210R80001
    EPA
   Project
Management
   XNDTHE
Procurement
  Process

-------
     Project
  Management
      AND THE
  Procurement
     Process
  A Seminar Workshop
         for
  Project Officers and
Other Technical Personnel
 U.S. Environmental Protection Agency
    Washington, D.C. 20460
      1980EDITION

-------
                          TABLE OF CONTENTS
INTRODUCTION
                                                                   Page
    Purpose                                                            1
    Objective                                                          1
    Scope of the Seminar Workshop                                        2
    Workshop Format, Content and Scheduling                               2
    Post-Seminar Workshop Critique                                       2
    Information Baselines                                                2
    About This Handbook                                                3
    Participant Preparation and Daily Schedule                              3
TOPIC I.       THE EPA MISSION-ORIENTED PLANNING AND
              REPORTING SYSTEM                                      5

      I.       EPA Formal Planning and Reporting
              System (FPRS):  The Big Picture                             5

     II.       Current EPA Concerns                                     9

     III.       Organization and Responsibilities                           10

CHARTS: Office of Planning and Management                              11
         The Procurement Organization                                  12
         Responsibilities in the Procurement Process                       14

INTRODUCTION TO LEARNING THROUGH LISTENING                     15

VIGNETTE NO. 1: CHITCHAT . . . 'BOUT THIS AND THAT ...               16

CHART:  The EPA Procurement and Contracting Environment
         (For Competitively Solicited Procurements)                       18

TOPIC II.      THE EPA PROCUREMENT AND CONTRACTING
              ENVIRONMENT: FORM AND FUNCTION                    19

       I.      The Essential Questions of an Effective Procurement
              Process                                                 19

      II.      Relating the Essential Questions to Pre-Award
              Planning and Post-Award Performance Phases                 19

CHARTS: The Procurement Process Optimum  Leadtimes

         New Competitive Requirements                                 20
         New Sole Source Requirements                                  21

-------
TOPIC El.     THE PROCUREMENT REQUEST RATIONALE:
             TRIGGER FOR BUYING                                  23

        I.    The Procurement Request/Requisition
             (EPA Forms 1900-8 and 1900-8A)                           23

        II.   . The Procurement Request Rationale                        24

       m.    Isolating Two Elements of the Procurement Request
             Rationale:  Statements of Work and Evaluation
             Criteria                                               26

CHART: Statement of Work Preparation (One Approach Through
        Building Blocks)                                              28

VIGNETTE NO. 2: OVERHEARD OVER COFFEE                           31

TOPIC HI.     THE PROCUREMENT REQUEST RATIONALE: TRIGGER
             FOR BUYING (cont'd)                                    33

       IV.    Cost Estimate:  Independent and Other                      33

VIGNETTE NO. 3: WOULD YOU TAKE ISSUE OR AGREE WITH ...           35

TOPIC IV.     CONTRACT TYPE SELECTION: DEALING WITH
             RISK AND REALISM                                     37

       I.     The Nature of Contracts                                  37

      n.     Cost Risk and Cost Realism                               37

      III.     Contract Types:  An Overview of Fundamentals               37

CHART: Procurement Methods & Contract Types                          39

TOPIC V.     THE COMPETITIVE AND NONCOMPETITIVE ENVIRONMENTS
             FOR RESEARCH, STUDY, AND INVESTIGATIVE EFFORTS     41

      I.      The Competitive Environment                             41

      II.      The Noncompetitive Environment                          42

     IU.      Identification of Interested and  Capable Sources              44

     IV.      Unsolicited Proposals:  Treatment, Assessment,
            . and Disposition                                          44

COMPTROLLER  GENERAL DECISION B-183487, AMERICAN FEDERATION
OF GOVERNMENT EMPLOYEES LOCAL NO. 3347, AFL-CIO                 47

COMPTROLLER  GENERAL DECISION B-166506, ENVIRONMENTAL PRO-
TECTION AGENCY SOLE SOURCE PROCUREMENTS                       51
                              ii

-------
TOPIC VI.     REQUESTS FOR PROPOSALS, SOURCE EVALUATION
             AND ASSESSMENT, THE CONDUCT OF NEGOTIA-
             TIONS AND TREATMENT OF UNSUCCESSFUL
             OFFERORS:  MAJOR CONSIDERATIONS IN THE
             AWARD-MAKING PROCESS                              55

      I.      The Solicitation Process                                  55

     II.      Project/Technical Personnel Impact on the
             Solicitation and Award-Making Process                      56

COMPTROLLER GENERAL DECISION B-l74589, ENVIROTRONICS           59

VIGNETTE NO. 4:  KEEPING IN TOUCH . .  . MEANS SO MUCH              65

      III.     Treatment of Unsuccessful Offerers                        70

COMPTROLLER GENERAL DECISION B-l88542, ROCKWELL
INTERNATIONAL CORPORATION                                      72

ECOSYSTEMS, INC., TREATMENT OF LATE PROPOSALS                   75

TOPIC VII.    PERFORMANCE ARENA POSTULATES, ORIENTATION
             CONFERENCES, AND PROGRESSING SYSTEMS
             AND SURVEILLANCE                                   79

       I.     Some Contract Performance Arena Postulates                79

      II.     Post-Award Orientation Conferences                       80

      III.     Progressing Systems and Surveillance                       81

      IV.     Technical Administration and Technical
             Direction:  Understanding the Difference                    82

TOPIC VIII.   CONTRACT MODIFICATIONS, HANDLING CASES OF
             UNSATISFACTORY PERFORMANCE, AND CONTRACT
             COMPLETION AND CLOSEOUT                           83

       I.     The Contract Modifications  Environment                    83

CHART: LANGUAGE OF CONTRACT MODIFICATIONS                    85

      II.     Handling Cases of Unsatisfactory Performance               88

      III.     Fundamental Actions  of Contract Completion
             and Closeout                                           88

VIGNETTE NO. 5:  BUY NOW . .  . PAY LATER                            91

VIGNETTE NO. 6:  WHO'S TO ACT ... AFTER THE FACT?                  93
                              iti

-------
                         SEMINAR WORKSHOP GUIDE

                               INTRODUCTION
Purpose

    Conducted over  a 3-day period,  this 21-hour seminar  workshop is presented
mainly to Project Officers and other technical personnel. Its purpose is twofold:

    •  To examine  the  structured  roles and  responsibilities of  technical  and
       procurement  personnel  through   which  program  management  and  the
       procurement process satisfy EPA requirements and needs.

    •  To provide information and examples illustrating the necessary interface of
       the technical and procurement communities in order to meet EPA's mission
       and get the job done.

Objective

    Within the stated purpose, our  principal  objective  is  to help improve  the
procurement process byi

    •  Clarifying  the  relationship   between  the   Project  Officer   and  the
       Contracting  Officer  through  the  sharing  of  information,  experience,  and
       on-the-job perspectives.

    •  Enhancing the  Project  Officer's  understanding  of  how  project actions
       affect the procurement process.

    •  Providing information and examples  that identify  the  tools and techniques
       available to the Project Officer  for managing contracts.

    •  Illustrating how an understanding of and  proper  use of  the procurement
       process can benefit performance and result in shorter lead times.

    Few  environments  have  as great  a  need  for  mutual  understanding  and
cooperation among  EPA  personnel  as the  one  that  exists  for  the purpose  of
satisfying  technical  requirements through the  contracting process.  This seminar
workshop is designed to enhance such understanding and cooperation.

-------
Scope of the Seminar Workshop

    At the outset  of this workshop, a few  words of caution are in order.  First,
while most EPA funds are expended through the placement of grants, this workshop
is limited to  satisfaction  of requirements through  the  process  of contracting.
Second, the EPA project and  procurement processes  involve a series of deliberate
events, activities  and  decisions that  collectively  translate  requirements  into
contracts.  EPA's requirements range from the very simple to the  highly complex,
and this implies an equally wide range of project and procurement management
options.  Not all of these, of course, can be treated in a 21-hour program.

    It takes years  of education, training, and  experience to develop excellence in
scientific,  engineering and  technical management.  The same is true in business
management.  This  being the  case, what can one  expect from a 21-hour program?
In part,  the  answer  depends  on  one's  background  and  experience.   For  the
uninitiated, the program  provides helpful  insights into the  technical/procurement
interface.  For the  more experienced practitioner, the program provides a medium
for understanding and dealing with  many of the  regulatory details and structural
requirements  that  are  basic  to  satisfying  EPA's  project  needs  through  its
procurement process.

Workshop Format, Content, and Scheduling

    A workshop is a brief, intensive program for a relatively small group of people
in a given  field that emphasizes  participation in problem-solving efforts.  The
format,  content,  and   scheduling  of  the  seminar  are  structured  to  stress
participation in problem-solving  and  to relate program information to the "real"
world.  Workshop media  have  been designed to encourage seminar  participants to
grapple with  everyday  problems,  as  well  as to  understand  the EPA  project
management and procurement  processes.

Post-Seminar Workshop Critique

    At the conclusion of the  program, participants will be given time to complete
the workshop  critique form included in this handbook.  Thoughtful attention to its
completion  will  help others  in  determining how  well the  seminar responded  to
participant needs and achieved its objectives.

Information Baselines

    Materials for this seminar workshop were prepared from the following:

    •   EPA Procurement Regulations (EPPR),  implementing  and supplementing
        the Federal Procurement Regulations,  (FPR);  Second Edition,  1964,  with
        most recent revisions thereto.  -//. , /
                                      * • ~ ,'  X,.
    •   EPA  Contracts  Management  Manual,  July  2,  1974, with  Transmittals
        through Number 28, dated February 15, 1980.

-------
    •   EPA Procurement Information Notices.

    •   EPA Operating Planning Manual.

    •   EPA Guide for Contract Project Officers, April 1980.


About This Handbook

    This handbook contains all the  materials required for participants to follow the
classroom presentations and participate  in  discussions,  case  studies and workshop
exercises.  Visual aids, scripts for audio exercises, and  case  studies are integrated
within the topical presentation.  Certain key references have been included within
the reference material section, which follows the course outline.  A critique form
is included as the last page of the handbook.

Participant Preparation and Daily Schedule

    A preparation assignment for each day will be  made in class.  Daily schedules
provide for  seven hours of classroom  time, at hours suited  to specific sessions and
locations.  Outside reading  will  be  kept  to  the minimum  needed  to  cover  the
materials,  but  adequate  materials  are provided for those who  wish to study in
greater depth.

-------
 TOPIC I.       THE EPA MISSION-ORIENTED PLANNING AND REPORTING
                SYSTEM: AN OVERVIEW*
                 THE EPA FORMAL PLANNING AND REPORTING
                                     SYSTEM
                 A sysie/H through mfin:h major directions anil gimls at Agency pragrjrm arc detennitieii.
                     ti. ianl sutviced via s/jt»,i(axJ wor.vduns lor piogiam pluming and builyet uxecutiun.
                   FPRS BASK COMPONENTS:

                     1. STRATEGIES
                      2. PRtVltW

                       3. BUDGET FORMULATION	
                   I	{^"OPERATING PLANS IPBOGRAM^PLANSI j
                          5 FORMAL REROUTING AND PROGRESS ASSESSMENT
                            6. ADMINISTRATIVE FUND AND POSITIONS CONTROL

                             7. PROGRAM EVALUATIONS


                   L*.  CONTRACT PLANNING REQUIREMENTS

                     • CONTRACT CONSOLIDATION
                      • DISTRIBUTING PROCUREMENT ACTIONS MORE EVENLY

                       • INCREASING COMPETITIVE PROCUREMENTS

                         • UTILIZING OTHER CONTRACTING IMPROVEMENTS - ,-'"-

                          • IDENTIFYING OPPORTUNITIES FOR SMALL
                             BUSINESS'. MINORITY, AND B(al FIRMS
 I.     EPA FORMAL  PLANNING  AND  REPORTING  SYSTEM (FPRS):  THE  BIG
       PICTURE

       A. The FPRS Framework

          1.  Determines  and enunciates  the major directions and goals of the EPA
              program

          2.  System features are designed to serve

              a.  Administrator and  Deputy  Administrator  requirements in  major
                 decisionmaking and followup

              b.  Requirements for management of EPA's decentralized structure
This  topic was developed from portions  of  the  EPA Operating Planning Manual,
February 10,  1976, as revised through Transmittal Number 4, December 28, 1976.
This  manual  is  an  extremely  comprehensive articulation  of  the  EPA  Formal
Planning  and Reporting System  (FPRS)  and  includes  discussion  of  the  entire
planning cycle, particularly the Preview and Budget Formulation process.

-------
      c.  Necessary resource control requirements

      d.  Regional requirements

B. FPRS Basic Components

   1. Strategies:   description  and  evaluation of  long-term (two  to five
      years)  objectives  of  each EPA  program  in  terms  of substantive
      environmental problems it is trying to address

   2. Preview:  annual review  of EPA strategies, objectives, priorities, and
      problem areas prior to formulation of budget submission to the Office
      of Management and Budget (OMB)

   3. Budget  Formulation:   translation  of EPA-developed objectives  from
      the Preview into specific budget proposals to be submitted to OMB

   4. Operating  Plans  (Program   Plans):   detailed  annual  outline  for
      attaining specific accomplishments within available resources

   5. Formal  Reporting and Progress Assessment: the EPA mechanism  by
      which status of outputs  and activity indicators  specified  in the
      approved operating plan is transmitted to Headquarters

   6. Administrative  Fund  and  Positions Control:  Advices  of Allowances
      are EPA's principal mechanism for control of resources in approved
      operating plans

   7. Program  Evaluations:  conducted  in key  areas  during a year, they
      provide for determining efficiency and effectiveness of programs

C. Operating Planning Manual Instructions Applicability

   1. All Allowance Holders

   2. All Responsible Planning and Implementation Offices (RPIOs)

D. FPRS Basic Component No. 4 (Operating/Programs Plan Requirements)

   1. Among  the nine overall requirements, No. 8 is for Contract Planning.

   2. From EPA Operating Planning Manual, Chapter  6, paragraph  2.h.,  A
      Means to Achieve Shorter Lead-Times:

      "Contract Planning Requirements

      a.  A contract  planning  and  review system has been instituted to
          enable  the  Contracts Management Division of  the  Office  of
          Administration to  assist RPIOs in:

-------
    • Taking advantage  of opportunities  for  contract  consolidation,
      thereby reducing the number of contracts required;

    • Distributing procurement actions more  evenly throughout  the
      year in order  to reduce  unobligated balances which are either
      lost to the Agency or carried over to the next fiscal year;

    • Increasing  the use of  competitive,  rather than  sole  source,
      procurements  which  may  result  in  more favorable  contract
      negotiations;

    • Utilizing other contracting improvements.

b.  Each RPIO must  submit  contract planning data for each allowance
    holder.  For  the Office  of Research and  Development,  separate
    contracting  planning  packages  should  be  submitted for  each
    responsibility center.  This  is necessary to adequately account for
    the  large amount of  funds  represented  by a single allowance
    holder.

c.  Contract planning data is required only for those contract actions
    administered  by the CMD and those contracts involving prior year
    carryover funds as well as current year funds.

d.  OPM develops an  Agency-wide  contract  plan based on  planning
    data from each allowance holder.

e.  The  contract  plans portion of the program plan submission consists
    of:

    • A  time-phased  summary  of  commitments planned  by  each
      allowance holder for each quarter of the upcoming budget year.

    • A descriptive data sheet  for each planned  contract  of $100,000
      or more.

f.  The  contract plans  will be  phased according  to the projected
    quarter of the fiscal year in which  the  funds will be recorded as
    commitments in  the CMD's computer system (i.e., the  point in
    time when the complete package of procurement documentation is
    received in CMD).

g.  Although contract plans are based upon commitments, it should be
    recognized  that  one  of  the  objectives of  this endeavor is to
    improve  the  rate  of contract  obligations.  Therefore,  contract
    plans should be formulated with an awareness that procurement
    actions have an average lead  time of 120 days from commitment

-------
                to  obligation  for  noncompetitive procurements and  an average
                lead  time of 145 days for competitive procurements.  Therefore,
                under the  fiscal year  of October  1-September  30,  all planned
                procurement  requests  should  be received by  CMD by  May  18,
                1976*.  Only emergency requirements  (e.g., those  in  support of
                court ordered deadlines) should be submitted to  CMD  after the
                cutoff dates for obligation during the current fiscal  year.  Any
                commitments planned for the fourth quarter of the fiscal year will
                have little,  if any, chance  of  being  obligated by the end  of the
                fiscal year.  Therefore, these procurement actions should cite FY
                1977 funds.   This  is particularly significant for the Agency and
                Regional  Management and Enforcement Appropriations, which are
                appropriated  for one  year only.  Fourth quarter commitments  in
                these   appropriations    will   be    examined    closely,   and
                recommendations for  reallocations made if there is no assurance
                that  they will be obligated.   Careful contract planning is  also
                needed for  the  R&D,  Energy  R&D,  and  Abatement and Control
                Appropriations, where  the amounts  of carryover are  scrutinized
                even though  the funds are appropriated for more than one year.

             h.  A separate data sheet is to  be  prepared for each planned contract
                when the total cost of the procurement, including all options and
                funding   increments   in   FY   1977   and  subsequent  years,  is
                anticipated  to  equal  or  exceed $100,000*.   For  example, an
                allowance holder may plan to commit $75,000 in FY 1977 for the
                basic contract and $25,000 in FY 1978 to exercise an option on the
                contract; or a  funding increment  of  $90,000 may be  planned for
                commitment  in  FY 1977  as the first of three  funding  increments
                in a  multiyear contract with a  total cost  of  $250,000.  In each  of
                these cases, a data sheet  is needed, even though each commitment
                in FY 1977  is  less than  $100,000, because the  total contract is
                anticipated to equal or exceed $100,000.

             i.  In cases  where  more  than  one allowance holder will be  issuing
                funds for a procurement action where the  total cost equals  or
                exceeds  $100,000, a lead  office should  be determined by the
                offices involved. The lead allowance  holder  should  submit  a  data
                sheet which will identify  all the sources of funding, amounts, and
                commitment plan for each participant.

             j.  Quarterly updates of contract plans are also required."
*Specific  dates  cited in this topic relate to  FY  1977.  Similar dates are used for
subsequent fiscal years.

-------
II.    CURRENT EPA CONCERNS
      A. Two-Year Funding
         1.  Applies to abatement control and R&D
         2.  Two years to obligate
         3.  Need to change patterns in EPA procurement previously geared to "no
             year" money
         4.  Opportunity for creative use of options in contracting
      B. Mission Contracting (PIN 76-38, May 21, 1976)
         1.  Definition: (A^concept-not a contract type)
             "Mission   contracting  means   the   consolidation  of  programmatic
             requirements  of a  specific EPA organizational  element(s)  into  one
             contract   to  be  performed  in  support  of   the  mission  of  that
             organizations' element(s)."
         2.  Examples:
             a.  Consolidation of several similar requirements into a single SOW
             b.  Multiyear contract for long range continuing requirement
             c.  Single  contract  can be awarded for a comprehensive project or
                mission
         3.  Pricing arrangement is open
         4.  Expected advantages to EPA
             a.  Fewer contract awards of higher dollar value
             b.  Reduced documentation and decreased gross leadtime
             c.  Quick response to program requirements
             d.  Flexibility of work direction within SOW
             e.  Increased competition at higher dollar threshold
             f.  More   even  work  flow  by  the   contractor   and   responsible
                procurement office
         5.  Responsibility of Contract Operations Office
             "Responsible for considering  mission contracting as  a first priority
             approach  to procurement of  the Agency's  requirements...designated
             representatives  to  act  in a  liaison  capacity  with each  program
             office...."

