of intent to terminate.
In
Matter
of Innovet, Inc., the OHA, in an opinion
highly critical of the SBA, remanded the case for further
proceedings because the SBA had ignored, misread, and
misstated significant portions of the evidence provided by an
applicant for admission to the 8(a) program and had failed to
explain the rationales for its conclusion that the applicant
had not demonstrated harm resulting from his acknowledged
physical and mental handicaps. Similarly, in
Matter
of Black Horse Group, LLC, the OHA remanded the case to the
SBA for further proceedings because, in denying a firm's application for
8(a) status, the SBA had (i) improperly employed a "clear and
convincing proof" standard instead of the correct "preponderance
of the evidence" standard; (ii) improperly applied an improper
"chronic and substantial gender bias" standard instead of the
correct "chronic and substantial social disadvantage to which gender
has contributed" test; (iii) reached conclusions contrary to the
applicant's evidence; and (iv) ignored other evidence. Continuing the
trend, in Matter
of Mill Mike Mfg. Corp., the OHA remanded to
the SBA for further proceedings because the SBA
failed to explain its reasons for rejecting the applicant's
claims and evidence and completely ignored other evidence. In Matter
of Gearhart Construction Services, the OHA remanded for further consideration because
the agency had (i) applied an improper "chronic and
substantial bias" standard instead of requiring only a showing of
"chronic
and substantial social disadvantage" brought about by the alleged
bias; and (ii) required "conclusive proof" rather
than simply a "preponderance of the evidence." In
Matter
of Harris Grant, LLC, the OHA affirmed the prior denial of a
firm's application for admission to the 8(a) program pursuant to 13 C.F.R.
124.106(g)(4) because of business
relationships with non-disadvantaged individuals or entities that result
in an inability to exercise independent business judgment without great
economic risk.
In Matter
of Allcon LLC, the OHA affirmed the agency's denial of
a firm's application for admission to the 8(a) program because
of ongoing contractual relationships between the applicant and
another firm.
In
Matter of ME Cubed Engineering,
LLC, the SBA's OHA upheld the termination of a firm from the 8(a)
program because the disadvantaged individual on whom its program
eligibility was based was employed by another firm and did not devote
himself fulltime to 8(a) firm. In
Matter
of SOF Associates--JV
(and a companion case),
the OHA affirmed a finding that a firm was not an eligible
SDVOSB JV because the JV agreement did not include several
provisions required by the regulations, e.g.,
provisions establishing that the 51% owner SDVOSB was the managing
venturer and designating an employee of of the 51%
owner as the project manager. In Matter
of Golden Key Group, LLC,
the OHA upheld a determination that a firm did not qualify as
an SDVOSB because only one of the three individuals who
controlled it was a service-disabled veteran. [UPDATE: Golden
Key's counsel informs me that the firm has since corrected this
administrative issue and now is a fully-qualified SDVOSB] In
Matter
of SPARCcom & Associates, the OHA affirmed a
firm's termination from the 8(a) program for
failure to pursue competitive and commercial business in accordance
with its business plan and for failure to make reasonable
efforts to develop and achieve competitive viability in
violation of 13 C.F.R. § 124.303(a)(9).
G. M. Hill Engineering, Inc.'s application for admission to the 8(a) program was originally denied by the SBA. On appeal, the OHA directed the SBA (i) to reexamine the evidence and (ii) to issue a new determination. Subsequently, after the SBA again determined the firm was ineligible, the firm appealed once more, and, in Matter of G. M. Hill Engineering, Inc., SBA No. BDPE-485 (2013), the OHA directed the SBA to admit the firm into the 8(a) program because the SBA had failed to comply fully with the prior remand order. The SBA subsequently requested reconsideration, arguing vociferously that it had complied with the prior order and that the OHA did not have the authority to direct it to admit an applicant to the program. In Matter of G. M. Hill Engineering, Inc., SBA No. BDPE-496 (2013), the OHA denied the SBA's request for reconsideration and delivered a lengthy lecture on the history and powers of the OHA.
In Matter of MillenniumSoft, Inc., the OHA upheld the SBA's decision to terminate a firm from the 8(a) program for failure to provide required annual report information. Similarly, in Matter of Brighter Days & Nites, the OHA held it was proper to terminate a firm from the from 8(a) program for failing to obtain prior written approval from the SBA for changing its business structure from a limited liability company to a corporation.