-------
III.    ORGANIZATION AND RESPONSIBILITIES
                      EPA PROJECT/CONTRACT MANAGEMENT
                                  COORDINATION
                    (Jh» Coatmet Aqjbcf OHkar/CotttmcUng
                              CONTRACTS MANAGEMENT MANUAL

                            GUIDE FOR CONTRACT PROJECT Of FICERS
                \ '
                                 SPECIF VINO RESPONSIBILITIES
                   CONTRACTING
                   OFFICES
IDENTIFYING AUTHORITY AND
ITS EXTENT

ESTABLISHING COMMUNICATION

CHEATING A MANAGEMENT
ENVIRONMENT

PROVIDING FOR "ONE FACE" TO THE
CONTRACTOR (OR PERFORMER)    OFFICER
                               CONTRACTSMANAGEMENTMANOAL
                              FEDERAL PROCUREMENT REGULATIONS
                               EPA PROCUREMENT REGULATIONS
                                     GAO DECISIONS
      A. The Contracts Management Division (CMP), (From EPA Organization and
         Functions Manual, Chapter 3)

         1.  "Contracts  Management   Division.   The  Contracts   Management
             Division, under the supervision of a Director, develops, conducts, and
             coordinates the Agency contracts management program, including the
             provision of advisory financial analysis  of  grant applications.  De-
             velops    Agency    procurement   policies   and   regulations    in
             implementation of the  Federal Procurement Regulations.  Conducts
             Headquarters  programs for  contract  placement,  modification, post
             award administration, and termination, including advertising, location
             of  sources,  negotiation,  award, in-process  monitoring,  and termi-
             nation   settlement.   Provides   technical   guidance   to  all  field
             contracting  operations;  and  conducts   a  contracts   management
             technical review and  internal evaluation program. Provides cost and
             price  analysis  services  to   Headquarters   and  field   contracting
             operations. Coordinates action on contract proposals with the Grants
             Administration  Division with  respect  to  those  proposals  which have
             common  elements of both  grants  and  contracts.  Represents  the
             Agency   on  contracts  management  matters  with  other  Federal
                                 10

-------
&EPA
                     OFFICE OF
         PLANKING AND MANAGEMENT
                                           vvEPA
                                 ASSISTANT ADMINISTRATOR
                                         FOR
                                 PLANNING AND MANAGEMENT
 DEPUTY ASSISTANT ADMINISTRATOR
            FOR
    PLANNING AND EVALUATION
     1
  ECONOMIC
  ANALYSIS
  DIVISION
                                              OFFICE OF AUDIT
                 DEPUTY ASSISTANT ADMINISTRATOR
                           FOR
                    RESOURCES MANAGEMENT
POLICY PLANNING
   DIVISION
  BUDGET
OPERATIONS
  DIVISION
  PROGRAM
 EVALUATION
   DIVISION
                   1
STANDARDSAND
 REGULATIONS
 EVALUATION
   DIVISION
 PROGRAM
 ANALYSIS
 DIVISION
                                                                        JL
                                   1
 FINANCIAL
MANAGEMENT
  DIVISION
                                   1
  PROGRAM
 REPORTING
  DIVISION
DEPUTY ASSISTANT ADMINISTRATOR
FOR
ADMINISTRATION
'
II
CONTRACTS
MANAGEMENT
DIVISION

1
MANAGEMENT
INFORMATION &
DAT A SYSTEMS
DIVISION




1
PERSONNEL
MANAGEMENT
DIVISION

1
MANAGEMENT ANI
ORGANIZATION
DIVISION

                                        GRANTS
                                     ADMINISTRATION
                                        DIVISION
                                                                _L
                                              SECURITY AND
                                               INSPECTION
                                                DIVISION
                                                                 1
                                            FACILITIES AND
                                           SUPPORT SERVICES
                                              DIVISION

-------
THE PROCUREMENT ORGANIZATION

CONTRACTS
POLICY AND
REVIEWBRANCH

DURHAM
CONTRACT
OPERATIONS

REGIONAL
OFFICES

r;/
/
OFFICE OF
PLANNING &
MANAGEMENT
1
OFFICE

1
CONTRACTS
MANAGEMENT
PIV1SION


HEADQUARTERS
CONTRACT
OPERATIONS

- - , . t ~/t /
Y- -: * , y -- •• • '
t • •- /
\
* \
\ N
\
\

COST RE VIEW
AND
POLICY BRANCH

CINCINNATI
CONTRACT
OPERATIONS

LABS AND FIELD
ACTIVITIES

-------
          agencies  and  industry.    Develops   policies  and   procedures
          implementing the provisions  of  Executive Order 11625  of October
          13, 1971,  "Prescribing Additional Arrangement for  Developing and
          Coordinating   a   National   Program   for    Minority  Business
          Enterprise."  Furnishes information, assistance, and reports to the
          Department   of  Commerce.   Coordinates   with  the   Grants
          Administration Division in the furtherance of the objectives of the
          Order.  Provides  technical   assistance  to  components  of  the
          Agency's  field establishment responsible  for carrying  out  related
          activities."

    2.  Contracting Officer Responsibilities

       a.  Contracting Officer Defined  (FPR 1-1.207)

          " 'Contracting Officer' means an official designated to enter into
          or administer  contracts  and make  related  determinations  and
          findings."

       b.  Responsibilities and authorities

          (FPR  1-1.401)  "The  head of  the procuring activity is  responsible
          for the procurement of personal property and nonpersonal services
          (including construction) to the  full extent that responsibility has
          been assigned to his activity."

          (FPR  1-1.402)  "Contracting  officers are authorized to enter into
          and administer contracts  for personal property and  nonpersonal
          services (including construction) on behalf  of the Government and
          make  related findings and determinations within the limitations of
          the authority delegated to them."

          Subject  to   meeting  all  applicable  requirements of the  law,
          Executive Orders and regulations, including those of  EPA.

B. Project Officer Responsibilities

    1.  In early planning

   2.  In preparation of the Procurement Request

   3.  In evaluation and source selection

   4.  In administration of the contract

   5.  In contract closeout

C. The Necessity for Cooperative Efforts by Both Contracting Officers and
   Project^ Officers
                           13

-------
                                          RESPONSIBILITIES IN THE PROCUREMENT PROCESS
                                                                 RESPONSIBLE OFFICES WITHIN EPA
FUNCTION
PROJECT OFFICE
                                   CONTRACTS OFFICE
                                                                   OTHER OFFICES
PRESOLICITATiON
Advance planning


Submission of purchase request
Obtaining sources

Sole source determination
Request for Proposals
Develops program plan
Decision to buy
Recommends & evaluates sources

Prepares justification
Develops technical aspects
                                   Advises as to procurement
                                   process

                                   Adequacy of PR package
                                   Establishes source list

                                   Final decision
                                   Responsible for RFP contents
                                    and release
SOLICITATION AND EVALUATION
Discussions with contractor(s)

Technical evaluation
Business evaluation
Determination of competitive range
Advisory to contracts offices

Total responsibility




Advisory
                                   Responsible for all contacts
                                   Total responsibility
                                   Final decision
                                                                   Audit-advisory over $100K
                                                                     (fixed price)//!  ; ,'•  . - 'i
                                                                   Audit-advisory over $250K
                                                                     (cost reimbursement)
NEGOTIATIONS AND AWARD
Discussions with contractor^}
Selection of contractor
Contract preparation and award
Participant
Advisory
Scope of wot k and oilier tech-
 nical aspects
                                   Responsible for conduct
                                   Final decision
                                   Final contract  document
                                                                   General Counsel may be
                                                                    advisory
CONTRACT ADMINISTRATION
Technical direction
Contract changes and extensions

Monitoring performance
Patents
Acceptance of final product
Payment of vouchers
Property administration
Administrative closeout
Within defined limits
Initiates to contracts office

Technical performance
Advisory to General Counsel
Varies with product
Reviews & certifies
Advises and recommends
Evaluates technical performance
                                   Total responsibility

                                   Business performance
                                   Coordinates requests
                                   Varies with product
                                   Reviews & certifies final
                                    voucher

                                   Final decisions
                                   Total responsibility
                                                                   General Counsel pre-
                                                                    pares Agency's position
                                                                   Financial Management
                                                                    schedules for payment

                                                                   Property—records, dis-
                                                                   position & other services

                                                                   Audit & General Counsel
                                                                    advisory

-------
INTRODUCTION TO LEARNING THROUGH LISTENING
             You are about to experience a series of audiotape exercises that deal
          with  buyer-seller relationships and some aspects of  the  Federal procure-
          ment management process. In all, there are six vignettes. They afford
          the listener an opportunity to respond at the end of  each vignette, or in
          some cases at predetermined points within them.

             What is required in terms of responses, and when, has been  identified
          throughout the audiotape.  After a response has been requested, the  tape
          will be stopped and discussion will be held.  Spontaneity  of  response—just
          saying whatever may come to mind—is important. Remember this as you
          listen to each vignette and follow its words on the provided script.

             While this series of exercises  may be  utilized as an instructional  or
          learning medium  at one sitting,  it may also be utilized throughout a
          program  to  complement  and reinforce  specific  areas  of  course  or
          workshop  content.  In  most  instances, the latter  use is employed.  So
          listen carefully, hear well, and seize the opportunity to participate.

             How  often do we hear someone but fail to really  "listen" to what  they
          have  to say?  Chances are a  good  deal of the time.  If  seeing  is one
          ingredient of believing,  then hearing—that  special  sense  by  which we
          receive  noises  and tones  as  stimuli—is another.  But  "listening," the
          ability to  hear with thoughtful attention,  is a third and critical factor,
          and doesn't  necessarily go hand  in  glove with the other two.  These
          audiotape  exercises provide an opportunity for us to listen as well as  to
          hear.
                                 15

-------
VIGNETTE NO. 1;  CHITCHAT . . . 'BOUT THIS AND THAT

The following punchlines by Dick Stillings of Acme Industries, Inc., were recorded
while he was conversing  with his friend of many years,  Harold Halloran of the
engineering section of a Government agency project office.  Assume you are Harold
as Dick says to you:

Dick; "...And furthermore, Harold, I don't care what  you people put in those RFPs
      about   technical  competency  as  the  prime  driver.   You  and  I  both
      know. ..when all is said and done that the law requires you to go to the lowest
      bidder."

         •   How would you respond to that?   -  <"? # c £.,Uf .*< (.-**• /l

                                             i <••'•;'•/••  />.../
*************************************
                                                         ,,.(^ -/,•-,->.
                                                         *     ,   >
Dick; "Yeah,  I know all  about competition.  And  then  some!   We're  in it all the
      time.  But just  like motherhood,  it's  dangerous.  Why?  Because once you
      switch it on pal, you can't control it1  Go competitive.. .and you  can count on
      every Tom, Dick, and Harry on the block coming in with a  proposal.  Then
      what do you do, buddy?"                          ,
                                                               d'-~'.y  t xf ,  .'
                                                                                   X.X. /•<•/
             And now would you respond this time?
                   **************************************

Dick; "It'll take  how long for  you people to get this requirement on  the  street?
      I've been  telling you  for  years... the  Government's procurement process  is
      fundamentally  nonresponsive to need.  As  a  guy who makes  it  where the
      rubber hits the road, I'll never understand the length of  time things take.
                                 16

-------
       If it were my business, Fd never run it this way!"

          •   And what would you say to that?


                   **************************************

Dick;  "Harold, we've been through this one a hundred times. I can't provide all the
       details before  the job begins. After all, we're dealing with a research and
       study effort. If we knew what you  were looking for, there would be no point
       to go through an investigative effort. But this thing is filled with unknowns!
       Let's get the job underway first.  There's plenty of time later to worry about
       the details."

          •   How would you respond this time?


                   **************************************
                                                                      "/U.
Copyright 1977, Sterling Institute (DAC)


                                 17

-------
                              THE EPA

                             CONTRACTING ENVIRONMENT
              (For competitively solicited procurements}
A network of technical and procurement events, activities and decisions that determines . . . what to buy
how to buy  . from whom to buy.. . the buying arrangement. . . and how to assure performance.
            PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING
    '"SIAIIMtNT Or WORK >.
   / COST/PRICt CSflMATE  \
   y  EVALUATION PLAN  '

   S^-^ SOlJflCIS. Etc.
  ITTFN A
ORAL DISCUSSIONS
 BEST AND FINAL
  Of FEUS
               POST AWARD TECHNICAL AND CONTRACT ADMINISTRATION

-------
TOPIC fl.    THE EPA PROCUREMENT AND CONTRACTING ENVIRONMENT:
            FORM AND FUNCTION


I.     THE ESSENTIAL QUESTIONS OF AN EFFECTIVE PROCUREMENT PROCESS

      A. What to buy?         .   .   \

      B. How to buy?   .,..,..   , .  
-------
to
o
                                        THE PROCUREMENT PROCESS
                                           Optimum Leadtimes <
                                      New  Competitive  Requirements

                                    Less than  $100,000	
                                                                  $100,000 or Greater
Milestone Description
Receipt of Acceptable
Procurement Package at
Contract Operations
Office

*Preparation, Print &
Issue RFP Package

Proposal Preparation
and Submission (1)

Evaluation (2)
    Technical
*   Cost  (3)

*Negotiations

*Contract Preparation

*Contract Review  (4)

Contract Award
                               Optimum  Calendar
                               Days  to  Complete
20



30


21
14

14

 5

 5

14
              Cumulative
             Calendar Days
R-Day



R+20



R+50




R+85

R+99

R+104

R+109

R+123
           Optimum Calendar
           Days to Complete
20



30


28
32

21

 5

 6

14
             Cumulative
            Calendar Days
R-Day



R+20



R+50



R-fllO

R+131

R+136

R+142

R+156*
     * These milestones are completely within the control of CMD.  The accumulated time for
     milestones within CMD control is 47 percent for actions under $100,000 and 54 percent for
     those greater  than $100,000.
     1,
     2,
    Time should be added when pre-proposal conferences are conducted.
    Cost and technical evaluations are conducted sequentially.  While  the  cost  evaluation  is
    within the control of CMD, cost examination cannot be  initiated  until  evaluation  of  the
    technical proposals is completed and a competitive range  is established.  Initial control
    of this milestone is held by the Project Officer  and any  lateness  on his  part  will have a
    pyramiding effect.

    It should be remembered that cost evaluations of  procurements  exceeding $100,000  are not
    always within the control of CMD.  Many, if not most,  audit actions are performed by
    other than EPA audit groups.
    Ten calendar days should be added to those actions requiring CMD review and approval.

-------
                                           THE PROCUREMENT PROCESS
                                              Optimum Leadtimes
                                         New Sole Source Requirements
>-*
(.: : * ' •'• '
Milestone Description
Receipt of Acceptable
Procurement Package at
Contract Operations
Office

*Preparation, Print &
Issue RFP Package

Proposal Preparation
and Submission

Evaluation (1)
    Technical
*   Cost  (2)

*Negotiations

*Contract Preparation

*Contract Review (3)

Contract Award
                                       Less than $100,000
                                  Optimum Calendar   Cumulative
                                  Days to Complete  Calendar Days
                                                            	$100,000  or  Greater
                                                            Optimum  Calendar
 1


15


30


14
14

10

 5

 2

10
R-Day


R+15


R+45



R+59

R+69

R+74

R+76

R+86
Days to Complete



        0


       15


       30


       25
       35(2)

       14

        5

        6

       14
                                                 Cumulative
                                                Calendar Days
R-Day


R+15


R+45



R+80

R+94

R+99

R+105

R+119
        * These milestones are completely within the control of CMD.  The accumulated time for
        milestones is 37 percent for actions under $100,000 and 34 percent for those greater than
        $100,000.

        1.   Cost and technical evaluations are prepared in parallel and the time alloted each  is
            equal.  The technical evaluation is in the control of the Project Officer.  Historically,
            the technical evaluation requires more time than the cost.  The 14 and 35 day milestones
            are therefore considered outside the control of CMD.
        2.   It  should be remembered that cost evaluations of procurements exceeding $100,000 are not
            always within the control of CMD.  Many, if not most, audit actions are performed by
            other  than EPA audit groups.
        3.   Ten calendar days should be added to those actions requiring CMD review and approval.

-------

-------
TOPIC HI.     THE PROCUREMENT REQUEST RATIONALE; TRIGGER FOR
              BUYING

          PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING

[EPA Contracts Management Manual, Chapter 1: EPA Forms  1900-8 and 1900-8A
are to be used for originating procurement of personal  property and nonpersonal
services  except   printing  (EPA  Forms  2340-1  or  2340-6),   Advertising  Order
(Standard Form 1143), and Training  (Optional Form 170).  A Procurement Request
Rationale  must accompany  the Procurement Request/Requisition for  all research
and development or service contracts in excess of $10,000, with certain exceptions.]


I.     THE  PROCUREMENT  REQUEST/REQUISITION  (EPA  Forms  1900-8  and
      1900-8A)

      A. A Bridge Between Planning and Satisfaction

         1.   Articulates the need

         2.   Documents the principals

         3.   Details the control  information

         4.   Provides an estimate of cost or price

         5.   Considers a procurement method

         6.   Suggests sources

         7.   Requires approvals

         8.   Permits procurement office insertions

         9.   Reflects distribution channels

         10. Triggers procurement action

      B. Procurement Request/Requisition Importance and Impact

         1.   On the time factor

         2.   On the approval process

         3.   On the procurement process

      C. Policy.  EPA procurement actions shall be initiated only after it has been
         determined that:

         1.   The  acquisition  of personal  property  or  nonpersonal  services  is
             authorized by law

         2.   All applicable regulations have been complied with
                               23

-------
          3.  Appropriate officials have approved the proposed procurement action

          4.  Appropriated funds are, or there is a reasonable expectation that they
             will be, available for obligation

          5.  The  property  or  services  are  adequately  described  and  meet  the
             minimum needs of EPA

          6.  Proper documentation supporting the procurement action has been
             furnished with the procurement request

          7.  All  purchases and  contracts, whether by  formal  advertising or by
             negotiation, shall be  made on a competitive basis  to  the maximum
             practical extent

          8.  Small and minority business firms including 8(a) have been accorded
             an opportunity to participate in the procurement

H.    THE PROCUREMENT REQUEST RATIONALE     /3./..   // -/
                                                          /   ...   , .i
             Are related tasks already under contract?

             Are related tasks programmed for later years?
                                 24

-------
       Present state of the art?
       Contemplated follow-on procurements?
       Any patents, copyrights, or proprietary information?
   5.  Procurement abstract
       For public announcement in  the Commerce Business Daily, a precis of
       the program scope of work  and desired  qualifications of prospective
       contractors.
   6.  Statement of work (SOW)
       A definitive statement of what the contractor  will be expected to do
       and how  the buyer will  assess the  performance  and the conditions
       bearing on performance.  The wording of the SOW in the Request for
       Proposals should be suitable for use in the resulting contract.
   7.  Proposed budget
       Independently  determined  estimate  of  the elements  of  resources
       required for performance with their attendant  estimated price.  This
       is Government privileged  information.
   8.  Reports
       Types,  timing and  frequency, time to review, nature  and  need,
       content and format, and criteria for acceptability.  /;/,,,    ,,_.,  <
   9.  List of recommended sources
       What sources are considered  qualified to perform?
       Is  a small  business  set-aside possible?  If noncompetitive,  has a
       Justification for Noncompetitive Procurement been included?
 10.    Evaluation criteria for competitive procurement
       How  the  proposal  will be evaluated and weighted.  Relates to  the
       product required in the offerers' Technical and Business Proposals.
 11.    Government furnished property, data, or services ..<../.., .  ..,-~
 12.    Unsolicited proposal for research                               '
C. Exceptions
   The following nonpersonal services or supplies do not require a separate
                          25

-------
   "Procurement Request  Rationale" as  described  above.  Normally  the
   following require similar documentation as applicable to small purchases:

   1. Communications services

   2. Housekeeping services

   3. Installation of equipment obtained under separate
      contract

   4. Maintenance of personal and real property

   5. Photographic, printing, and publication services

   6. Stenographic reporting services

   7. Transportation and related services

   8. Delivery orders placed  against Federal Supply Schedule contracts

   9. Orders placed against  any of  the three types of indefinite delivery
      type contracts                              / :liU, •(/.-./.,«
                                                 / - J -   ,•  L<-
  10. Public utility services                      •//"//> < "
ISOLATING TWO ELEMENTS OF THE PROCUREMENT REQUEST
RATIONALE:  STATEMENTS OF WORK AND EVALUATION CRITERIA

A. The Statement of Work for Research, Study, and Investigative Efforts

   1. Its impact

      a. On potential sources

      b. On proposed cost and/or price

      c. On source evaluation and selection

      d. On measuring performance

      e. On rights and  remedies

      f. On the overall procurement process

   2. Erroneous notions and half-truths

      a. Writing is easy.

      b. Specificity is  bad for research and investigative efforts.
                          26

-------
      c.  Thought  is more important  than its articulation; some things are
          best left to the imagination.
      d.  Tight definition corrupts creativity.
      e.  Let clarification occur as performance unfolds.
      f.  The contractor's staff is being paid; let them worry about it.
B. Specific Guidelines for Work Statement Preparation
   1. One interpretation: clarity is paramount.  -  .•<_/ •.  .. -,/,..   />.;.
   2. Flexibility:  the extent must be defined.
   3. Language: use conventional language where possible.
         M,  „<:>.<'•..,-i'L  ./ljf( : A   --
   4. Government obligations: these need to be  carefully delineated.
   5. Delivery schedule: realism is the key.
   6. Tailoring: cut the cloth to suit the need.
   7. Specificity:    express  requirements   quantitatively   as  well   as
      qualitatively.
                           27

-------
                     STATEMENT OF WORK PREPARATION
                         (One Approach Through 0utUt>0 Abc*«>
                              BAEAKDOWN REFINED
                                 ItV ILEHINTSI
                                 SOW OUTLINE

                            I. Nif D IDitCMimONI
                              A. BACKGROUND
                              B. maumeMNT SUMMARY
                              C. HMMCIMl SUHLEMEMTS

                            II. SMCIfIC MEDIUMLIUEHT
                              RfOUMEUENTI
                              A. !AI._   f
                              B. It) J-f.,  W«. «M
-------
      d.  Net conclusion: you have a draft statement of work.
   3. Finishing the job
      a.  Seek a reading and advice about the draft.
      b.  Be open-minded;  someone  else  may  see the forest while you've
          been looking at the trees.
      c.  Edit and rewrite when necessary.
      d.  Be  declarative;   don't  garnish  your product  with  unnecessary
          literary lace.
      e.  Be as objective as possible when you believe the job is done.
          (1)    Read it as though you were receiving it
          (2)    Is it clear, convincing, and complete?
          (3)    Will it get you ( or the user) what is needed?
          (4)    Is it contractible?
D. Considerations for the Preparer of a Statement of Work
   1. Is it sufficiently specific to permit  the preparer and the performer to
      make a list of manpower and resources needed to accomplish it?
   2. Are specific duties  of the  performer stated as requirements so that
      the contract  administration representative  who  signs an  acceptance
      report can determine that the performer complied?
   3. Are proper reference  documents cited  or  shown?  Are  they  really
      pertinent to the tasks?
   4. Are specifications,  standards, or  exhibits  applicable  as shown  or
      cited? Fully or partially?
   5. Is general  information separated from  direction so that  background
      data, suggested  procedures, and the  like are  clearly distinguishable
      from performer responsibilities?
   6. Is there  a date for each thing the performer is to do or  deliver?  If
      elapsed time is used, does it specify calendar days or work days?
   7. Are proper quantities shown, if appropriate?
   8. Have the headings been  checked  for  format and grammatical usage?
      Are subheadings consistent?  Is the text compatible with the title?
                           29

-------
   9.  Have all requirements been reviewed to ensure compatibility with the
       data requirements?

   10.    Are extraneous data requirements eliminated?

   11.    Does it mean what it says and say what it means?

£• Level of Effort or Term vs. Completion Type Tasks^ ¥. h c ' ^-^ << f <'*'*#'
                           ' "    • - "'*  '        •*; / 'y, /jA.

*• Personal/Nonpersonal Services (PIN No.  78-12-10) Reflects EPA  Policy
   initially issued January 30, 1973 with changes and current emphases)
                                               .
   1. Differences between personal and nonpersonal services  .-A.^t ^.    -•  f

   2. Limitations on the use of personal services          . ; /—  - A/& •-/£-

   3. Contracting Officer's written determination

G. Technical Evaluation Criteria Development

   1. Direct  relationship  to the Statement  of Work preparation  and  the
      Procurement Request

   2. Importance to:

      a. Solicitation document

      b. The evaluation plan

      c. Offerers
       ,   r ...
      ' ,' , ftr /"'..'{
                             }
                            /

                               .  DIUJ.S Ilii't. Ci
                           30

-------
VIGNETTE NO. 2; OVERHEARD OVER COFFEE

John  Ringals, an  engineer  who  frequently initiates  procurement  requests,  was
chatting  with Mary Herzog, contract negotiator, at a  midmorning break in the
coffee shop. As John put down his cup on the table, he said to Mary...

John;    "Ya know, Mary, if it wasn't for my cultivated patience I'd  be a wreck. I
         can't get over how much is made of so little in this business!"

Mary;   "Tough morning, huh? You sound perturbed. What's up?"

John?    "You and your contracts management division, that's what's up!  Why do
         you people persist in making the ballgame so difficult?"

Mary;    (LOOKING AT HIM INCREDULOUSLY)  "John, don't  tell me that you've
         had another run-in  with  Harry Sparks.  You two guys are too nice to have
         one go-around after another.  Am I right? Is it Harry?"

John;    (RESPONDING  EAGERLY) "You're  not only right,  you're clairvoyant!
         He hit me right between the eyes this morning with that  old saw about
         'Pro-eure-ment Requests.' You know, the bit about the PR  being basic to
         what alternatives are  open to  contracts so they can  get on with the job
         of satisfying the requirement, and all that jazz."

Mary;    (GOOD NATUREDLY)  "Come  on,  John,  we've been through  all  this
         before. You know he's right."
                                31

-------
John;    (SOUNDING  SOMEWHAT PERTURBED) "Oh, yeah?  You  may think so,
         but I sure don't. And it's a hassle just about every time he handles one of
         my PRs.  This time he questioned my description of a test and evaluation
         technique  we  want  studied  for possible  application  to  a couple  of
         upcoming demonstration  projects. Told  me I  talked  around the need
         instead of to it. Then said he couldn't buy anything  else unless he had a
         'firm handle' on the requirement.

         "To  which, in my  diplomatic way, I replied, 'Harry,  you wouldn't know a
         handle—firm or otherwise—if you were holding on to one.1  1 told him it
         was my requirement, my_ money, and  my neck. I tried to do him a favor
         by recommending a competitive contract^ but he didn't even pick that up.

         "Then   he  goes into  his standard  song-and-dance about  methods  of
         procurement and how my PR puts him in  a position  of not  being able to
         do hisjob.  Like I said, if it weren't for my cultivated  patience..."

Mary;    (INTERRUPTING)  "...Hey,  John,  wait   a  minute.   Your  patience,
         cultivated or not,  is wearing thin. And maybe Harry's  is too. You guys
         ought to sit down and sort the problem out."

John;    "What's to sort out,  Mary? Old  Harry's all right, I guess. But he persists
         in this notion of his job and my job. I'll do mine. Always have.  His is to
         get  on with it and satisfy the need.  What in heaven's  name has my
         description of a projected technical effort  got to do with determining a
         method of  procurement? That  kind  of  thing, at  least   for me,  is a
         reflection  of law and  regulations, not technical requirements.  Right,
         Mary?"

         •  If you were in  Mary Herzog's position, how would you respond to John
            Ringals?

         •      Were  John  Ringals and  Harry Sparks "to sit down and sort  the
                problem out," where would you  suggest they begin?

                              ****************
Copyright 1977, Sterling Institute (DAC)
                                 32

-------
TOPIC ffl.   THE PROCUREMENT REQUEST RATIONALE: TRIGGER FOR
       BUYING (cont,)
IV.   COST ESTIMATES:  INDEPENDENT AND OTHER

      A. Some Basic Questions

         1.  What is a cost estimate?

             A forecast of a future result in terms of cost, based upon information
             available at the present time

         2.  What is a cost?

             An amount of  dollars identified (or estimated) for an element of
             performance  or work,  or  for  coverage  of  projected  expenses,
             exclusive of an amount for what is usually called profit

         3.  What is a price?

             A total amount of  dollars identified for the performance of  work or
             for a product, including an amount for what is usually called profit

      B. Basic Elements of Costing and Pricing

         1.  Direct costs (examples)

             a.  Labor    -  .'''• > •/  ' (' •  •'  '/

             b.  Materials

             c.  Equipment

             d.  Consultants

             e.  Travel (sometimes)

         2.  Indirect costs

             a.  Overhead

             b.  General and administrative

         3.  Prof if or fee ...    '  ,       .- .<
                             • f  ~it.  . i  . ,

         4.  Role of auditors

         5.  Use in the award decision

      C. Estimating Techniques;  Pro and Con

         1.  Detailed                                //,  ..     '/  '  ••' '
                                33


-------
                        .  ,   ,,/.:.._•    ,   /« .'<••• ,  /-«'/«•/ ..-'/X"-(
                                                 •  •/.> <• fV. yf ,  ,;. ./VV-^
   2.  Parametric

   3.  Level of effort

D. The Role of Technical Personnel in Cost Estimating

   1.  Utilizing a cost or price information base

   2.  Identifying resource needs - /:•••.• •• ••'.'•      ''  '••

   3.  Analyzing resource estimates

   4.  Estimating the unknown: work at it; don't guess.

E. Impact of the Government Cost Estimate

   1.  On selecting a contract type for the project or job to be done

   2.  On evaluating the credibility of contractor-proposed costs relative to
       the project or job to be  done

  *3.  On establishing Government cost objectives as  differentiated from
       contractor-proposed costs  .  A^^.^^.*  )>:/<.
-------
VIGNETTE NO. 3;  WOULD YOU TAKE ISSUE OR AGREE WITH . . .

A  person's point  of  view reflects  many  influences, influences  that  one should
consider in order to assess why stands are taken and positions put forth.  Listen to
the following  points of view, and be ready  to  say whether or not, and why, you
would take issue or agree with each.

      •   Would you take  issue or agree with a contractor who says: "I  haven't any
          problems with your suggested price for our services.  I mean, let's face
          it.  If a price is fair and reasonable—and this  one is—in your terms as a
          buyer, then it certainly has to be in mine as a seller."

                               ***************

      •   Would you take issue or agree with a contract negotiator who  admonishes
          you  with:   "Always  remember that  a buyer's  concern  is  with  what
          something  'should cost'; a  seller's concern  is with what  something 'will
          cost.1  There  is  a real distinction between the two, one  that  all of us
          should be aware of."

                               **************

      •   Would you take  issue or  agree with  a colleague who asserts  that:  "A
          proposer's cost  or  price estimate is almost never influenced by  factors
          aside from the immediate  project or job to be done. A  business has to
                                35

-------
          recover its costs now. ..lest later recovery be too little, or too late."

                                ***************

          Would you take issue  or  ggcfifuwith an engineering estimator who takes
          the position that:  "In  research and study projects, it isn't salary rates or
          indirect  costs  that  get to the  heart  of the estimating job. It's those
          technical analyses  of  labor  and other resources that create  estimating
          confidence. That's where  it's at."

                                ***************

          Would you take issue  or  agree with a Project Officer who admits that:
          "We could save a lot of time and frustration if  we'd just let  contractors
          know how many  dollars  we have for  the  job!  It gets to be a  guessing
          game, doesn't  it?  We go through  this elaborate  waste of  time with
          in-house  estimates.. .bump  them  against contractor estimates. ..and  we
          still end up wide of the  mark.  Let's turn  it around! Tell 'em we've got
          $50K for the job, and let them  tell us what they'll give us for  it. Now
          that's real competition, isn't it?"
                                ***************
I    _?     ^        .  y\    /
 Copyright 1977, Sterling Institute (DAC)
                                  36

-------
TOPIC IV.      CONTRACT TYPE SELECTION:  DEALING WITH RISK AND
               REALISM

          PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING

I.     THE NATURE OF CONTRACTS

      A. The Contract Type Environment

          1.  Mutual assent

          2.  Conditions of performance                  '••
                                       1   t  ' ' •  • '   • ^  •'. •
          3.  Consideration
             •• - •••' ••'' •'• •     •..•-  .  ,   -    •<-    ..,.••••••-••   s ''
          4.  Legal enforceability

      B.  Differing Connotations of "Contract Types"

          1.  Compensation or pricing arrangement

          2.  Form and structure

          3.  End purpose

II.    COST RISK AND COST REALISM

      A. Cost Risk

          1.  Assumption  of  exposure to monetary loss in light  of the uncertainty
             associated with performance

         2.  Degree of willingness to assert a  projection of costs relative to their
             probable incurrence

      B. Cost Realism

         1.  Basis  for estimating (forecasting) a  future  result  in terms of cost,
             based on information available at the time

         2.  Association  of  the probable costs of  performance  with a reasonable
             basis for projecting resource use and  expenditure in light  of specified
            goals or objectives

m.    CONTRACT TYPES: AN OVERVIEW OF FUNDAMENTALS

      A. Selection of Contract Type

         1.  Responsibility of the Contracting Officer

         2.  Factors that affect contract type selection

            a. Cost risk identification
                                37

-------
      b. Kind and complexity of requirement
      c. Period of performance
      d. Urgency of the requirement
      e. Adequacy of a performer's estimating and accounting systems
      f. Extent and nature of subcontracting
      g. Past procurements
B. The Basic Contract Type Families
   1. Fixed-price
      a. Common characteristics
      b. The type most preferred: firm fixed-price
   2. Cost-reimbursement
      a. Common characteristics
      b. The type most used: cost-plus-a-fixed-fee
C. EPA Trends
   1. Level of effort
   2. Directions of work
   3. Contractual options
                          38

-------
   PROCUREMENT METHODS AND CONTRACT TYPES
  FORMAL
  ADVERTISING
     NEGOTIATION
 FIXED PRICE
FIXED PRICE


FIRM FIXED PRICE


*'
FIXED PRICE WITH
ESCALATION
COST
REIMBURSEMENT
                                       COMPLETION
                                       (END ITEM)
PROHIBITED: Cost-Plus-A-Pereentage-of-Cost Contracts
                   39

-------
TOPIC V.      THE COMPETITIVE AND NONCOMPETFTIVE ENVIRONMENTS FOR
              RESEARCH, STUDY, AND INVESTIGATIVE EFFORTS

          PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING

tEPA Contracts Management Manual, Chapter 3: Negotiated procurement by EPA
will be conducted competitively to the maximum practical extent.  Noncompetitive
procurement may be conducted only when  the Contracting Officer finds that one or
more  ... circumstances exist.  (Nine such circumstances are indicated in Chapter 3,
paragraph 8. b.)]

I.     THE COMPETITIVE ENVIRONMENT

      A.  Maximum Competition Consistent with the Requirement and Need

          1. What is competition?

          2. Is it the same under all buying circumstances?

          3. How can it be generated to the maximum practical extent?

          4. How much competition is enough?

      B.  Mistaken Assumptions about Competition

          1. The numbers game; more than one suffices.

          2. Success ensured by the marketplace; no need to work at it.

          3. Has a harmful effect on technical excellence; avoid or minimize it
            for complex requirements.

          4. Only  thing it  buys  is problems;  it's the marketplace counterpart of
            Pandora's box.

      C.  Adequate Price Competition

          FPR l-3.807-l(b) (1):  "Price competition exists if  offers are solicited and
          (A) at _ least  tw° responsible offerers  (B) who can satisfy the purchaser's
          (e.g., the Government's) requirements  (C)  independently contend for  a
          contract to  be  awarded to  the responsive and  responsible offerer
          submitting the  lowest  evaluated  price (D) by submitting priced  offers
          responsive to the expressed requirements of the solicitation."

      D.  Adequate Technical Competition

          1. Assessed for each procurement

          2. Front-end project and procurement management influences

            a. Timely in-house action
                                41

-------
                    b.  Realistic proposal and delivery requirements.

                    c.  A  solid  and  well-prepared  solicitation  document  (Request for
                       Proposals).

                    d.  Remember:  it's what potential sources compete about that makes
                       them competitive, and not the fact that there is more than one of
                       them in the marketplace.

              E.  Competitive Negotiation

     •       ,a   A negotiated procurement that (1) is initiated by a Request  for Proposals,
   *•   il  /     which sets  out  the  Government's  requirements and the  criteria for
  "X< /'    /      evaluation of offers, (2) contemplates  the submission of timely proposals
  ,Li    , ,r       by the  maximum  number  of  possible  offerers, (3) usually  provides
       :/'        discussion with those offerers found to be within the  competitive range,
         , L       and (4) concludes with the award of a contract to the one offeror  whose
       ':•'-"        offer, price  and other  factors considered,  is most  advantageous to the
.  jh'> !           Government.

              F.  Competition Generalized

                 An environment of varying dimensions relating to buy-sell relationships
                 in  which the buyer  induces, stimulates,  or relies on  conditions in the
                 marketplace  that  cause independent sellers  to  contend  confidently for
                 the award of a contract.

       fl.     THE NONCOMPETITIVE ENVIRONMENT

              A.  Preparing a Justification for Noncompetitive Procurement;
                 Factors to Consider

                 1.  What  unique capability  applicable  to the specific effort does the
                    proposed  contractor have  that  places  it clearly in  a  preeminent
                    position over other organizations?

                 2.  Is  competition  precluded because of  the  existence of  patent rights,
                    copyrights,  secret  processes,  control  of basic  raw  materials,  or
                    similar circumstances?   However, the mere  existence of such rights
                    or circumstances  does  not in and of itself  justify a noncompetitive
                    action.

                 3.  Is  the effort a continuation  of  a  previous  effort  performed by the
                    proposed  contractor; and to  what  degree is such previous effort  a
                    factor in the nature of the current procurement?

                    Such questions  as the following  should be  considered and addressed if
                    pertinent:

                    a. Is the added  effort  a  minor supplement  to  a completed project
                       requirement?
                                         42

-------
      b. Is the added effort  a major supplement to a completed project
         requirement?

      c. Is the added effort a segment of an essentially continuing project
         requirement?

   4. Does the proposed contractor  have  exclusive access to personnel who
      are  considered preeminent experts  in the particular fields necessary
      to perform  the work?  If so,  identify the expert(s)  and the basis for
      the person's or persons' expertise.

   5. What facilities, equipment, or  data  does the proposed contractor have
      that are specialized, vital to the effort, and  that no other company
      can   provide?   Can  the  Government  furnish  such  resources  as
      Government-furnished equipment or  data?

   6. Are  Government-owned  facilities involved?  If so,  list the facilities.
      Can these or similar  facilities be  made available  to any competing
      offerers?

   7. Is the requirement  to be procured from  a regional,  State, or local
      governmental unit?  If so, explain the circumstances.

   8. Is an  urgency situation  the basis  for  the  JNCP?   There are valid
      reasons  for  obtaining the  required goods  or  services on an  urgent
      basis, and although  there is more than one firm capable of delivering
      the  required goods or  services,  no  firm  could  deliver  within  the
      required performance  period if competitive  procedures are used or if
      only limited number of  firms  are solicited  and expedited evaluation
      and  award  procedures are employed.  Explain the situation and  the
      circumstances that  have led to the need for  an urgent procurement
      action.

   9. If the proposed basis for the JNCP is a request to award a contract to
      the submitter of an  unsolicited proposal, see FPR 1-4.910 (Unsolicited
      Proposals).

B. JNCP Limitations;  Factors that cannot be used

   1. The  proposed organization is  either a nonprofit organization,  a  tax
      exempt entity, or a volunteer citizens group.

   2. The  proposed  organization  has  a  large price  advantage  and it is
      believed that there  is little or no willingness  in the market to supply
      competitive offers (Comptroller General Decision B-l87369, 2/28/77).

C. Supportable and Determinative JNCP

   1. Spell out facts and avoid generalities.

      a. Tested the marketplace. How? Through what medium?  With what
         results?  Are they valid?

-------
         , f
        /
            b.  Literature search. How extensive? Where?  When?

            c.  Peculiar  or  unique  features.  Mandatory  for  ...  performance
                requirements, compatibility, continuity, operability, or what?

            d.  Required  talent.  How come?  Who has it?  How do you know?
                Have others been sought?

         2. Tell it like it is.

            a.  Unvarnished facts and reason are their own reward; keep it simple.

            b.  Don't justify the Justification; justify the  basis  for  the noneom-
                petitwe environment.       ~~                        	

m.    IDENTIFICATION OF INTERESTED AND CAPABLE SOURCES

      A. Synopses of Proposed Procurements and the Commerce Business Daily

         1. General requirements for inclusion

         2. Requirements that need not be synopsized

         3. Special case of advance notices for research and development

      B. Small Business Sources

         1. Requirements for possible participation

         2. Prescribed  size  standard  for  research,  development,  or testing
            industries

         3. Advantages  of  the  small  business  as research  and   development
            performers

      C. Non-Solicitation Devices to Uncover Sources

         1. Letters of  interest

         2. Utilization of professional symposia and conferences

         3. Presolicitation notices and conferences

IV.    UNSOLICITED PROPOSALS:  TREATMENT, ASSESSMENT, AND
      DISPOSITION

      A. Unsolicited Proposals  and  Their  Importance  to  the  EPA Mission  and
         Programs

         1. Tapping inventiveness

         2. Uncovering ideas

-------
   3.  Encouraging the resource of thought

B. EPA's Definition

   An unsolicited proposal is a voluntary offer to perform work the offeror
   considers to have both technical merit and relevance to EPA programs.
   The unsolicited proposal usually offers ideas, processes,  techniques, or
   equipment  that the  proposer  considers  new,  novel,  or  unique  and
   deserving of support by an EPA grant or contract.

C. Treatment, Assessment, and Disposition

   1.  Centralized  control point for receipt  and processing  (regardless of
       where received in EPA) is the Grants Administration Division, Office
       of Administration;   .   ,     p \.,  • <, .*  ..: .. -\

   2.  Treatment   includes  acknowledgment   to  proposer  or  proposing
       organization, specifying a proposal control number, and  transmitting
       proposal to appropriate program office for evaluation.

   3.  Favorable assessment  may lead to funding and a grant or the award of
       a  contract.

   4.  Encouragement of cost-sharing

D. Importance of Fair Treatment and Nondisclosure

   1.  Confidentiality of information

   2.  Restrictions against intra-EPA reproduction

E. Some Questions of Interest

   1.  How does industry define or characterize an unsolicited proposal?
       ''..•'.:*>,<...<    '   '' •
   2.  What  is not  an unsolicited proposal  that might  be  submitted  and
       called one?    ,-   , .  ,

   3.  What are  minimum content needs  in  order  to assess  an unsolicited
       proposal?        ,            .-./            ,...-,/

   4.  What if an unsolicited proposal is determined  to represent a need but
       its attending information is somewhat shabby?

   5.  Does  an unsolicited proposal, because it is designated as one, justify a
       noncompetitive award?

   6.  If  an unsolicited proposal suggests a  new or unique solution to  an
       already-known  problem for which there  may be others who could also
                          45

-------
   address the problem, is it improper for EPA to develop a performance
   specification and competitively solicit proposals?
                                                   -*'•'• ^j-
7. Do EPA restrictions exist which preclude noncompetitive awards for
   certain  types  of  supplies  and  services  even  though  unsolicited
   proposals are submitted to provide them?

8. How many  truly unsolicited proposals are submitted to EPA?
                       46

-------
                             THE COMPTROLLER OENERAL
DECISION (-(ir.^J].) OF THE UNITED  STATES

                             WASl-trlMGTOIM.  DC   2 O S 4 B
 FILE:      B-183487                 DATE: July  3,  1975

 MATTER OF:    American Federation of Government Employees
                  Local Ho. 3347, AFL-CIO

 OIBEST:

1.  Whether EPA service contract for warehouse receiving function
    Is Improper will depend upon whether contractor or employees
    are functioning in contracting agency administration of con-
    tract essentially as Government employees as tested by fac-
    tor* delineated in Civil Service Commission 1967 opinion, as
    supplemented.

2.  OMB Circular A-76 expresses policy guidance with respect to
    whether certain services should be provided in-house or
    purchased from commercial sources, but alleged failure of
    agency to comply with Circular is not for consideration under
    GAO bid protest procedures.
     The American Federation of Government Employees (AFGE), Local No.
3347, AFL-CIO. has protested the proposed award of a contract by the
Environmental Protection Agency (EPA), Contracts Management Division,
NCCH-7, Research Triangle Park, North Carolina, on the grounds that
the proposed award is for personal services and would create what is
tantamount to an employer-enployee relationship between the Government
and contractor personnel in violation of Federal personnel laws.