In Matter of Sunrise Staffing , the OHA remanded the case to the SBA for further investigation because, in rejecting an application for admission to the 8(a) program, the SBA failed to consider some evidence submitted by the applicant, including video evidence, and misread other evidence. Likewise, in Matter of Boblits Services, LLC, the OHA remanded the case to the SBA for further proceedings because, in denying an application for admission into the 8(a) program, the SBA made numerous errors and failed to follow applicable regulations in examining the evidence.
In Matter of NAMO, LLC, the OHA upheld a decision denying a firm admission into the 8(a) program because the applicant had a contractual relationship with another 8(a) firm in the same line of business, which was owned by the applicant's brother.
In Matter of KRR Partners Joint Venture, the OHA affirmed the SBA's determination that a JV was not a qualified SDVOSB because the joint venture agreement did not specify the parties' contract responsibilities.
In Matter of Alpha Terra Engineering, Inc., the OHA held the SBA erred in finding that, because the minority directors could block a quorum, the SDV majority owner did not have control. The OHA noted that the overriding fact was that the SDV majority owner could remove the other directors for any reason.
In Matter of Y & S Technologies, Inc., the OHA affirmed the SBA's decision denying a firm's entrance into the 8(a) program because the individual upon whom its application was based had not presented sufficient specific evidence of social disadvantage as a result of his appearance and practice as an Hasidic Jew.
In Matter of Battalion, LLC, the OHA affirmed a finding that a protested firm was not an eligible SDVOSB because its SDV and majority owner was a full time employee of another firm controlled by the protested firm's minority owner.
In NAICS Appeal of RhinoCorps, Ltd., the SBA's OHA dismissed, as untimely, another NAICS appeal filed more than 10 calendar days after the RFP was issued. Don't be fooled by the typo in the regs that states the limit in "business" days.
In NAICS Appeal of Cape Fox Government Services, LLC, the OHA denied an appeal of NAICS code designation 541330 (Engineering Services) in a procurement to provide installation and logistics management services for Command Control Communications Computers Information Technology systems.
In NAICS Appeal of Trans Aero, Ltd., the OHA dismissed an appeal that (i) did not involve a specific solicitation (but complained generally about the agency's selection of NAICS codes) and (ii) was not timely filed at OHA.
In NAICS Appeal of Katmai Simulations & Training the OHA upheld the Contracting Officer's determination that a solicitation for roleplayer support services was covered by NAICS code 561320 (Temporary Help Services) with an associated size standard of $25.5 million in average annual receipts, as opposed to NAICS code 611710 (Educational Support Services).
In NAICS Appeal of Savantage Solutions, the OHA upheld the Contracting Officer's designation of NAICS code 541512 (Computer Systems Design Services) with a corresponding $25.5 million annual receipts size standard, as opposed to NAICS Code 541330 (Military and Aerospace Equipment and Military Weapons), with a $35.5 million size standard.
In NAICS Appeal of Validata Chemical Services, Inc., the OHA held that the agency's failure to formally include the NAICS Code designation in a solicitation did not excuse the appellant's failure to file a timely appeal because the code was included in a published presolicitation notice and again in questions and answers published during the solicitation process.
In NAICS Appeal of Global Dynamics, LLC, the OHA affirmed the Contracting Officer's assignment of a NAICS code to an RFQ because it was the only NAICS code identified on the underlying FSS schedule, and NAICS codes used on orders under FSS schedule contracts must correspond to a NAICS code in the schedule.
In NAICS Appeal of Pacific Shipyards International, LLC, the OHA affirmed the assignment of NAICS code 488310 (Port and Harbor Operations) to a procurement because that code accurately described the majority of the work, even though a small portion of work would involve work normally covered by a different NAICS code (shipyard activities).
In NAICS Appeal of SAC Cleaners, Inc., the OHA reversed the Contracting Officer's determination and held that the appropriate NAICS code for a procurement of laundry services was 812320 Drycleaning and Laundry Services (except Coin-Operated), rather than 812331, Linen Supply.
In NAICS Appeal of MicroTechnologies, LLC, the OHA upheld the Contracting Officer's determination that NAICS Code 541519 (Other Computer Related Services), rather than 517110 (Wired Telecommunications Carriers) was the appropriate designation for a procurement of video teleconferencing services.
In NAICS Appeal of Evanhoe & Associates, LLC, the OHA affirmed the CO's decision that the proper NAICS code for the solicitation in question was 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), aircraft exception), rather than NAICS code 541511 (Custom Computer Programming Services).
This website links to resources on the web concerning government contracting. It does not provide legal advice, and I do not vouch for the completeness, currency, or accuracy of the sites to which it links.
If you have comments, suggestions for new links, corrections, or requests for assistance, please email me or telephone (720) 772-1754 .