     More specifically, the proposed procurement is for the receiving
function at the EPA warehouse at Research Triangle Park.  The procure-
ment contemplates that a contractor will be selected who will accept
the responsibility for receiving all shipments delivered to the
EPA warehouse and performing associated paperwork to facilitate timely
delivery of the materials to the requestor and acceptance of the
materials by the Government.

     Presently, all functions relating to receipt, delivery and ware-
housing of materials are being accomplished by a small group of Civil
Service employees who virtually perform all aspects of the warehousing
function.  However, to provide an allegedly more efficient operation,
It was determined by the Director of the General Services Division of
the local EPA Office of Administration that the receiving function
could best be performed by an independent contractor.
                       47

-------
B-183487
     Aa * result, discussions were held with Small Business
Administration (SBA) representatives for the Atlanta Region
prior to announcement of any proposed procurement to the general
public.  SBA requested that the procurement be set aside for SBA
for award to an eligible concern under the provisions of section
8(a) of the Small Business Act. as amended (IS U.S.C. f 637(a)).
Accordingly, request for proposals (RFP) DU-75-C196 was issued
to the SBA on March 14, 1975.  Subsequently, the RFP was modified
to "* * * reflect the planned manner of operation of the contract."

     The fact that a contract is for services of a particu-
lar nature, e.g. a receiving function, does not in itself
indicate that the contract is improper.  In general, a con-
tract of this nature may be improper if the contractor or its
eaployees are functioning in the agency's administration of the
contract essentially as Government employees as evidenced by the
existence to a substantial degree of the factors listed in the
October 1967 Civil Service Coomission opinion as supplemented in
1968.  B-181436, November 1, 1974.  In this case, the work will
be performed in an area dedicated to such receiving function and
"there will be no mingling of Government and Contractor personnel
in that area."  Also, it IB our understanding that there will be)
no supervision of contractor personnel by Government personnel. '
Therefore, we are aware of nothing in the contract which would
violate the principles enunciated in the Civil Service Commission
opinions.  Administration of the contract in violation of the
doctrine in such opinions would be inconsistent with the expressed
contract purpose and Intent.

     In protesting the proposed award, the AFGE has contended
that any ensuing contract would be in contravention of OMB
Circular A-76 and therefore would be illegal.  This conclusion
is reached by AFGE by comparing the allegations it has presented
with the standards for appropriate service contracting as set
forth in the Civil Service Commission General Counsel opinion
issued in 1967 regarding the legality of selected contracts at
the NASA Goddard Space Flight Center.  See B-133394, November 1,
1967.

     OMB Circular A-76, while expressing policy guidance with
respect to whether certain services should be provided in-house
or purchased from commercial sources, is not a regulation in the
sense that failure of an agency to comply may affect the validity
of the procurement and, therefore, the  issue presented is not
properly for consideration under our bid protest procedures.  See
53 Comp. Gen. 86 (1973); B-179943, December 26, 1973; and General
                       48

-------
B-183487
PataComm Industries. Inc.. B-182556, April 9, 1975.  In that
connection, in 53 Comp. Gen., supra. it was stated:

     "* * * ve have always regarded the provisions of
     Circular A-76 as matters of Executive policy which
     do not establish legal rights and responsibilities
     and which are not within the decision functions of
     the General Accounting Office. * * *"

     Nevertheless, although It is not for consideration under our
bid protest procedures, we do have a continuing Interest In the
matter from a management-audit standpoint.  In that regard, we
•ent an auditor-attorney team to the EPA facilities at Research
Triangle to examine the operation as It exists and to discuss
the situation with EPA officials and employee union representa-
tives.  Further, compliance with the Circular is of deep concern
to us and we plan to utilize the Information contained In the
record in connection with our responsibilities.  Also, in a
separate letter of today, we have suggested to the EPA  Adminis-
trator that he may wish to review the circumstances to consider
whether the proposed procurement should proceed under the pro-
visions of EPA*s Implementation of Circular A-76.
                         Deputy Comptroller *»enera
                                of the United States
                       49

-------
Comptroller General Decision B-l 83487, July 3, 1975

      American Federation of Government Employees
      Local No. 3347, AFL-CIO
Having read the preceding decision, prepare to answer the following questions.

      1.   Whose interests do you see reflected in this decision?
      2.  What did the Comptroller General decide on this matter?
      3.  How  might this  protest  affect the  providing of  warehouse receiving
          services?
      4.  What position might the EPA Small Business Advisor be likely to take on
          this problem?
                                 50

-------
DECISION
rum COMPTROLLER OBNBRAL
Of TMB  UNITKD BTATK*
WASHINGTON,  o.c.  a o o a B
 FIL€:   B-166506
         DATE:  July 26. 1974
 MATTER OF:   Environmental Protection Agency sole-source
                 procurements.

 DIGEST:         Factors used to justify sole-source
                  procurement of public education and
                  Information programs such as:  non-
                  prof it" organization's makeup; fact that
                  organization would utilize volunteers
                  la performance; organisation's rapport
                  and understanding of State and local
                  Government, key memberships, respected
                  position, community support and coalition
                  approach do not represent proper justifi-
                  cation for noncompetitive procurements
                  Irrespective of fact that nonprofit organi-
                  zation could quote lower price since statutes
                  require full and free competitive consistent
                  vlth what is being procured.

     Thin decision relates to our Office's review of certain awards
made, under the Transportation Control Flan Public Affairs Program
of the Environmental Protection Agency (EPA).

     The solicitation in question all Involve procurement of similar
services and will, therefore, be discussed as a whole rather than
individually.  The services desired were public education and infor-
mational programs dealing with transportation control strategies
needed to achieve ambient air standards in 38 major metropolitan
areas throughout the United States,  tn all the questioned procure-
  nt, swards were made on a noncompetitive negotiated basis.
     Each of the awards, save one, was justified on the basis that
the services would be performed by nonprofit, tax exempt, volunteer
cititena organizations, each having an objective to work for clean
air through education.  It was determined that the organizations
•elected were the ideal cross section of the communities Involved
to publicize the clean air educational program.  Moreover, these
organizations were selected because the majority of their efforts
were to be performed on a volunteer basis by community leaders,
university personnel, civil servants, state legislators, businessmen
                        51

-------
B-166506
and representatives of area environmental and civic organizations.
further justifications for the noncompetitive procurements vere
aa follows:  rapport and understanding of state and local Govern-
ment,, key memberships, respected position, community support, and
a coalition approach.

     We do not, however, believe that the above-stated reasons
represent proper Justifications for obtaining the services on a
noncompetitive basis.

     In the conduct of Its procurements, EPA is subject to the
Federal Procurement Regulations (fPR), 41 Code of Federal
Regulations, chapter 1, as well as its own procurement regula-
tions, EPPR, published at 41 Code of Federal Regulations, chapter
IS.  fPR 1-1.301-1 states specifically that "All purchases and
contracts, whether by formal advertising or by negotiation,
•hall be made on a competitive basis to the maximum practicable
extent."  FPR 1-1.302-1 Cb) provides that "Irrespective of
whether the procurement of supplies or services from sources
outside the Government is to be effected by formal advertising
or By negotiation, competitive proposals * * * shall be solicited
from all such qualified sources as are deemed necessary by the
contracting officer to assure such full and free competition
as Is consistent with the procurement of types of supplies and
services necessary to meet the requirements of the agency
concerned."

     In the past, our Office has recognized that noncompetitive
awards may be made where the item or services are unique
(B-17S953, July 21, 1972}; where time Is of the essence and only
one known source can meet the Government's needs within the
required timeframe (52 Coop. Gen. 987 (1973)); where data is
unavailable for competitive procurement (B-161031, June 1, 1967);
or where it is necessary that the desired item manufactured
by one source be compatible and interchangeable with existing
equipment (B-152158, November 18, 1963).  See, also, SO Comp.
Gen. 209 (1970).  To the extent that a nonprofit, tax exempt,
volunteer citizens group falls within one of the preceding
examples, a noncompetitive procurement may be justified.

     However, we find no authority justifying a noncompetitive
award solely on the basis of a firm's status as either a non-
profit organization, a tax exempt entity, or a volunteer citizens
group.  Moreover, we can find no authority to support any of the
further justifications for making noncompetitive awards.
                       52

-------
B-166506
Additionally, the justifications for award contained In the
record indicate that there are other firms or organizations
available to provide the services, but that these other entities,
if-awarded a contract,'night, in EPA's view, have a more difficult
tine putting forth EPA's message for one reason or another.
The fact that a particular group can perform the services with
greater ease than any other group or firm does not,"in our
opinion, justify a noncompetitive procurement to the exclusion
of others.  We note, in this regard, that these reasons seen
contrary to the specific bases stated for making award to a
private firm in the New York. City area.

     While It Bay not be in the best Interests of the Government
at this point in tint to disturb the awards in question, we do
have serious reservations concerning future sole-source procure-
ments for these types of services.  In our opinion, there Is
no overriding uniqueness in the fact that a firm is either a
consortlira, tax exempt, or a nonprofit organization.  It is
clear that several organizations throughout the United States
have the ability to disseminate the EPA message.  Therefore,
vblle nonprofit organizations may be able to quote a lower price
for these services, other organizations should he afforded an
equal opportunity to compete.

     We, therefore, recommend that EPA eliminate any noncompetltive
restrictions In future procurement for this type of service.
                                               JH
                       Deputy Comptroller GenerarV,,
                              of the United States
                       53

-------
Comptroller General Decision B-166506, July 26, 1974

      Environmental Protection Agency sole-source procurements


Having read the preceding decision, prepare to answer the following questions.

      1. How did this decision come about?
      2. Whose interests are being examined in this decision?

                               ,X
      3. What impact has this decision had on the EPA procurement process?
      4.  How  does  this decision affect  the  work of Project Officers and other
          technical personnel?
                                 54

-------
TOPIC VI.   REQUESTS FOR PROPOSALS, SOURCE EVALUATION AND
            ASSESSMENT, THE CONDUCT OF NEGOTIATIONS, AND
            TREATMENT OF UNSUCCESSFUL OFFERORS: MAJOR
            CONSIDERATIONS IN THE AWARD-MAKING PROCESS

          PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING

Source evaluation and selection is performed in accordance with PIN 77-15, dated
February 7, 1977, A copy of this PIN  is included in the Reference Materials portion
of this volume.

I.     THE SOLICITATION PROCESS

      A. Basic Objectives

         1. To inform (about the requirement)

         2. To specify (conditions of solicitation)  ,      .,..

         3. To encourage (competition to the maximum practical extent)

         4. To require (responses  in  consonance  with specified  format  for
            submission)   ,   •/. ,,-..,.   ,,  •/.,  „,     •/;•:*-"•:
                                                        _            .'!«*"'
      B. The Solicitation Document (RFP); What Is It and Why Is It Important?^

         1. Responsibility for preparation and review: who does what?

         2. Structuring the solicitation document

            a. Major sections (indicative)

               •  Cover letter and information

               •  Instructions to offerers (proposers)

               •  Draft contract schedule

               •  Work statement

               •  Evaluation crite

               •  Boiler Plate —
                   •Yvt'-H i [..(I,-'
            b. The RFP as a medium for enforcing national priorities, programs,
               and socioeconomic goals

               •  EPA's Small Business Program
                          •*<.*-«••... , '. v.'l,.,.---•>« / ."'* /'"( i '< !•('''/< <(
               •  EPA's Minority Business Enterprise Program

               •  Davis-Bacon-
                                55

-------
                •   Service Contract Act -  *

H.     PROJECT/TECHNICAL  PERSONNEL  IMPACT   ON THE SOLICITATION
       AND AWARD-MAKING PROCESS

       A. Determinative Inputs to the RFP

          1. The contract schedule

          2. Qualification  criteria (i.e., when appropriate,  criteria that define the
             type or kind of source considered suitable to perform)

          3. Evaluation criteria (i.e., specified factors in light of which submitted
             proposals will be evaluated and  ranked)
                             TECHNICAL FUNCTION IMPACT ON
                          SOLICITATION, EVALUATION AND AWARD
                SOLICITATION
                                               • EVALUATION
                              PTOTOMEM
                                         PROPOSAL
                                        EVALUATION
                                                     RESULT


                                                     ACCEPTABLE

                                                     ACCEPTABLE

                                                     UNACCEPTABLE

                                                     ACCEPTABLE

                                                  *  (MARGINAL)

                                                     (MARGINAL!
   COMPETITIVE    '
RANGE DETERMINATION
. WHO'S IN ...»

• WHO* OUT ...»
• WHAT TO DO ABOUT
 IT ... 7
• WHO'S IN CHAHOE7
                                           • AWARD


                       CONTRACTINGIWFICER

                           ••RESPONSIBLE

                               • HAS TO RELV (IN TECHNICAL JUDGMENTS

                                 	•- JUSTIFICATION FOR AWARD IAND NOH-AWAHDI
                                    REFLECTING TECHNICAL AND OTHER EVALUATION ACTIONS
      B.  Proposal Evaluation Criteria and Competitive Range Determinations for
          Competitively Negotiated Procurements

          1.  Must the RFP identify and articulate  the evaluation criteria (factors)
             and  provide a  reasonable idea or specific  numerical identification of
             their relative importance? Yes.
                                  56

-------
2.  Must the  stated evaluation criteria  clearly  indicate  the relative
    importance of each criterion? Yes.

3.  How has  the  Comptroller  General stated  the principle  requiring
    evaluation criteria disclosure in RFPs?

    "Intelligent competition requires, as a matter  of sound  procurement
    policy,  that offerers be advised of the evaluation  factors to be used
    and the relative  importance of those factors. Each offeror has a
    right to know  whether the procurement  is intended to  achieve a
    minimum standard at the lowest cost or whether cost is  secondary to
    quality. Competition is hardly served  if offerers  are not given any
    idea  of the  relative values of technical  excellence and price."  (52
    Comp. Gen. 161, 14 G.C./394)

4.  Must the criteria set out in 'the fttfP be the criteria actually used in
    evaluation? Yes.

5.  Can  they  change in  the  course  of the solicitation process?  Yes.
    Must  contenders  be  advised  of  the  change(s)  and  given  the
    opportunity to modify their proposals accordingly?  Yes.

6.  Where  specific  percentages or  weights are not specified,  must the
    stated  evaluation  criteria  be   listed  in   descending  order  of
    importance.  Yes, where the descent is relatively slow and uniform.
    (But relative importance of each often should be stated.)

7.  What if the descent  of non-weighted  criteria is interrupted  by a
    factor(s) that represents an exceptionally large or small part(s) of
    the  overall scoring? Then  the  predominant value of that factor(s)
    should be indicated in the RFP at least in some narrative form.

8.  Is an evaluation based on  a comparison of an  offerer's score with a
    predetermined   score   for  acceptability  proper?   No,   such  a
    comparison is improper.

9.  Who  is  responsible for determining the  competitive  range?   The
    Contracting  Officer.   On  the  basis  of what   factors?   Those
    determined  to   be  salient to the  procurement  (i.e.,  technical,
    price/cost, delivery, and so forth).

10. When is the competitive  range determined?   Once proposals  have
    been received, an initial screening is done to rule  out those that are
    technically unacceptable.  Those  remaining are then  evaluated and
    scored  from both the technical and business standpoint. Meaningful
    discussions  are  then  held  with those  offerers determined  by the
    contracting officer  to be  within the  competitive  range.   These
    discussions  are  limited   to   clarification  and   do  not  provide
    opportunity for correction of deficiencies.
                       57

-------
11.  When  must a proposal be  regarded  as  being in the  competitive
    range?  It must be regarded as being in the competitive range unless
    it is so technically inferior or out of line with regard to price that
    meaningful discussions are precluded.

12.  What's that mean?  It means that a proposal  is  in  the  competitive
    range as long  as  there is real probability that  it  can be clarified to
    the point where it becomes the most acceptable.
                        58

-------
                                  COPY
B-174589 (2)                                     March 28, 1972
Dear Mr. Ruckelshaus:

      Enclosed  is a  copy of our  decision of  today  to  Envirotronics denying its
protest against the award of a contract to Franklin Institute Research Laboratories
pursuant  to request for proposals No. CI 72-0003, which was the subject of a report
dated February 23,  1972,  from  the Assistant Administrator  for  Planning and
Management.

      There are two  aspects of this procurement which require comment.  We have
many times stated that when a point evaluation formula is used in the evaluation
process, as here, sound procurement policy dictates that offerors be informed as to
the evaluation factors and their  relative  weight  or importance. See 50 Comp. Gen.
59, 61 (1970),  and cases cited.  The  RFP in the instant case was deficient  in this
respect.  Also, as pointed out  at  page  60 of the cited  case, we  have serious
reservations as  to the  propriety  of determining which  proposals  are within a
competitive range  by  comparing  their  scores  with  a  predetermined score  for
acceptability,  which was  apparently  done here, without reference to the array  of
scores actually  achieved.   We question  whether  the   procedure   employed  is
conducive to obtaining the maximum practicable competition contemplated  by the
statutes and regulations.  We therefore suggest  that appropriate action be taken to
prevent a recurrence of these deficiencies in future procurements.

                                               Sincerely yours,
                                                R.F. KELLER
                                               Deputy Comptroller
                                               General of the
                                               United States

The Honorable William D. Ruckelshaus
Administrator, Environmental Protection Agency
                                 59

-------
B-174589                                        March 28, 1972
Envirotronics
7540 Balboa Boulevard
Van Nuys, California  91406

Attention:   Mr. Dale L. Carpenter
             President

Gentlemen:

      Further reference is made to your protest against the award of a contract to
Franklin Institute Research Laboratories by the Environmental Protection Agency
pursuant to request for proposals No. Cl 72-0003.

      The subject RFP was  issued  on July  28,  1971, for research in scientific
literature  and  other  specified  services in connection  with the  offset printing of
abstracts of published papers  concerning health aspects of pesticides to be used in
the publication  of monthly issues of the "Health Aspects of Pesticides Abstract
Bulletin."  Eight proposals were received  by the  closing date of  August 26, 1971.
After technical evaluation of the proposals they were ranked as follows:

                                            Technical
                                              Rating         Amount

      Franklin Institute                          95          $119,194
      Bionetics Research Labs                    85            105,000
      Herner Information Service                 76             89,605
      Scientific Literature Corporation            68            108,000
      Envirotronics                              62             88,132
      George Washington University               62             69,489
      Allen Associates                           47             51,564
      The Learning Center                       43             84,706

      Negotiations were conducted  with Franklin Institute and Bionetics  as the
only offerers determined to be  within a competitive range, price and other factors
considered. As  a result of the  negotiations, Franklin Institute's price was reduced
to a  fixed price of  $114,199, and Bionetics1 price  was  increased to $119,250.
Therefore, award was made to Franklin Institute on November 1,  1971.

      You contend that your lower offer of $88,132.26 should have been accepted
as you were responsive to the RFP,  offered certain advantages  in techniques over
the previous contractor, and  all of your  personnel to  be assigned to the contract
have advanced  degrees in  their  respective fields.  Also, you question the procuring
agency's assessment of your technical capabilities to fulfill the contract. Further,
you point out that your firm  submitted a Certificate  of Eligibility for  preference
under Defense  Manpower Policy No. DMP-4.  Finally,  you object to an  award to a
"non-profit" concern for $26,000 more than your offer.
                                  60

-------
B-174589
      The negotiation  of this  procurement  was subject to Federal Procurement
Regulations  (FPR)  l-3.805.1(a)  requiring written  or  oral  discussions  with  all
responsible offerers who submit proposals within  a competitive range, price and
other factors considered.  It  has  been held  that  "other factors"  includes the
technical  acceptability  of proposals. See 46 Comp. Gen. 606 (1967).  We have also
held that  the determination of competitive range, particularly as regards technical
considerations, is primarily  a matter of administrative discretion which will not be
disturbed  by our Office in the absence  of a  clear showing  that such determination
represented an arbitrary abuse of discretion.  See 48 Comp. Gen. 314, 317 (1968).

      In  the  instant case,  the procuring activity employed a  rating system to
determine competitive  range.  Criteria, maximum  possible scores,  and  the scoring
of your proposal were as follows:

                                             MAXIMUM
                                             POINTS
            CRITERIA                       POSSIBLE       RATING

      Understanding of the  problem               25             15
      Method of approach                        15             10
      Completeness and novelty of ideas            5              4
      Adequacy of required facilities              15             12
      Quality of proposed personnel               20             16
      Rated experience                          20              5
                                                TM             62

      In explaining its evaluation of your proposal, the agency states the  following:

      " *** As stated  in our memorandum of September 22, 1971, their proposal,
      for the most part, constituted an echo of our own work scope. There  was a
      lack of definitive information on a program for executing the requirements
      of  the work  scope  and accomplishing  the objectives of world-wide coverage
      of  the  literature.  In our  opinion, the  information that  was furnished on
      operational  procedures  was superficial  and  gave  no indication  of  any
      in-depth investigation or planning.

      This company has  been  in  existence since March 1970, and at the  time of
      this bid, they were just over a year old.  Because of this fact, they could not,
      as  they stated, specify  any accomplishments in this field.  The designated
      Project Officer did not have graduate training, or the equivalent, in library
      or  information  science  as  specified in  the  contract.  Nowhere in  their
      proposal was there any evidence  that any of their staff members had ever
      worked on a project  of  this specific nature. We agree that they appear to
      have assembled a staff of competent  scientists who would be an asset on a
      project such as the abstract bulletin,  and we rated them accordingly on this
                                 61

-------
B-l74589
      aspect.  We  believe  also,  however,  that these  qualifications  alone  are
      inadequate  for meeting  the requirements of this project and any experience,
      on  the part of  the  company or the individuals concerned,  in publishing  any
      periodicals  of this nature is completely lacking.

      "The proposal stated that  they have competence in French,  Spanish, German,
      Chinese, Russian, and Dutch but provided no information on how they would
      handle  other languages,  e.g.,  Japanese, Italian,  Norwegian, Swedish,  and
      Danish.

      "They stated that they  planned to use a computerized photosetting system
      for  printing the publication, and  again  we rated  them  high  in  novelty of
      ideas. The  previous contractor was using an IBM composer for preparing the
      Bulletin; however, except  in the initial stages  of the original contract, they
      used a technique that  did not require paste-up page  layouts as  stated by
      Envirotronics.   For  a new  contractor,  the  paste-up method does provide
      some  needed   flexibility,  particularly   with respect   to chronology,  in
      preparation of their first  issues.  Furthermore, in the opinion of  the head of
      our  Data Management  Section, the OCR  scanning equipment has  not been
      developed to the point of  sufficient accuracy, and he questioned the ability
      of this equipment to  read superscripts, subscripts, and other symbols.  Also
      in  his  opinion  Envirotronics  has  underestimated  the  effort  required to
      program for extraction of  the quarterly subject and author indexes."

      In these circumstances, we  see  no basis for concluding that the evaluation
was  arbitrary or  without  a reasonable  basis.  Since this procurement was  not a
set-aside for labor surplus area  concerns,  your certified eligibility did  not entitle
you to any preference in the negotiations.  Finally,  Franklin Institute's status as a
non-profit  concern is not a factor affecting the award.

      Accordingly, your protest is denied.

                                                Very truly yours,


                                                /s/ R.F. KELLER

                                                Deputy Comptroller
                                                General of the
                                                United States

-------
Comptroller General Decision B-l74589, March 28, 1972

      Envirotronics

Having read the preceding decision, prepare to answer the following questions.

      1. What  did the Comptroller General find in need of improvement regarding
         evaluation criteria?

           • /'..'/A'VW / Aii/ (r/y/ sz&tt *4 kf j&Jft&',4
                i                       .            '
      2.    How is the  use of a predetermined threshold score viewed by the
            Comptroller General?
      3.  Who is the "winner" in this instance?
                               63
                                                                    ^u

-------
VIGNETTE NO. 4;  KEEPING IN TOUCH . . . MEANS SO MUCH

Brad  Langsley, the  Onward  Company's  proposal  manager  for  research  and
development efforts, was organizing his thoughts about responding to a Request for
Proposals that had appeared on his desk a few days ago.  After examining the RFP's
proposal evaluation criteria, he placed a call to Doug Rose, who he knew would be
the Government's  Project  Officer  for the job.  The following conversation  took
place.


Doug; (ANSWERING THE PHONE)  "R«5cD Section. Rose here.  Can I help you?"

Brad; "Hi, Doug. Brad Langsley from Onward.... How's it goin'?"

Doug; "Straight up and flat out, Brad.  How 'bout yourself?"

Brad; "Hangin1 in, my friend.  Say, we got that RFP you and I  talked about a few
      weeks  ago,  and we're real  anxious to submit  a  proposal.  But first I need
      some clarification."

Doug; "What's the problem?"

Brad; "Well, I'm not sure there is one, but just  to be on the safe  side,  let me run
      this by you.  Been looking at the evaluation criteria, Doug, and a few things
      make me twitch a little."

Doug; "Like what?"


Brad; "Well,  for starters, I see you've placed personnel way up there in emphasis
      and, I assume, points.  Now, don't get me  wrong.  It's not for me  to say how
      you should do it.  And I'm not being critical, Doug, believe me.  But it seems
      to  us  that  you  guys are asking for it...you know,  the  old  information
      dump...resumes that just won't quit'"
                                65

-------
Doug: "Yeah...well...we know that.  We go through it all the time around here.  But
      you've been there before, Brad. What's so different this time?"

Brad: "Well...probably nothing, as  we see it on the surface.  But  the  surface  is
      about all the RFP gives us to go on, Doug.  I mean, assuming you guys have a
      1,000-point scale for your  evaluation  factors,  you've probably got  200  points
      of it set aside for personnel—it sounds like the biggest item on the list.  But
      there isn't a whole lot for us to go on in terms of what you really want."

Doug; "Hm-m-m...well...that's not so.  We've specified that you  have to identify
      individual  backgrounds, consultants   versus  company  staff people,  what
      experience they bring to the job...all that stuff."

Brad; (IN ALMOST METERED TONES) "No problem with that at  all.  Our concern
      is that we  want to be as responsive as possible to  each of  those subcritera.
      We want to give you the very best we've got...and you know  as well as I do
      that we've got a lot of the best to give."

Doug; "We know that, Brad.  That's why we've put so much emphasis on personnel.
      We're not anxious to have this job done by a second-rate horde of gypsies.
      We want the best...if we can get it. And we figure that one way to separate
      the chaff from the wheat is  to  concentrate heavily  on personnel.  I can
      assure you, we have no intention of going to any one other than a really good
      performer for this one. You know  the field.  There aren't more than four  or
      five outfits that could really measure up to this job."

Brad1 "1 near ya» mv fpiend,  but  you guys don't award the contract. And given the
      way you've specified  the  proposal criteria, you may  have just sent out  an
      open invitation to the very type of people you don't feel can do the job."

Doug; (WITH A SLIGHT CHUCKLE IN  HIS  VOICE) "Look, Brad, there are times
      that we may  not appear to look too  bright,  but we're not  stupid.  Once we
      get the technical proposals  in hand,  well separate the men  from the boys.
      You can depend on that.  About  100  of  those  suggested  200 points  you've
      mentioned  relate to current or recent experience.  You guys shouldn't  have
      to worry about that. Incidentally, do you remember Marty Reisen?"

Brad; (PLEASANTLY  TAKEN ABACK) "Marty?  Well, sure.  We've  worked  with
      him on a half-dozen projects over the last two or three  years.  Very capable
      guy, but what's he got to do with it?"

Doug; "Plenty. He's only the chairman of our tech evaluation committee for this
      job! His say-so on who's gonna get it will be mighty important."

Brad; "Well son-of-a-gun!  I'm glad to hear  that. Kind of  restores my faith in the
      system....   Hey  look,  Doug,  I know you're  awfully  busy,  and I  won't
                                 66

-------
      take  up any more  of your time. Thanks for  the  information. Well be in
      there on this one, no doubt, competing just as hard as we can. And if we're
      gonna do that, Fd better get off  the horn and on the job!  So...take care, my
      friend...and take it easy."

Doug; "Okay, Brad, and the same to you. Hope I was helpful. So long."

          • What do you perceive has happened here?
Copyright 1977, Sterling Institute (DAC)


                                67

-------
C. EPA Evaluation Procedures for Technical Proposals (PIN 77-15)

   1. Initial Review.  Technical proposals shall be reviewed promptly after
      the time and date for the receipt of offers—to determine if any of
      the offers are so technically deficient as to conclusively remove them
      from further consideration.

   2. Scoring  Plan.  The  scoring of  offers  must  be  done  through  the
      application of a predetermined scoring  plan  consisting of numerical
      values.

   3. Scoring system.  The Source Evaluation  Board, or contracting officer
      in the case of procurement  actions not  in excess of $1,000,000, shall
      prepare  a  scoring  system  for evaluating each offer against each
      evaluation criterion set forth in the solicitation.

   4. Evaluation Guidelines.  The  evaluation of offers  requires the exercise
      of careful judgment on the  part of each  evaluator.  Offers must be
      carefully   read  and   analyzed   before  the   scoring   plan   is
      applied—evaluators should consider the following:

      a.  Avoid "reading into" or "reading out of"

      b.  Avoid tendency to interpret

      c.  Avoid infusion of personal knowledge

      d.  Recognize scoring as use of subjective judgment

      e.  Recognize individual differences of evaluators' conclusions

      f.  Recognize ambiguities, inconsistencies, and other factors that  can
          affect scoring

      g.  Recognize "catch phrases" and "buzz words"

      h.  Recognize  the   difference    between   substance  and  glossy
          presentation format

      i.  Recognize flattery by the offeror

      j.  Avoid the influence of "first impression"

   5. Ranking. The assignment of numerical scores to an offer  determines
      the relative rank of that offer with respect to other offers.
                           68

-------
D. Contract  Negotiation and the Role of the Project Officer and Technical
   Personnel; A Brief Look
   1. Contract negotiation by tradition among buyers and sellers
      Negotiation is a process of  bargaining among two or more parties,
      each with its  own viewpoints and objectives, who are seeking to reach
      a  mutually satisfactory agreement  on, or settlement of,  a matter of
      common concern.
   2. Responsibility of Contracting Officers (FPR 1-3.801-2)
      a.  Acting  within  the  scope  of  their  appointments   (or  through
          authorized representatives)  are  the  exclusive  agents  of  their
          agencies to enter  into and administer contracts on behalf of the
          Government.
      b.  Responsibilities, while delegable, are not transferable.
      c.  Coordination of a negotiation team effort, if a team is required.
          •  What needs to be coordinated?
             -  Planning and prenegotiation preparation
             -  Factfinding and analysis
             -  Negotiation session inputs and prescribed roles
          •  What may happen in the absence of coordination?
             -  Unfounded concessions and compromises
             -  Professional embarrassment
             - Troublesome procurements
   3. The role of technical personnel in the negotiation process
      a.   Analyzing proposals
          •   Evaluating and assessing for technical merit
          •   Identifying,  analyzing  and   assessing  resource  needs  and
             estimates
          •   Evaluating resource allocations
      b.   Planning and prenegotiation preparation
          •   Identifying  an  agenda of technical information needs  and/or
             issues
                          69

-------
                •  Helping  to  determine/uncover  proposal  weaknesses that need
                   clarification or explanation

                •  Surfacing proposal strong points that need to be reinforced

             c. At the negotiation meeting

               . •  Supporting the contract  specialist in keeping track of technical
             •      discussions       /.      / "7  •  /               ;
                •  Working  through   the  contract  specialist  in  discussions
                   concerning technical aspects of the requirement

                •  Coming prepared

HI.   TREATMENT OF UNSUCCESSFUL OFFERORS

      A. Requirements for the Contracting Officer to Notify the Unsuccessful

          1.  Pre-award  notification  of  unacceptability  for  procurements  over
             $10,000

             a. When period of evaluation is likely to exceed 30 days

             b. When limited number of offerers have been selected for negotiation

             c. In  any  case,  only  when   disclosure  will  not  prejudice  the
                Government's interest

                "When during the  process of source evaluation,  the  competitive
                range is determined and an offeror  is determined to be within the
                competitive range  for  a  specific category(s)  of work required by
                the  solicitation  and  outside  the  competitive   range  in  other
                category(s) of  work, the  offeror shall be  promptly notified  that,
                after evaluation, it has been determined  that he is outside the
                competitive  range for a certain category(s).  The  procedure is
                applicable when  multiple  awards based  on distinct categories of
                work are  anticipated.   The purpose is to put the offeror on notice
                that an offer for a specific  category(s) of work  will not receive
                further consideration."  PIN 77-15

          2.  Written post-award  notification  of unacceptability for procurements
             over $10,000  indicating

             Written notification  indicating

             a. Name of the successful offeror
                                  70

-------
      b.  Awarded price or cost
      c.  Number  of  proposals  received, but  not  prices quoted  by other
          offerers                                   	""""
   3. Information   in  addition  to  post-award  notification—a  debriefing
      session, if requested in writing
B. The Interests of the Unsuccessful
   1. Proposal preparation requires time and money.
   2. Proposal shortcomings may reside in misunderstanding and ignorance.
   3. A little education can go a long way.
   4. Some equate award to others with a biased selection process.
C. The Government's Interest in the Unsuccessful
   1. Debriefing is the  process  by  which  the  Contracting Officer (and
      :oTfiers, If appropriate)
      a.  Provides an unsuccessful offerer with the Government's evaluation
          of   the  significant   factors  contained  in  its proposal,  citing
          determinative weaknesses.
      b.  Identifies those  factors  that  were the  basis  for selecting  the
          successful  offerer (i.e., quality  of proposal,  cost  or price,  or
          whatever).
      c.  Does  not  reveal any  confidential  business  information  or  the
          relative merits or technical standing of other offerors.
   2. Summary  report of  the  debriefing session  must  be  placed in  the
      contract file.

-------
                             TUB COMPTROLLBFt OBNBRAI.
DEOIBIOIM (•dn^MS)-] o**  THE  UN ire D  STATEB
                             WASHINGTON.   D.C,  a O B 4 B
FILE:   B-188542                    DATE:  August 16, 1977

MATTER OF: Rockwell  International Corporation


DIGEST:

 1.    Call  for new  round of best and final offers, as result of
      various material changes made to specification requirements
      after submission of best and final offers, is justified and
      does  not constitute auction technique.  Agency had no alter-
      native but  to institute a second round of negotiations. More-
      over,  record  indicates that price revisions made under second
      best  and final offers were primarily result of changed require-
      ments and correction of proposal deficiencies.

 2.    Costs of phasing in new contractor may be evaluation factor
      where considered desirable to do so but only if solicitation
      so provides.

'3.    Determinations of  proposal merits are matter of agency dis-
      cretion which will not be disturbed unless demonstrated to
      be arbitrary  or unreasonable, and instant record fails to
      provide evidence of objectionable evaluation.
      Rockwell  International Corporation (Rockwell) protests the
 manner  In-which a  cost-plus-award-fee contract was awarded to
 Xonics,  Incorporated  (Xonics).  The award was made by the
 Environmental Protection Agency (EPA) under request for proposals
 (RFP) DU-76-B079 for  the operation and maintenance of the CHAMP
 (Community  Health  Air Monitoring Program) air monitoring system,
 operated by the Health Effects Research Laboratory, Research
 Triangle Park,  North  Carolina.

      Rockwell's primary contention is that EPA personnel engaged
 in a prohibited "auction technique" and conferred an unfair com-
 petitive advantage on Xonics when, after best and final offers had
 been received and  EPA had  tentatively selected Rockwell for final
 negotiations and had  advised Xonics that the selection was based
 on Rockwell's superiority  in technical jn&rit and lower cost, EPA
 reopened negotiations and  requested an additional round of best and
 final offers.
                       72

-------
Comptroller General Decision B-l88542, August 16,1977

      Rockwell International Corporation

Having read the preceding digest of the decision, read paragraph IS of PIN 77-15 in
the Reference Materials and prepare to answer the following questions.

      1. Why do you think an offerer should question EPA's decision to call for an
         additional round of "best and final" offers?
                             L
                 //

      2. What is the purpose of a "best and final" offer:
         a.  As perceived by the Government?
         b.  As viewed by the offeror?
      3. Why did the  Comptroller General  decline to  question or  examine the
         merit of the proposal?
      4. What are some ways in which the need for successive rounds of best and
         final offers may be avoided?
                                73

-------
                              ECOSYSTEMS, INC.
       Harry Allen, contract specialist in the Contracts Management Division, was
perplexed. It was Monday morning, and after opening his mail he sensed a problem
in the offing. At the close of business last Friday, the closing date for submission,
he had had three proposals in hand responding to an EPA requirement.  He now was
holding a fourth, for the same requirement, which had just arrived in his in-basket.
He now had to consider what should be done with the additional proposal.

       He leaned back and reflected on the solicitation phase he thought had ended
last  Friday.  Things  had gone well for this one, and he certainly wasn't  looking for
any  problem  that might  interrupt  a  smooth  pre-award proposal  evaluation and
source selection phase.  As always, it had been made clear to him that time was of
the essence.

       Six weeks ago, Requests for  Proposals had  been forwarded to  five firms in
light of   an  EPA-generated  requirement  for  the development  of  new  energy
pollution  control devices to test  the  spread of  industrial waste fumes. Although
there  were  several  established  firms  in the pollution control  technology field, a
decision had been made  to solicit only those firms believed to be most capable.

       The in-house  cost estimate for  the  work to be done amounted to $365,000.
The  RFP  announced  that a cost-plus-a-fixed-fee contract (CPFF), completion form,
was  contemplated for the  procurement.  And,  as  required, the  procurement had
been synopsized in  the  Commerce Business Daily,  with  appropriate inclusions
designed  to identify factors determined to be necessary for the consideration  of
any source interested in responding.

       Three  of  five sources solicited had responded with timely proposals (New Era
Systems,  Inc., Energy Safety Systems, and  Hawkeye  Associates).  The remaining
two  had indicated that ongoing workload commitments made it impossible for them
to respond to the expressed requirements for performance and delivery.

       Two   additional  sources  had  requested  an  RFP   as   a  result   of  the
procurement's synopsis   in  the  Commerce  Business  Daily.  One  of  them,  the
Spearhead Co.,  had  been technically evaluated  by EPA for  a similar procurement
four months ago  and  found unqualified.  This source was denied an RFP.
Copyright  1976  by  Sterling Institute, Inc.   This  case example is designed  for
teaching purposes  only.  It does not necessarily indicate the policy or  practice of
any Federal  Department  or  Agency, or of any  company  or  corporation.  Names,
items, figures, and other elements are fictitious and  were created to  provide a
framework for class discussion.
                                 75

-------
      The second firm, Ecosystems, Inc., was largely an unknown.  EPA  technical
and contracts personnel had  only limited knowledge of the firm's  capability and
personnel. It had been in  business for about seven years and had done no research
work  of any sophisticated character for EPA.  But  a search of the performance
record  for  work it  had  done in  other  research-related  activities  within EPA
surfaced a responsive  and  positive record of achievement.  The firm was sent an
RFP.

      During the  solicitation  phase,  Ecosystems,  Inc. had called  on several
occasions for technical clarification  of  the  statement of  work.  Harry  Allen
recalled his  delight  in having uncovered another  source  for the  procurement,
affirming his own judgment  about  the  utility  of  synopsizing in  the  Commerce
Business Daily.  Yes, things had seemed to go well, but the situation at hand needed
to be resolved.  The  contract  specialist's first move  was  to undertake a quick
desk-top review of the four proposals.  As he flipped through the  pages of each, he
jotted down the following data:

      Proposer                    Cost Estimate           Proposal Arrived

New Era Systems, Inc.                 $450,000             Last Friday
Energy Safety Systems                $390,000             Last Friday
Hawkeye Associates                  $422,000             Last Friday
Ecosystems, Inc.                      $330,000 *           Today

(•Ecosystems, inc. proposes  a firm  fixed-price alternative of  $365,000  to  its
cost-plus-a-fixed-fee of $330,000.)

      Shaking his head, he said to himself, "Too  bad,  looks like  this Ecosystems,
Inc. outfit might have  given the competition a run for the money.  But in fairness
to the other three, we simply can't consider a late proposal."

      He had no sooner come to that conclusion and laid the four proposals  to one
side,  when an Air Mail/Special Delivery  letter arrived at  his desk. It  was from
Energy  Safety Systems modifying its original cost proposal by quoting a new CPFF
estimate  of  $370,000.  The  explanation  for  the  modification read, in  part, as
follows:  "The revised estimate enclosed herewith  reflects  a  correction of our
technical assessment of the research  manhours  to  be applied, both in meeting the
requirements as well as for feasibility study tasks identified  in the RFP's statement
of work."

      "One late  submission right on top of another,"  he  grumbled.  "I wonder  what's
next'"
1.     Assess  the presolicitation decision to send the  RFP  to only five sources,
       when the known source-base included other firms. In view of the decision to
       limit the solicitation, should this  procurement have been publicized  in  the
       Commerce Business Daily?     t        \
                                 76

-------
2.     In responding to the CBD synopsis, one source  was found  unqualified and
      denied an RFP.  Is such a finding permissible? How would the Government
      defend this decision if the firm were to protest? <#  ,
      '                                              '•'•
3.    What possible impact or influence might "technical clarification" discussions
      with Ecosystems have on this procurement?      ..:-.-''

4.    How  important are estimated  cost projections  in  a procurement of  this
      kind?   Why   do  you   think  Ecosystems  submitted  an  alternative  firm
      fixed-price proposal to meet the requirement?
                                                                                     ,>y
5.    Do you agree with the contract negotiator's determination that Ecosystem's   , .:////
      proposal should not be considered because it is late?    ^-.-^^   ^*"        ^ ',''  j ./
                                                      '                 ^        '
6.    Were you Harry Allen, what steps would you take to determine lateness in
      this case in order to deal with the situation accordingly?

7.    What is the role of technical personnel in dealing with late proposals?
      >:./, / '/* .^ 'h^i'M
8.    What action should  be taken  concerning the  cost proposal modification
      received from Energy Safety Systems?
                                 11

-------
D.    Protests to the General Accounting Office (GAP)
      1.  The role of the General Accounting Office
          a.  Basis for "assuming" jurisdiction over bid/proposal protests
             •  As  arm of Congress, has a statutory  obligation to report illegal
                expenditures and contracts to Congress
             •  Has statutory duty to audit and settle public accounts
             •  Has obligation to  assure that  laws  and regulations relating to
                expenditure of public funds are complied with
          b.  GAO decisions on  bid/proposal  protests  are regarded  as final  and
             conclusive on the contracting agency
      2.  Traditional GAO postures in considering protests
          a.  Impropriety versus illegality
          b.  Tests of arbitrary and capricious actions by procurement official
      3.  Prescribed protest procedures (protest stops everything)
          GAO Regulations (Title  4,  Chapter 1, Part  20  of  the Code of Federal
          Regulations)
      4.  GAO Protest Statistics (see Reference Materials)
                                 78

-------
     TOPIC VII.     PERFORMANCE ARENA POSTULATES, ORIENTATION
                    CONFERENCES, AND PROGRESSING SYSTEMS AND
                    SURVEILLANCE

              POST-AWARD TECHNICAL AND CONTRACT ADMINISTRATION

     Those negotiated contracts which require technical monitoring by EPA technical or
     program  personnel  will  include  specific  contract  language  that defines  the
     authorities  of  the  designated  Project  Officer....  In seeing  that  his  contract
     program is properly carried out, the  Project Officer  should assure that contractor's
     progress is monitored and, if necessary, controlled.

     I.     SOME CONTRACT PERFORMANCE ARENA POSTULATES

            A. Contract Knowledge

               1.  The  contract  and  what   it  says  is  the  instrument   governing^
                  performance, not  what  one assumes it was supposed to say or wishes
                  it might have said.

               2.  "When all else fails," relates the old saw, "read the contract."

           B. Work Scope Changes

               A  change  in  scope  is  a  new  procurement,  requiring a  Procurement
               Request/Requisition,   justification,   estimated   cost,   and   written
               recommendation to the Contracting Officer for action.

           C. Contract Modifications
          4     	
       ''"•'
          '    Whether a change  is  in-scope or  out-of-scope,  only the Contracting
               Officer is authorized  to modify the contract.
 !•"•':'
           D. Contract Performance

               This  is where  it's at. Noncompliance of the performer should be noted
               for appropriate  Contracting Officer/ Project  Officer coordination  and
               action.

           E. Contractor Communications

               Keep it straight and keep a record.

           F. Trips to Contractor's  Site

               Make trip reports  that honestly reflect conditions of performance  and
               ongoing contractor operations.

           G. Progress Payments/Vouchers



O>• • . /- u ,.;i /<• //•« (   11 <-/'.'<.
-------
          Relate payment  to performance achievements; relate contractor billings
          to work accomplished.
       H. Progress Reports
          Tell it like it is—good or otherwise.
       I. Correspondence
          1.  Keep it as simple as possible and be certain to commit a copy to the
             contract file.
          2.  Remember  that   you  are  communicating  within  a  contractual
             relationship.
       J.  Contract Completion
          Requires the  submission of some kind of  certification and evaluation  of
          satisfactory completion, as well as delivery and acceptance.
       K. Government Personnel Restrictions
          The obligation of funds in excess of those appropriated (or in advance  of
         ! those to be appropriated) is a violation of the law (Anti-Deficiency Act)
          for which consequences are prescribed.
H.     POST-AWARD ORIENTATION CONFERENCES  -<*
       A. Initial Action  and Establishment
          1.  Determination after  contract award that the performer and EPA need
             to convene to discuss scope  of work,  technical requirements, and/or
             other information that will impact work or tasks to be done
          2.  Should   be established  and  chaired  by  the  cognizant  Contracting
             Officer, or by an authorized representative
       B. Agenda and Participants
          1.  Agenda  (or checklist) may include such matters as:  clarification  of
             specifications  and  other   work  requirements;  special   contract
             provisions; milestone planning  and determinations; processing and
             procedure    for    modifications   during   performance;   reporting
             requirements;  billing  and  payment   procedures;   and   possible
             performance problem areas
          2.  Participants:   EPA  project and  contract  management  personnel,
             contract performer representatives, and others as appropriate
       C. Conference Procedure
                                 80

-------
          1.  Businesslike, recognizing that parties are in a contractual relationship

          2.  Commitments (if any) and clarifications among parties put in writing

          3.  Summary report prepared covering significant  items discussed, areas
             requiring  continuing  resolution,  any  controversial   matters,  and
             assigned responsibility for post-conference actions (if any)

III.    PROGRESSING SYSTEMS AND SURVEILLANCE

      A.  Basic Objectives of Management Control Systems and Their Data Outputs

          1.  To provide an accurate record of work progress

          2.  To relate cost, schedule and technical performance to each other

          3.  To be valid, timely, and auditable

          4.  To supply management with meaningful data summaries

      B.  Management Control Systems Permitting
          Effective Monitoring and Surveillance

          1.  Oriented to tasks or work breakdown structure activities

          2.  Discrete package reporting of cost, schedule, and performance

          3.  Tailored systems that provide exactly (not more than) what is needed

          4.  Timely systems that report in light of prescribed milestones

      C.  Difficulties in Progressing Research, Study, and Investigative Efforts

          1.  Nature of uncertainty

          2.  Unanticipated problems

          3.  Unanticipated breakthroughs

          4.  Over-management as a possible performance depressant

      D.  Potential Problem  Areas

          1.  Change control

          2.  Planned and actual versus reported levels of achievement
                                81

-------
          3.  Timely monitoring for effective surveillance

          4.  Progress report validation and verification

IV.   TECHNICAL  ADMINISTRATION  AND TECHNICAL  DIRECTION:  UNDER-
      STANDING THE DIFFERENCE

      A. Technical Administration

          1.  The  performance  of  prescribed  responsibilities or the execution  of
             actions  as  set out by  EPA issuances or directives, and sometimes
             reflected or noted in a contract

          2.  For instance:  the responsibilities identified by EPA for Government
             technical  representatives  in  their  administration  of  performance
             efforts

      B. Technical Direction

          1.  The  contractually prescribed authority to redirect  contractor (per-
             former) effort during contract performance

          2.  Where  a specified individual is named (usually after contract  award)
             as the contract Project Officer

          3.  If appropriate, usually specified in the solicitation document (RFP) as
             a special (or nonstandard) provision that will  appear in  any awarded
             contract

          4.  For instance:  a specific contract provision that identifies the person
             who  has the  authority,  the  extent of  that authority,  and what
             limitations  have been placed on it*
*It  is very important that the concept and consequences of technical direction  be
understood  within  the  context of  any  specific  contract.   In  some instances,
authority  and responsibility for technical direction are identified within individual
contracts. Some activities prepare kits to assist project personnel in the execution
of  technical direction  during contract  performance.   But  even with  the  best  of
intentions, unauthorized (as well as seemingly authorized) technical  direction may
lead to unauthorized contract changes, and subsequent contractor performance may
create difficulties in a  number of areas for which there are no remedies under the
contract.

Usually technical  direction  means  direction  within  the  general  scope  of  the
contract,  issued in  writing  by a  technical  officer  named in the  agreement  or
contract.  The agreement or contract defines the extent of authority for direction.
This statement  or clause must further state that  technical  direction may  not
constitute a basis  for  increase in cost or price,  or  serve  as  a basis for delivery
schedule extensions. If used,  it should make  clear that changes to work otherwise
agreed  to  in  expressed  terms,  conditions,  or  specifications are  subject  to
formalized procedures and Contracting Officer action under the Changes clause of
the contract.
                                 82

-------
TOPIC VIII.    CONTRACT MODIFICATIONS, HANDLING CASES OF
              UNSATISFACTORY PERFORMANCE, AND CONTRACT
              COMPLETION AND CLOSEOUT

        POST-AWARD TECHNICAL AND CONTRACT ADMINISTRATION

The Contracting Officer is the only Government representative authorized to make
any type of contract changes outside of the Scope of Work.  The designated Project
Officer should  always consult  with  the Contracting Officer before issuing any
direction to the contractor which may represent a change in contract requirements.

[Federal Register,  Vol.  42, No. 244,  December 20, 1977,  EPPR 15-1.5001:  A
completed contract is one which is both physically  and administratively complete
and in which all aspects of contractual performance have  been  accomplished  or
formally waived.   (Physically  complete:   all specified  deliverables  have been
delivered  and  accepted by  the  Government.  Administratively complete:  all
administrative actions accomplished, all  releases  executed,  and final  payment
made.) Contract performance is formally terminated when a notice of termination
is issued in accordance with the termination clause incorporated into the contract.]

I.     THE CONTRACT MODIFICATIONS ENVIRONMENT

      A. Elements  That  Affect  and  Influence   the  Probability  of  Changed
         Conditions

         1. Chance and the unforeseen

         2. Proper technical direction

         3. Specifications requiring performance clarification

         4. Performer submission of change proposals

         5. Contractual encouragement of alternatives to achieve  desired goals

      B. Factors That  May Result  in Unanticipated  and Unwanted Changed
         Conditions

         1. Hastily constructed statements of work

         2. Unexamined performance or technical data packages

         3.  Performance definition left to post-award interpretation

         4.  Unrealistic requirements that result in an inability to perform them

         5.  Unilateral change  direction without regard for contractual  author-
            ization and coverage
                                83

-------
C.    The Language of Contract Changes;  Basic Terms and Proper Usage
          LANGUAGE OF CONTRACT MODIFICATIONS (I)
            •  WHAT IS A CONTRACT MODIFICATION?

            •  WHY IS THE TERM GENERAL SCOPE OF THE CONTRACT SO CRITICAL IN
               DEALING WITH MODIFICATIONS?

            •  WHAT HAVE THE TERMS UNILATERAL AND BILATERAL GOT TO DO WITH IT?

            •  WHAT IS A SUPPLEMENTAL AGREEMENT?

            *  WHERE DOES A CHANGE ORDER FIT IN?

            •  WHAT MAKES FOR AN EQUITABLE ADJUSTMENT WHEN A CONTRACT IS
               MODIFIED?

            •  WHAT IS A CONSTRUCTIVE CHANGE ORDER?
                                84

-------
                                                  LANGUAGE OF CONTRACT MODIFICATIONS


                 •  FPR 1-1.219 (Contract Modification)

                    "Contract modification" means any written alteration in the specifications,  delivery point,
                    rate of delivery,  contract period, price, quantity, or other contract provision of an
                    existing contract, whether accomplished by unilateral action in accordance with a  contract
                    provision or by mutual action of the parties to the contract.  It includes (a)  bilateral
                    actions, such as supplemental agreements and amendments, and (b)  unilateral  actions, such
                    as change orders,  notices of termination, and notices of the exercise of an  option.


                 •  General Scope of Contract

                    In Government contracting, the general scope of the contract represents what both  parties
oo                   have fairly and reasonably agreed"!s to be done or performed (i.e.,  the job, the task,  or
01                   combinations of these things).  Where, as in some research and non-hardware  contracts,  it
                    becomes genuinely difficult to define precisely what is to be done,  differences in scope
                    interpretation during performance may raise significant problems affecting not only
                    performance but delivery and cost as well.

                    Recognizing that interpretations of scope during contract performance may present  problems,
                    the key to minimizing their occurrence is an effective and meaningful effort on the part
                    of technical and procurement personnel to define the scope of work as adequately as possible
                    for inclusion in the contract before it is signed.  Advanced procurement planning, care in
                    the structuring of specificntions and the writing of the Statement of Work,  adequate prepara-
                    tion of solicitation documents encouraging knowledgeable responses from contractors—all
                    these represent preoontrantual techniques designed to further this end.  And post-award
                    clarification of general scope need not be a function of actual performance.  Post-award/
                    preperformance orientations or conferences may be most useful.


                 •  Administrative Order

                    "Administrative order" is not defined by the basic procurement regulations,  but is usually
                    characterized as an amendment that corrects, changes, or in some way modifies the  adminis-
                    trative recitals governing the contract.  Normally, such orders do not require the agreement
                    of the contractor because they bear no relationship to contract cost or delivery.   Examples
                    of such orders would be changes in appropriation citations, modifications of budgetary
                    numbers, corrections of standard forms to be used, and so forth.

-------
00
0>
                                 LANGUAGE OF CONTRACT MODIFICATIONS


•  Change Order

   "Change order" is not defined by the Federal Procurement Regulations.   Other Federal Agency or
   Department procurement regulations generally define this term as "...a written order signed by
   the contracting officer,  directing the contractor to make changes which the Changes clause of
   the contract authorizes the contracting officer to order without the consent of the contractor.1


•  Supplemental Agreement

   "Supplemental agreement"  is not defined by the Federal Procurement Regulations.  Other  Federal
   Agency or Department procurement regulations generally define this term as "...any contract
   modification which is accomplished by the mutal actions of the parties."


•  Constructive Change Order

   A "constructive change order" is not a prescribed contractual vehicle for issuing a change
   prior to commencing work  under a contract.  Quite the opposite is the case.  Constructive
   change orders result from actions or activities which, during contract performance, were
   intended to clarify or to aid performance as prescribed by the contract.  However, such
   clarification or aid may, in the light of subsequent consideration, be determined to have
   had the effect of requiring a contractor to perform work different from that prescribed
   by terms of the original  contract.  If this were the case, then such actions may be deemed
   to have constituted a constructive change order, and may permit relief to the contractor
   under the Changes clause.  Any course of conduct might be construed to have had the practical
   effect uf requiring a contractor to perform work not originally specified.  But there are
   recognized limitations to application of this doctrine.  Mere suggestions, for instance,
   do not constitute constructive change orders.  Hork which a contractor voluntarily performs
   is not subject to recovery as representing the net result of a constructive change order.

   The essence of prevention in this area is a recognition and respect for the constructive
   change order doctrine, the exercise of care by Government representatives in their communi-
   cations with contractors, and the application of constant effort to make certain that a
   contractor does not misconstrue "suggestions" for "directions."

-------
 CHANGE ORDERS AND THE CHANGES CLAUSE (I)

                   (5om»
     • WHO MUST ISSUE?
     • AUTHORITY TO ISSUE?-

     • TIME FOR ISSUANCE? -

     • FORM OF ISSUANCE? —

     • SCOPE OF ISSUANCE?
   CONTRACTING OFFICER

   CONTRACT ITSELF

   AT ANY TIME
-*~ IN WRITING
                          WITHIN THE GENERAL SCOPE OF
                          THE CONTRACT...

                          FOR SPECIFIED AREAS THAT ARE
                          SPELLED OUT IN THE CHANGES
                          CLAUSE ITSELF
CHANGE ORDERS AND THE CHANGES CLAUSE (II)

                   (Some £**ancfe/ Point*)
         • MUST THE CONTRACTOR (PERFORMER) ]
          PROCEED WITH A CHANGE.
          AS ISSUED?

         • MUST THE CONTRACTOR (PERFORMER)
          CONSENT TO A CHANGE BEFORE
          PROCEEDING?

         • MAY THE CONTRACT COST OR PRICE
          AND/OR DELIVERY SCHEDULE BE
          ADJUSTED BECAUSE OF A CHANGE?

         • MUST AN ADJUSTMENT BE DOCU
          MENTED IN WRITING?

         • IF PARTIES FAIL TO AGREE TO AN
          ADJUSTMENT, DOES THE CONTRACT'S
          DISPUTE CLAUSE BECOME OPERABLE?
          -*- YES
              NO
           -»- YES


           -*«• YES
           -»- YES
                      87

-------
H.    HANDLING CASES OF UNSATISFACTORY PERFORMANCE
      A. Importance of Timely Action
         1. Responsiblity to act
         2. Authority to formalize action
         3. Silence is not golden; it may lead to presumptions of acquiescence.
      B. Range of Possible Actions by the Contracting Officer
         1. Bring the particular  deficiency to  the attention of  the  performer's
            contract manager verbally and ask that planned corrective actions be
            included in a progress report.
         2. By letter, bring the  deficiency to the  attention of the performer and
            ask for a response including the corrective action taken or planned.
         3. By letter  or  verbally,  ask  for  a  meeting  with   the  performer's
            management   to  ensure   management  level  cognizance  of  the
            problem(s) and a written commitment by management for corrective
            action.
         4. Withhold payment under appropriate provisions of the contract until
            satisfactory performance is demonstrated.
      C.    Contract Termination
         1. Types of termination
            a. Termination for convenience
            b. Termination for default
         2. Relationship of termination and its consequences to contract type
            a. Fixed-price type contracts
            b. Cost-reimbursement type contracts
III.    FUNDAMENTAL ACTIONS OF CONTRACT COMPLETION AND CLOSEOUT
      A. Contractor Performance Evaluations
         1. Purposes
            a.  Provide  an  orderly  and  uniform method  for  determining and
               recording   contractor   effectiveness  in   meeting   contractual
               commitments
                                88

-------
      b. Increase  the  importance  to  contractors  of  satisfying  their
         obligations for cost, schedule,  and technical performance
      c. Provide  a reservoir of performance data within the Government
         for examination and use in considering future procurement
   2. Objectives
      a. Assessment of the job in light  of what was required
      b. Performance-oriented critique of strengths and weaknesses
      c. Factual evaluation, not one of whim, notion, or personal persuasion
B. Contractor Performance Evaluation Report Requirements
   1. Contracting  Officer  responsible  for  administration  of  the  contract:
      prepares a business  evaluation on  EPA Form  1900-26.
   2. Project  Officer  having   overall  technical   responsibility  for  the
      contract: prepares  a technical evaluation on EPA Form 1900-27.
   3. Completed  forms filed in the contractor's bidding application file,
      then coded  and entered on  EPA Form  1900-29 (Automated Bidder's
      List  Applicant Data Coding Form),  and computer-stored for future
      reference.
C. C+nsideratiens for Closing Completed or Terminated Contracts
   1. Closing Review (Federal  Register, Vol. 42, No.  244,  December 20,
      1977, EPPR 15-1.5002-1)
      a. That all deliverables have  been delivered  and/or services rendered
      b. That all administrative actions have been completed
   2. Contract  documentation (as  appropriate) (Federal Register, Vol. 42,
      No. 244, December 20, 1977, EPPR 15-1.5002-1 (Record of  Contract
      Actions — no fewer than 43 items are specified in this EPPR)
                          89

-------

-------
VIGNETTE NO. 5; BUY NOW . . . PAY LATER

Hal  Beasley, a  contractor's  technical representative at  a Government test  and
evaluation center, was discussing contract changes with Don King of the center's
quality assurance branch.  Their concluding remarks were these:

Don;  "Come on, Hal, you guys  always gripe about what  something's gonna cost'
      But you  never  want to  put your money where your mouth is until the job's
      over.  Wouldn't you  want  to know what bucks you  had  to give  up before
      someone started a job for you?"

Hal;  (WITH A SLIGHTLY FRUSTRATED  TONE) "Well,  of course,  Don ...  if  I
      were buying bubble gum  or nuts and bolts!  But that's not my point."

Don;  "Oh?  What is±your  point?"

Hal;  "Simply  put,  it's  this:  the  problem  with the  Government's  approach to
      contract changes is that it puts the cart before the horse."

Don;  "Really.  How's  that?"

Hal;  (LEANING FORWARD  AS THOUGH READY TO BRING IT HOME) "It's  like
      this, my friend. You insist on  forward  pricing for  the  kind  of  work that
      research and  study-task changes involve —  the kind that have a cost hook in
      them  every time you turn around.  What you  guys  oughta do  is  issue your
      changes  first and then deal  with  their cost, performance,  and schedule
      impact once  the work has gotten underway.  And you know why?  Because
      delayed pricing favors the Government. It  provides you with an opportunity
                                91

-------
          to assess actual costs more accurately, instead of having to mess around
          and guess about projected ones. Delayed pricing is bound to give you the
          clearer  picture ... it's like  dealing with  facts instead of fiction.  Now
          come on, Don, you know that makes good sense, don't you?"

          If you were in Don King's position, how would you respond to Hal Beasley?
During a  lengthy  and difficult negotiation  over a difference in  estimates for  a
change order issued under a cost-plus-a-fixed-fee contract  for research and data
collection, Stan Hartman  of Computron Associates  turned  from  the  Government
contract negotiator and directed his comments to Alex Jefferson, the Government's
Project Officer for the effort.
Stan; "Phew!  How do I get to this guy, Alex? He must think I'm the original Mr.
      Ripoff!  He's worried that if he gives in to  my estimated cost for this one,
      you'll pay me more than he thinks the change is worth. This is a cost-type
      deal, and we're talking about modifying a statement of  work that we agreed
      was slippery to begin  with.  Do  you share  his  worry about this one?  You
      must realize that I can't be reimbursed for more than my actuals anyway."
      "You remember, Alex,  what a  tough time we had in getting this  change
      together.  It was a brute!  And  one of the reasons was because we simply
      couldn't  define all  the elements  of the data-collection scenario at the very
      start of this job. You've been with this thing from the beginning.  Surely you
      must know that what I'm saying is true, don't you?"

      •   Assume you  are in Alex Jefferson's position.  Given  the situation,  what
          would you do or say?

                               ***************
Copyright 1977, Sterling Institute (DAC)
                                 92

-------
VIGNETTE NO. 6;  WHO'S TO ACT . . . AFTER THE FACT?

Rick Jones  was upset.  As  the  Government's Project Officer for a development
program  to  convert a  current  communication  system  from replaceable printed
circuit module technology  to large-scale integrated  circuits (LSI), he had  faced
what he  termed "an uphill battle" with the performing contractor for almost four
months.  He had had it with Circuit Electronics, Inc., and  he  was discussing his
problem with Frank DeSepia, the  Contracting Officer for the program.
Rick:
(GETTING  RIGHT TO IT) "Frank, I've  had it  with Circuit!  I've  told
them.  I've told my boss.  And I'm  telling you. The ballgame is definitely
over with them!"

(WITH  A LOOK OF SURPRISE) "Hey, man, calm down. You sound like
you're on a one-way trip to complete frustration."

"No, not really.  I've already been there ... and back.  I've put up with just
about as much as anyone could in dealing with Circuit and  Curtis Spicer,
and I want something done about it."

"Who's Curtis Spicer?"

"Circuit's  project manager for the program. Or  let me put it this way.
He's this month's project  manager!  Heaven only  knows who next  month
might  bring.  Last  month  Spicer was  managing  another project  for
Circuit ... one, I'm given to  understand, that went down  the drain.  They
ran out of  money  and someone  had the  good  sense not  to  give  them
anymore.  You know the old story, Frank ... 'idle  hands and  idle time  are
costly things.' So good old Circuit dumped the guy on me."

"Really? How do you know that?"

"Very  simple!   They've  got  a reputation  for  shifting people  across
projects. Everybody knows it."
                                 93

-------
          (SLIGHTLY DRAWN BACK) "I didn't."

          "Well  now  you  do,  Mr. Contracting Officer!  When I  got  the  word on
          Spicer, I called  him and told him  that I wasn't happy ... not one bit ...
          about  the  change.   But  as long as he was  on the job, I wanted him to
          realize that Circuit had been behind the curve from 'day one,'  and  that
          my patience had diminished to zero."

          (SOUNDING MUCH MORE CONCERNED) "What did he say to that?"

          "Oh,  he  gave  me  some  kind of  flimflam  about things-were-going-
          to-be-different,   mixed  in   with  several   references   to  changes  he
          understood we had made in the specifications over the past three months,
          and said he'd be glad to meet with me  to get the whole thing back on an
          even keel."
Frank:
Rick:
Frank;



Rick;


Frank:
"Didn't that please you?"

"Please me?  It infuriated me' That's all I've heard from those guys since
the start of this program.  One thing I'll say  for them:  they've got a
bottomless grab bag of curves they can throw!"

"I hear ya, Rick, and  I'm not unsympathetic. But tell me, what are they
doing wrong?"

(POISING  HIMSELF AND  FURROWING  HIS  BROW) "Friend,  you  haven't
got enough time to listen to it all'   But for starters, let  me put it this
way ... they've been  late on  every  required delivery ...  they've fought
every suggestion we've made about  alternatives they  could take ... they
tell me their budget has been exceeded for  virtually every program task
they've attempted  ... and the bottom  line has got to be late delivery, and
I mean late!"

(IN  ALL INNOCENCE) "What do you think we ought to do about all this?"

(TAKEN ABACK)  "What do I think?  Man, that's where you  come  in. I
want this thing settled ... once and for all. They should be told 'to fish or
cut bait.'  It's obvious they aren't listening to me, but  they've  got to
listen to you."

"What makes you think so? Maybe the first thing we ought to do, Rick, is
stop pushing so many pronouns around ... you, me, them,  and who  else?
How about a framework that concentrates on us for a change?"

"Oh come on, Frank  ... don't get  on one of those kicks. I need some
action taken, not a lecture ...."

(COMING  ON A  LITTLE  STRONG)  "Tell me, how  long  have they not
been listening to you?"
                                94

-------
Ricks    "I'd say about a dozen times over the last six weeks. On two occasions
         I've called old Doc Ringer — he heads up the  Circuit division that has the
         job — and I might as well talk to a stone fence.  He's about as responsive
         as a stick!"

Frank;   "The contract for this job was let when ... about four months ago?"

Rick;    "Yeah, something like that."

Frank;   "CPFF contract ... completion type,  as  I recall. Four months ago,  huh?
         Okay, let me  check  it out and see if we can pull our act together.  But
         first, Mr. Project Manager, a couple of questions for you."

Rick;    "Shoot"'

Frank;   "Number  one  ...  can you document, and I mean doc-u-ment, your case?
         And number two ..  why didn't you come to me two months ago about
         Circuit?"

         •  If you  were in Frank DeSepia's position, what would you do now? On
            what  basis?  Assuming  Rick  Jones'  points are  corroborate,  what
            alternatives are open  to Frank DeSepia?

         •  Quite  obviously,  Rick Jones has become a part  of  the problem  he
            wants Frank DeSepia to solve. What would you suggest are reasons
            for this having happened?
Copyright 1977, Sterling Institute (DAC)
                                95

-------
                             TABLE OF CONTENTS
 EPA Procurement Statistics
                                                                         Page
 Contracts Management Division — Average Leadtime Statistics
 EPA-Related Committees and Subcommittees — Senate
                                                3


                                                5
EPA-Related Committees and Subcommittees — House
Extracts from the Federal Register
     Subpart  15-1.3
             15-1.313
             15-1.350

     Subpart  15-1.6

     Subpart  15-1.7
             15-1.704
             15-1.704-1
             35-1.704-2
             15-1.708-2
             15-1.709-50

     Subpart  15-1.23
             15-1.2302-3
             15-1.2302-5

     Subpart  15-3.50

     Subpart  15-3.53

Part 15-3
General Policies
Record of contract actions
Release of procurement information

Debarred, Suspended,and Ineligible Bidders

Small Business Concerns
Agency program direction and operation
Small business advisor
Small business specialists
Applicability and procedure
Records and reports

Environmental Protection
Compliance responsibilities
Withholding award

Closing Completed or Terminated Contracts

Code of Conduct

Procurement by Negotiations
    Subpart  15-3.405-3     Cost Sharing Contract
             15-3.405-3-50  Basic guidelines

             15-3.405-3-51  Unsolicited proposals
             15-3.405-3-52  Determination of amount of cost sharing
 9
 9
10

11

11
11
11
11
12
12

13
13
13

13

15

17

17
17

18
18
U.S. Environmental Protection Agency Procurement
Information Notice, PIN 77-15, re:
Source Evaluation and Selection Procedures
                                               21

-------
U.S. Environmental Protection Agency Procurement
Information Notices, PIN 78-3, re:
Source Evaluation and Selection Procedures —
Supplementary Procedure for Procurement
Actions Not in Excess of $100,000                                          63


U.S. Environmental Protection Agency Procurement
Information Notice, PIN 78-12-10, re:
Service Contracts                                                         69
Contracts Management Manual, Chapter 22, Procurement Plan                 75


Extracts from the Federal Register                                         81

    Part 20 Bid Protest Procedures                                         81
Comptroller General Decision, B-189172,
Environmental Science and Engineering, Inc.,
December 15, 1977                                                        85
Bid Protest Report                                                        93


Unsolicited Proposals with Sample Letter,
Chapter 4, Contracts Management Manual                                   97


CFR 41 — 1-3.802-1, Consideration of Late Proposals                        101
                                 n

-------
                      EPA PROCUREMENT STATISTICS
Office
Washington
Cincinnati
Research Tr
Total CMD
Region
                  Fiscal Year 1979
                         Number of Actions
   Dollar Value


ingle Park

I
II
III
IV
V
VI
VII
VII
IX
X
Total
1,471
780
959
3,210
17
15
11
16
30
13
5
14
13
8
142
$209,370,000
71,598,000
99,742,000
380,710,000
1,191,192
816,054
1,570,788
1,364,502
3,848,303
492,302
570,873
383,864
549,501
121,391
10,909,270
              Competitive Awards
              Noncompetitive
                                                    300,760,900
                                                     79,949,100
Participation by Small and Minority Business
            Small Business Awards           1,203
            Minority Business Awards           26
            8 (a) Awards                       111
FY '79
FY '78
Comparative Size of Procurements
Average Dollar Size           108,903
Average Dollar Size            99,009
                                                    105,300,000
                                                      3,118,200
                                                     11,808,500
Median
Median
39,845
35,495

-------
CONTRACTS MANAGEMENT DIVISION
     Average Leadtime Statistics
CLASS
A
BC
BS
C
DC
DS
FC
FH
FI
FL
FO
FS
FV
LC
LS
S
TC
TS
U
ADVERTISED
COMPETITIVE
BOA SOLE SOURCE
NEGOTIATED COMPETITIVE
NEW CONTR NEGOT FOL COM PET
NEW CONTR NEGOT FOL SOL SRC
NEGOT COMPETITIVE-MOD
MOD NEGOT-CHANGES CLAUSE
INCREMENTAL FUNDING ACTION
LETTER AMENDMENT
EXERCISE OF OPTION
NEGOT SOLE SOURCE-MOD
COST OVERRUN
LTR CONTR COMPET
LTR CONTR-SOL SRC
NEGOT SOL SRC (NEW CONTR)
TASK UNDER BO^A'COMPET
TASK UNDER BOA SOL SRC
UNSOLICITED PROPOSAL
TOTAL AWARDS
WCO
196
-
153
282
250
137
54
89
25
249
28
85
90
225
266
121
-
46
87
S£
DCO
68
-
117
224
141
155
276
95
30
77
32
67
67
-
30
110
-
80
196
8Z
c/
ceo
84
241
161
212
-
-
54
32
17
-
23
71
31
289
18
96
-
18
67
70
TOTAL EPA
FY79
102
241
153
246
162
142
82
81
25
101
29
79
66
268
136
111
-
57
126
81
FY78
75
280
188
239
118
134
60
108
27
44
26
73
68
134
119
120
172
40
188
84

-------
        EPA-RELATED COMMITTEES & SUBCOMMITTEES
All of the following committees and subcommittees have
interests in various EPA programs.  The Agency has in
the past had significant business (e.g., hearings,
briefing, etc.) with all of them.  Those marked by an *
have direct jurisdiction over EPA programs.
SENATE
Committee on Agriculture, Nutrition and Forestry*

     Subcommittee on Agricultural Research and General
          Legislation
Committee on Appropriations*

     Subcommittee on HUD and Independent Agencies


Committee on Budget*


Committee on Commerce, Science and Transportation*

     Subcommittee on Aviation
     Subcommittee on Science and Space
     Subcommittee on Merchant Marine and Tourism


Committee on Energy and Natural Resources

     Subcommittee on Energy Research and Development
     Subcommittee on Public Lands and Resources


Committee on Environment and Public Works*

     Subcommittee on Environmental Pollution
     Subcommittee on Resource Protection


Committee on Foreign Relations

-------
Committee on Governmental Affairs

     Permanent Subcommittee on Investigations


Committee on Human Resources

     Subcommittee on Health and Scientific Research


Select Committee on Small Business

     Subcommittee on Environmental,  Rural and Urban
          Economic Development
     Subcommittee on Government Regulation

-------
        EPA-RELATED COMMITTEES & SUBCOMMITTEES
All of the following committees and subcommittees have
interests in various EPA programs.  The Agency has in
the past had significant business (e.g., hearings,
briefing, etc.) with all of them.  Those marked by an *
have direct jurisdiction over EPA programs
HOUSE
Committee on Agriculture*

     Subcommittee on Department Investigations, Oversight
          and Research
Committee on Appropriations*

     Subcommittee on HUD-Independent Agencies


Committee on Budget*


Committee on Government Operations

     Subcommittee on Environment,  Energy and Natural
          Resources


Committee on Interior and Insular Affairs

     Subcommittee on Energy and the Environment


Committee on International Relations


Committee on Interstate and Foreign Commerce*

     Subcommittee on Consumer Protection and Finance
     Subcommittee on Energy and Power
     Subcommittee on Health and the Environment
     Subcommittee on Oversight and Investigations
     Subcommittee on Transportation and Commerce

-------
Committee on Merchant Marine and Fisheries*

     Subcommittee on Fisheries and Wildlife Conservation
          and the Environment
     Subcommittee on Oceanography
Committee on Public Works and Transportation*

     Subcommittee on Aviation
     Subcommittee on Investigations and Review
     Subcommittee on Water Resources
Committee on Science and Technology*

     Subcommittee on Science and Applications
     Subcommittee on Transportation, Aviation and Weather
     Subcommittee on Fossil and Nuclear Energy Research,
          Development and Demonstration
     Subcommittee on Science, Research and Technology
     Subcommittee on Advanced Energy Technologies and
          Energy Conservation Research, Development and
          Demonstration
     Subcommittee on Domestic and International Scientific
          Planning, Analysis and Cooperation
     Subcommittee on Environment and Atmosphere
Committee on Small Business

     Subcommittee on Impact of Energy Problems, Environment
          and Safety Requirements and Government Research
          on Small Business
Select Committee on Outer Continental Shelf

-------
                                  RULES AND REGULATIONS
      Subpart 15-1.3—General Policies
    1. Section 15-1.313 is added as follows:

  § 15-1.313  Record of  contract action*.
      All  EPA procurement activities
  performing purchasing and contract ad-
  ministration functions shall assemble
  and maintain official records of all ac-
  tions with'respect to solicitations and
  contracts.
    (b)  To the extent that retained copies
  of  contractual  documents  and  corre-
  spondence  do  not reflect  all  actions
  taken, suitable memoranda of the un-
  documented actions shall be prepared
  promptly and placed in the appropriate
 -official contract file.
    ° Contracting officer's determina-
  tion  of the contractor's  responsibility
  (see FPR 1-M204). and a copy of each
  preaward survey performed (see FPR
  1-1.1205-4) or reference to previous sur-
  veys relied upon.
    (iil) Any Small Business Administra-
  tion certificate of comnstency (see FPR
  1-1.708). and
    
-------
                                 RULES AND REGULATIONS
 25A and 25B) or other bond documents,
 or a  reference thereto,  and notice to
 sureties. In case of construction  con-
 tracts (see FPB Subpart 1-10.1  and 1-
 10.2);
   (31)   Post  award  conference  record
 ;
   (3)  Record of  oral quotation (s) (EPA
 Form 190&-13) or copy of written quo-
 tation^) ;
   (4)  Statement setting forth the basis
 of determination of fair and reasonable
 price, when only one response is received
 and the procurement  is over $500;
   (5)  Justification for noncompetitive
 procurement when over $500;
   (6)  Copies of  documentation involv-
 ing action taken with respect to habitu-
 ally delinquent vendors;
   (7)  Evidence  of receipt and accept-
 ance of supplies or services:
   (8)  Other documentation as required
 by FPR  1-3.606-4 when a blanket pur-
chase arrangement is involved; and
   (9) In  respect  to oral purchase orders,
a copy of the vendor's invoice endorsed
by an authorized Government represent-
ative evidencing receipt of property or
service. If it is not possible to obtain a
copy of the invoice, a  record shall be
maintained showing price and date of
receipt of personal property or nonper-
sonal services ordered.
g 15-1.318-1   [Amended]
  2.  Section  15-1.318-1 Is amended by
making the following changes:
  1.  In paragraph  (a) (1) insert the
words  "Office of" preceding the  word
"Audit".
  2. Delete the word "TWX", and sub-
stitute the word "telegram" in the sec-
ond sentence of paragraph (b) (1).
  3. Delete the words "Assistant General
Counsel, Grants and Procurement", and
substitute the words "Office of the As-
sociate General Counsel,  Grants,  Con
 tracts and General Administration" In
 the third  sentence of paragraph (e)(l).
  4. Delete the words "Assistant General
 Counsel, Grants and Procurement", and
 substitute the words "Office of the As-
 sociate  General Counsel.  Grants,  Con-
 tracts  and General Administration" in
 paragraph (e>(3).
  5. Delete the words "Assistant General
 Counsel, Grants and Procurement", and
substitute the words "Office of the As-
sociate  General Counsel,  Grants,  Con-
 tracts and General Administration" in
 the first sentence  of paragraph (f) (4).
  6. Delete the words "Assistant General
Counsel. Grants and Procurement", and
substitute the words "Associate General
Counsel, Grants. Contracts and General
Administration" in the first sentence of
paragraph (f) (5).
  7. Delete the words "Assistant General
Counsel, Grants and Procurement", and
substitute the words "Associate General
Counsel. Grants, Contracts and General
Administration" in the second sentence
of (f)(6>.
  3. Section 15-1.350 is amended by add-
ing new text as follows:
$ IS—1.350  Release of  procurement  in-
    formation.
 ' The  Freedom of  Information  Act, 5
TJ.S.C. 552, provides that  certain Gov-
ernment records shall be made available
to the public upon request. This Act has
been implemented by the Environmental
Protection Agency (EPA) in 40 CFR Part
2. Subpart B-Confldentiallty of Business
Information of 40 CFR  Part 2 provides
the policy and guidance pertaining to the
procurement of supplies  and services.
  4. Sections 15-1.351, 15-1.352. and 15-
1.353 are  revised  by deleting  the text
and reserving the  sections as follows:
§ 15-1.351   [Reserved]
§ 15-1.352   f Reserved]
§ 15-1.353  [Reserved]
              FEDERAL  iEGISTE«, VOL 42, NO. 344—TUESDAY, DECEMBE* JO.  1977
                                      10

-------
                                 RULES AND REGULATIONS
  Subpart  15-1.6—Debarred,  Suspended.
           and Ineligible Bidders

  § 15-1.603   [Amended!
   1.  Section  19-1.603  is  amended by
  deleting the abbreviation "CFR" In the
  last line and substituting "FPR".
   2. Section 15-1.605-2  is added and re-
  served as follows:

  § 15-1.605-2  [Reserved]
   3.  Section 15-1.605-4 is redestgnated
  as  ; 15-1.605-3 and revised as follows:
  §15-1.605—3  Notice of Suspension.

   The Administrator has designated the
  Deputy Assistant Administrator for Ad-
  ministration as the official  responsible
  for furnishing the  notification required
  by FPR 1-1.605-3. The Director. Con-
  tracts Management Division, or his desig-
  nee. is responsible for the preparation of
  the notification.

  Subpart 15-1.7—Small Business Concerns

    1.  Section 15-704 Is amended by add-
  ing new text as follows:
  § 15—1.704   Agency  program  direction
      and operation.

   (a)  The  Environmental  Protection
  Agency (EPA) shall, in furtherance o.f
  the declared policy of the Congress, and
  as  restated in the  PPR,  extend every
  effort to encourage participation by small
  business concerns in the procurement of
  property  and  services supporting  the
  EPA mission, and that  are within their
  capabilities.  The Deputy  or Associate
  Deputy Assistant Administrator for Ad-
  ministration,  Directors of Administra-
  tion,  Regional Administrators,  and Di-
  rectors of Laboratories are  responsible
  for  results under the small business pro-
 gram within their  respective activities.
 Procurement  and  technical personnel
 assigned to  these activities shall be in-
 formed of the benefits that accrue to the
 Nation and  to the Agency through the
 proper use of the capabilities of small
 business concerns in the procurement of
 EPA requirements.
     The Head of the procuring activ-
 ity,  the chief officer responsible  for pro-
 curement at  the contracting activity, and
 the chiefs of the purchasing offices in the
 regions and  laboratories are responsible
 for the contracting  and purchasing as-
 pects of the  small business program,
   (c) The extent of small business par-
 ticipation In EPA procurement  shall be
 accurately measured, reported, and pub-
 licized.

   Section 15-1.704-1 is revised to change
 the caption and text as follows:

 g 15-1.704-1  Small Business Advisor.
  The  Agency shall establish and main-
tain  an  Office of Small Business and
Contractor Relations. The Small  Busi-
 ness Advisor of the Agency is appointed
 by the Administrator. The Small Busi-
 ness Advisor is responsible for the estab-
 lishment. Implementation, and execution
 of the small business  program of the
•Agency and provides guidance  and ad-
 vice to the Directors and Chiefs of the
 field procurement operations in the im-
 plementation and execution of their re-
 spective programs. The Small Business
 Advisor is the central  point of contact
 for inquiries concerning the small busi-
 ness program from Industry,  the Small
 Business Administration (8BA), and the
 Congress, and will advise the Adminis-
 trator and staff as required. The Small
 Business  Advisor  will   represent  the
 Agency In the negotiations with the other
 Government agencies on small  business
 matters. The duties of the Small Business
 Advisor may be assigned either on a full-
 time or part time basis; however, if as-
 signed  on a part time basis,  the small
 business duties will take precedence over
 collateral responsibilities.
   3. Section 15-1.704-2  is revised as fol-
 lows :
 §  15-1.704-2   Small business specialist
   (a) Small business  specialists shall be
 appointed In writing  for each procure-
 ment or purchasing office. While small
 business specialists will normally be ap-
 pointed from members of operating pro-
 curement staffs, they shall be responsible
 directly to the appointing authority with
 respect to small business matters and not
 to their immediate line  of procurement
 supervision or  to  technical personnel.
 The appointing authority is as  follows:
   (1)   Cincinnati, Research  Triangle
 Park, and Headquarters Contract Oper-
 ations,  the Head of the procuring activity
 without power or redelegation.
   f2> Regional  offices.  Regional Direc-
 tors with  power  of  redelegation to  a
 Laboratory  Director or to a chief  of  a
 staff office at a higher management level
 than the chief of the procurement activ-
 ity.
   (3) Laboratories, Director of the Lab-
 oratory without power  of redelegation.
 A  copy of each appointment and ter-
 mination  of all  specialists shall be for-
 warded to the Agency Small Business
 Advisor. In addition to performing the
 duties outlined in paragraph (b> of this
 section  that are normally performed  in
 the activity to which he  is assigned, the
 small  business  specialist  shall  be the
 small business'advisor to the head of the
 activity and shall  perform such addi-
 tional functions as may be prescribed in
 furtherance of the overall Small Business
 Program. The small business specialist is
 not precluded from being assigned the
 responsibility for the Labor Surplus Area
 Program  prescribed  by  FPR  Subpart
 1-1.8. and for the Minority Business En-
              FEDERM REGISTER, VOL. 42,  NO. 344—TUESDAY, DECEMBER 20, 1977
                                      11

-------
                                  RULES  AND  REGULATIONS
 terprise Program prescribed by FPR Sub-
 part 1-1.13. The small business specialist
 may be appointed on either a full or part
 time basis; however, when appointed on
 a part time basis, the small business duty
 shall take precedence over collateral re-
 sponsibilities. When the volume of pro-
 curement does not warrant assignment
 of a small business specialist, the con-
 tracting  officer shall be responsible for
 the program.
   (b) A  small  business  specialist ap-
 pointed pursuant to (a) above shall per-
 form the following duties  as are appro-
 priate for his procurement activity:
   (1) Maintain a  program  designed to
 locate capable small business sources for
 current and future procurements;
   (2)  Coordinate inquiries and requests
 for advice from small business concerns
 on procurement matters:
   (3)  Review all proposed solicitations
 over $2,500, assure that small  business
 concerns will be afforded an  equitable
 opportunity to  compete, and, as appro-
 priate,  initiate recommendations  for
 small business set-asides, complete EPA
 Form 1900-37, entitled "Record of Pro-
 curement Request Review," as  appro-
 priate;
   (4) Take action to assure the  avail-
 ability  of adequate  specifications and
 drawings, when necessary,  to  obtain
 small business participation In a procure-
 ment. When small business  concerns can-
 not be given an  opportunity on a current
 procurement, Initiate action, in writing.
 with appropriate technical  and contract-
 ing personnel to insure that necessary
specifications or drawings for future pro-
curements are available.
  (5) Review proposed procurements for
possible breakout of items or services
suitable  for procurement  from small
business concerns;
  <6> Advise small business concerns
with respect to  the financial assistance
available under existing laws and regula-
tions and  assist  such concerns In apply-
ing for  financial assistance;
  (7) Participate in determinations con-
cerning the responsibility of  a prospec-
tive contractor (see FPR Subpart 1-1.12),
including  determinations involving in-
tegrity, business ethics, or persistent fail-
ure to apply necessary tenacity or per-
severance;
  (8) Participate as the minority  busi-
ness enterprise   representative  in  ac-
cordance with FPR  1-1.1302 and Chapter
10, Contracts Management  Manual;
  (9) Participate in the evaluation  of a
prime contractor's  small business sub-
contracting programs;
  (10) Assure that  adequate records are
maintained, and accurate  reports pre-
pared, concerning small business partic-
ipation in the procurement program (see
115-1.709-50);
  (11) Make available to SB A copies of
solicitations when so requested;
  112) Act as liaison between his pro-
curement office,  the contracting officer,
and the appropriate SBA office or repre-
sentative in connection with set-asides,
certificates of competency, size classifica-
tion, and any other matter in which the
small business program may be Involved;
and
  (13) May participate, if required, in
Business Opportunity /Federal Procure-
ment Conferences, and other Govern-
ment-industry conferences and meetings
to assist small  business, labor surplus,
and minority business  enterprises.

§ 1S-1.706-50-2  [Amended}
  4. Section 15-1.706-50-2 is amended by
deleting in the last sentence, the words,
"Chief of Contract Operations" and sub-
stituting the words, "appointing author-
ity."
§ 15-1.706-50-3   [ Amended }
  5.  Section 15-1.706-50-3 is amended by
deleting in the last sentence, the words.
"Chief of Contract Operators" and sub-
stituting the words "appointing  author-
ity."
  6.  Section 15-1.708-2 is added as fol-
lows:
S 15-1.708-2  Applicability   and proce-
     dure.
  A copy of the  documentation support-
Ing the determination that a small busi-
ness  concern is not responsible, as  re-
quired by FPR 1-1.708-2 (a)  (5 )(i). shall
be transmitted to the Agency Small Busi-
ness  Advisor concurrently with the sub-
mission of a copy of the documentation
to the appropriate SBA Region Office.
  7. Section 15-1.709-50 is added as fol-
lows:

 % 15—1.709—50  Records  and reports.
   (a) As  required, monthly reports  of
 factual  information,  covering procure-
 ment actions and  dollars   awarded  to
 small business,  minority business, Small
 Business Administration  under author-
 ity of section 8 (a) of the Small Business
 Act, and information on actions and dol-
lars  made under small business  set-
asides, shall be submitted  by the Cost
Review  and Policy Branch, Contracts
Management  Division, to  the Agency
Small Business Advisor.
  
-------
                                 RULES  AND REGULATIONS
   <3)  Total actions and dollar value of
 awards to small business.
   (4)  Total actions and dollar value of
 construction  awards to small business
.made by set-aside.
   (5)  Total actions and dollars value of
 small  business awards  made by  set-
 asides, excluding set-asides for construc-
 tion.
  • (6>  Total actions and dollar value of
 awards made to the Small Business Ad-
 ministration pursuant to section 8 (a) of
 the Small Business Act.
   (7)  Total actions and dollar value of
 awards made to minority concerns.
   (c)  The  reports identified in para-
 graphs (a)  and (b> of this section are to
 be submitted to the Small Business Ad-
 visor no later than the 20th day follow-
 ing the end of the reporting period with
 the exception  of  the last report  of  the
 fiscal  year which  shall be submitted no
 later than  the 30th day following  the
 end of the fiscal year.
   Part 15-1 is amended  by adding a new
 Subpart 15-1.23 as follows:
    Subpart  15-1.23—Environmental
               Protection

 § 15—1.2302—3  Compliance  responsibili-
     ties.
   Notifications required  by FPR 1-1.2302
 shall  be  forwarded,  in  writing to  the
 Director,  Contracts Management Divi-
 sion.

 § ) 5-1.2302-5  Withholding award.
   Notifications required by  FPR  1-1.-
 2302-5 shall be forwarded, in turn, to the
 Director, Office of  Federal Activities, and
 the Director, Contracts Management Di-
 vision. Such notice shall be by telephone
 and the date  notice is  given shall be
 noted in the procurement Hie to establish
 the start of the  15 working clay delay
 period.

   Part 15-1 is amended by adding a new
 Subpart 15-1.50 as follows:
Subpart 15-1.50—Closing Completed or
         Terminated Contracts
 fi 15-1.5000  Scop*- of subparl,

   This subpart establishes  procedures
 governing   the closing of contract flies
 when  all  contract performance is com-
 pleted or  the contract is terminated.
 § 15—1.5001  Defmilion—Completed con*
     tract.
   A completed contract is one that is
 both   physically   and  administratively
complete and in which all aspects of con-
tractual performance have been accom-
plished or formally waived. A contract is
physically complete only after all  prop-
erty and services  called for under  the
contract.  Including such related  items
as reports, materials, data, and exhibits,
have been delivered to and accepted  by
the Government including property and
 services for which no specific compensa-
 tion may have been stipulated or a no-
 tice of complete contract termination has
 been given the contractor by the Govern-
 ment.  A  contract  is  administratively
 complete when all payments have been
 made and all administrative actions ac-
 complished. A contractor accorded lim-
 ited administration and  having a face
 value of $10,000 or under Is closed when
 evidence of  physical completion is re-
 ceived by the contracting officer.
 § 1S-1.5002   Procedures.
 §15-1.5002-1  Go*ing review.
   (a) Upon physical completion, the con-
 tract and contract file shall be reviewed
 to verify that all actions have been fully
 documented  to  the extent practicable.
 Consideration must be given to the type
 of contract being closed, and the con-
 tract flle shall be reviewed to determine
 that:
   (1) All  services  have been  rendered
 and accepted;
   (2)  All  property, including but  not
 limited  to contract end items, reports,
 data,  and  exhibits, have  been  delivered
 and accepted;
   (3)  All payments and collections have
 been accomplished;
   (4) Releases from liabilities,  obliga-
 tions,  and claims  have been  obtained
 from the contractor, if  appropriate;
   (5) Assignments of refunds, rebates,
 and credits, have been  executed by the
 contractor, if appropriate;
   <6)  All  administrative actions have
 been completed such as determination of
 final overhead rates, release of funds, or
 disposal  of property, and all administra-
 tive reviews and approvals have been ac-
 complished  and  documented  regarding
 such items as wages, salaries, Insurance,
 and accounting;
   (7)  The file is documented as presribed
 in § 15-1.313; and
   (8)  Ascertain the possible existence of
 pending  disputes, contingent liabilities,
 or circumstances  out  of  which  future
 claims or litigation might arise,  poten-
 tial credits, or refunds  or other future
 recoveries. Insure that adequate reserves
have been set aside to provide for con-
 tingent liabilities.
   (b)  A closing review shall be made to
insure that either the contract flle con-
tains,  or that all actions necessary  to
complete the  flle have been  consum-
 mated as they are applicable to the type
 of contract being closed:
   (1)  Inspection  and acceptance docu-
ments or a statement from program per-
sonnel that all services and property re-
quired by the contract  have been per-
formed or delivered in accordance with
the terms of the contract and are ac-
 ceptable  to the  Government.  All  dis-
crepancies in actual performance or de-
livery  with contract requirements must
             FSDfUAL tEGISTEft, VOl. 47, NO. 144—TUESDAY,  DECEMBER 10, 1977
                                     13

-------
                               RULES AND REGULATIONS
 be reconciled before the contract flle is
 closed;
   (2) Contract files shall  not be closed
 or flnal payment made until (1) all ques-
 tions of  disallowed or suspended costs
 are settled;  (11) the "completion vouch-
 er" and the "cumulative claim and rec-
 onciliation statement" are vertifled (see
 f 15-1.5002-3)  and flnal audit report or
 closing statement obtained from the Cost
 Review  and Policy Branch,  Contracts
 Management Division; (ill) all  discrep-
 ancies are resolved between payments
 and deliveries or performance,  and be-
 tween billings  and payments; (Iv) final
 overhead rates are established  and set
 forth In a contract modification; (v) as-
 signments of  refunds, rebates,  credits,
 and other amounts are executed: (vi>
 flnal release of claims is received from
 the contractor; and (vil) partial or com-
 plete termination  settlements  are set
 forth in a supplemental agreement and
 payment or collection  made;
   (3) A  copy of each subcontract ap-
 proved or ratified by the contracting of-
 ficer, together with the letter or docu-
 ment of approval and the subcontract
 review memorandum  must be  retained'
 in the contract file. If approval of in-
 dividual subcontracts is waived by ap-
 proval of the contractor's  purchasing
 system, a copy of or a specific reference
 to the purchasing system'approval must
 be included in the contract  file. Unre-
 solved disputes between prime and sub-
 contractors must be resolved  before the
 prime contract flle can be closed, unless
 the prime contractor  releases the Gov-
 ernment from  any obligation relating to
 the subcontractor claims:
   (4) Before a contract flle can be closed,
 all  additions or changes to  the terms.
 conditions,  or administrative   recitals
 must be formalized by an appropriate
 supplemental  agreement  or  unilateral
 change  order. Timely action must  be
 taken to formalize adjustment of price,
 estimated cost, or fee when required by
 special contract provisions, such as price
 redetermination,  incentive clauses, es-
 calation, or partial or complete termina-
 tion  settlements.  Contracting   officers
 have no authority to, and shall not, give
 or execute any kind of release of claim
 or obligation to the contractor except by
 formal modification of the contract:
   t5) All  Government-owned property,
 real or personal, either furnished by the
 Government or acquired by the contrac-
 tor for the account of the Government,
 must be accounted  for and appropriate
 disposal action taken upon physical com-
 pletion of the contract. The contract flle
 shall not be closed until the inventory of
all such Government-owned property is
verified and a complete record of  the dis-
position of all property Is placed in the
file;
  (6) Individual copies of the following
must be placed in the contract flle prior
to closing:  (i) Systems approvals. I.e.,
accounting,    estimating,   purchasing,
property  management,  quality  assur-
ance, and maintenance; (li)  advance
understanding on  particular items of
cost identified In  PPR  1-15.107; I.e.,
TJUiD,  employee  compensation,  travel.
Insurance plans, and precontract costs:
and (111)  other agreements relating to
contract performance;
   (7) Copies  of appropriate clearances
and reports relating to Inventories, pat-
ents, royalties, copyright, publications.
and tax exemptions must be Included in
the  official  contract flle. Also  the flle
must contain copies of Inquiries from
and answers and reports to sources such
as the Congress, the General Accounting
Office, audit  activities,  and  other  or-
ganizations; and
   (8) Copies  of letters delegating con-
tract administration, such as technical
direction, quality  assurance inspection
and acceptance, property management,
and subcontract approval, must be in-
cluded In the official contract flle and  a
statement that all  delegated  actions
were completed satisfactorily.
 § 15-15.5002-2
     randum.
Contract closing* memo-
  The contracting officer shall  prepare
 a memorandum that may take the form
 of a  memorandum for the record  or a
 checklist of contract actions applicable
 to the type of contract involved  (see
 115-1.313   and  J 15-1.5002-1).   Hie
 memorandum shall contain as  a mini-
 mum verification that all contract per-
 formance  is  completed  and that all
 contract action have  been fully docu-
 mented.  Contracting   activities  shall
 design and prescribe the form and  con-
 tents of such closing checklists.
 | 15-1.5002-3  Verification of costs.
  Before flnal payment is made under a
 cost-reimbursement type contract, the
 contracting officer must verify the allow-
 abiltty, allocablllty, and reasonableness
 of costs claimed. Verification of total
 costs  incurred should be obtained from
 the Office of Audit, through the Cost Re-
 view  and Policy Branch. CMD, in the
 form  of a flnal audit certification. Simi-
 lar verification  of actual costs must  be
 made for fixed-price contracts  when cost
 Incentive or price  redetermination are
 Involved. Termination  settlement   pro-
 posals shall be submitted to the Cost Re-
view and Policy Branch  for review by
 the Office of Audit, as prescribed  by FPR
 1-B.207.

3 15-1.5002-4   Termination.
  (a)  All documentation relating to the
terminated portion of a contract shall  be
maintained in a separate termination file
or In a separately identifiable section  of
the official contract flle. After flnal settle-
ment  and payment or  collection of all
             FEOHAl RfGISTtR. VOL. 41, NO. 244—TUESDAY, OtCIMiEl 20,  1*77
                                   14

-------
                                MULES AND REGULATIONS
 termination claims, the termination file
 shall be reviewed to insure that the file
 contains  documentation to support all
 actions relating to the termination settle-
 ment and to the disposition of the Gov-
 ernment-owned  property.  Documenta-
 tion of the file shall include:
   (1>  Request for termination action or
 a statement of reasons for the termina-
 tion;
   (2)  Notice of termination and Instruc-
 tions to the contractor, and notice to the
 General Accounting Office as  prescribed
• by PPR 1-8.403;
   (3)  Correspondence with the contrac-
 tor and records of all discussions. meet-
 Ings, and negotiations;
   (4)  Copies  of all settlement proposals
 and  accounting  reviews  and analysis
 thereof;
   (5)  Records and approvals of subcon-
 tractor settlements;
   (8)  Inventory schedules and records of
 disposal of Government-owned property;
 and
   (7)  Settlement agreements, records of
 exceptions, and contracting officer deter-
 minations, as appropriate.
   (b)  After all termination actions are
 completed and the separate termination
 file closed, it shall be filed as part of the
 official contract file.
    Subpart 15-1.53—Code of Conduct
 | 15-1.5300  [Amended]
   Section 15-1.5300 is amended by mak-
 ing the following change:
   In  paragraph  (a)UHv), change  the
 citation 18 U.S.C. 200 to 18 U.S.C. 209.
   (PB Doe.TT-36298 Filed 13-1»-77;8:4S ua[
            KDHAt Mom* VOl. 41. NO. Mt-JWSMr. MCIMKI 10. ,.77
                                  15

-------
                                RULES  AND REGULATIONS
    TMt 41—Publk Contract! ond Property
 CHAPTER 15—ENVIRONMENTAL PROTECTION
               AGENCY
              [FRL 810-5]

       PART 15-3—PROCUREMENT BY
             NEGOTIATIONS
    Colt Sharing In  Contract! for R««arch
 AGENCY:  Environmental  Protection
 Agency.
 ACTION: Final rule.
 SUMMARY:  This  action  revises an
 Environmental   Protection   Agency
 (EPA) regulation that covers the basic
 guidelines for the  use of cost sharing
 in contracts for research.  Previously.
 the EPA procurement regulations en-
 couraged  cost  sharing  for  research
 contracts that resulted from unsolicit-
 ed proposals, however, for fiscal years
 1976 and 1977 EPA was included in the
 Department of  Housing  and  Urban
 Development—Independent  Agencies
 Appropriations Acts which  do contain
 requirements for cost sharing  when
 contracts  result from  proposals not
 specifically solicited by  the Govern-
 ment. Cost sharing is a financial ar-
 rangement  under which  a  contractor
 bears a portion of costs of performing
 a contract. The Intended effect of this
 regulation is to require cost sharing in
 an amount that will reflect  the mu-
 tuality of interest of the  contractor
 and the Government.
 EFFECT DATE:  January 12.1978.
 FOR   FURTHER   INFORMATION
 CONTACT:
   Frank Boyer,  Contracts Policy and
   Review Branch (PM-214), Environ-
   mental Protection Agency. Washing-
   ton, D.C. 20460, 202-755-0900.
 SUPPLEMENTARY INFORMATION:
 Prior to fiscal year'1976, money for
 the EPA was appropriated  under the
 provisions  of the  Agriculture—Envi-
 ronmental and  Consumer  Protection
 Appropriation Acts.  These  Acts did
 not contain  requirements  for  cost
 sharing.
   It is the general policy of the EPA to
 invite comments  regarding  the devel-
 opment of  proposed rules; however,
 this action consists only of a revision
 of  an  existing regulation to  bring it
 into conformance with  provisions of
 law and no useful purpose would be
 served by Inviting comments.
 (Sec. 205(c). 63 Slat. 390; 40 U.S.C. 486.)
  NOTE.—The  Environmental   Protection
 Agency has determined that this document
 does not contain a major proposal requiring
 preparation  of an  inflation impact state-
 ment under  Executive  Order  11821  and
OMB Circular A-107.
   Dated: December 28. 1977.

             DOUGLAS M. COSTLE,
                    Administrator,
    Environmental Protection Agency.

   The table of contents for Part 15-3
 Is amended to provide  new entries as
 follows:
 Sec.
 15-3.405-3-50 Basic guidelines.
 15-3.405-3-51 Unsolicited proposals.
 15-3.405-3-52 Determination of amount of
    cost sharing.

     Subport 15-3.4—Typ« of Contract!

   Section 15-3.405-3 is  revised to add
 H 15-3.405-3-50, 15-3.405-3-51, and 15-
 3.405-3-52 as follows:

 } 15-3.405-3  Cost sharing contract.

   This  section prescribes  the condi-
 tions under which cost sharing con-
 tracts are to be used and guidance for
 the amount of cost sharing to be ob-
 tained. As defined in the Federal pro-
 curement regulations,  a cost sharing
 contract  is a cost-reimbursement type
 contract  under which  the contractor
 receives no fee but is reimbursed only
 for an agreed  portion of its allowable
 caste.  However,  the  principles  set
 forth in this section are considered to
 apply equally  to  fixed-price contracts
 where the contractor agrees, or is re-
 quired by statute, to bear a portion of
 the cost of performance.

 § 15-3.403-3-50  Basic guidelines.

  (a) Cost  sharing  with non-Federal
 organizations  shall  be  encouraged
 where the  parties have considerable
 mutual interest in the basic or applied
 research  subject  matter of the con-
 tract. For example, when it  is probable
 that the contractor will receive signifi-
 cant future benefits from the research
 such as increased technical  knowledge
 useful  in  future operations, additional
 technical or  scientific  expertise  or
 training for its personnel, opportunity
 to benefit through patent rights, and
 the use  of  background  knowledge in
 future production contracts.
  (b) Normally, cost sharing need not
 be applied where the contracting offi-
 cer has determined that one  or more
 of the following circumstances exist:
  <1) The particular research objective
 or scope  of effort for  the  project is
specified by EPA rather than proposed
 by the performing organization. This
 will usually include any  formal solici-
 tation for a specific project;
             FEOERAl REGISTER, VOL 43, NO. «—THURSDAY. JANUARY
                                   17

-------
                                RULES AND REGULATIONS
   (2) The  research  effort  has  only
  minor relevance to the non-Federal ac-
  tivities of the performing organization,
  and th£ organization Is  proposing  to
  undertake the research primarily as a
  service to EPA;
   (3) The organization has little or no
  non-Federal sources  of  funds from
  which  to  make  a cost  contribution.
  Cost sharing should  generally  not be
  requested if cost sharing would mean
  that EPA would have to provide funds
  through some other means (such  as
  fees) to enable the organization  to cost
  share.  It should  be recognized that
  those  organizations  which  are  pre-
  dominantly engaged  In  research and
  development and have little or no pro-
  duction or other service activities may
  not be in a favorable position to make
  a cost contribution; or
   (4) Payment of the full cost  of the
  project Is necessary in order to  obtain
'  the services of the particular organiza-
  tion.

  5 15-3.405-3-51   Unsolicited proposal*.

   The   Department of Housing  and
  Urban      Development-Independent
  Agencies Appropriation Act contains a
  requirement that none of the  funds
  provided in the Act may be used for
  payment through grants  or  contracts
  to recipients that do  not  share  in the
  cost of conducting research  resulting
  from proposals that are not specifical-
  ly solicited by the Government. Ac-
  cordingly, contracts which result from
  unsolicited proposals shall provide for
  the contractor to bear a portion  of the
  cost of  performance as determined in
  accordance with § 15-3.405-3-52. How-
  ever, where  there  is no measurable
  gain to the performing  organization,
  there is no mutuality of interest, and,
  therefore,  no  means by which  the
  extent of cost sharing may  reflect  a
 mutuality of interest.

 §15-3.405-3-52  Determination  of amount
    of emit sharing.

   When cost sharing  is determined to
 be  appropriate in  accordance   with
 § 15-3.405-3-50  or required by statute
 pursuant   to   § 15-3.405-3-51,    the
 amount of cost participation by the
 performing organization  may vary in
 accordance with a  number of factors
 relating to  the performing organiza-
 tion  and the character of the research
 effort.  The amount of cost  participa-
 tion  shall  reflect  the mutual agree-
 ment of the contracting  officer and
 the  contractor. Factors  which  con-
 tracting officers may consider in any
negotiations with prospective contrac-
tors regarding the amount of cost-par-
ticipation include the following:
  (a) Cost participation by educational
Institutions and other not-for-profit or
nonprofit  organizations  should  nor-
mally  be at  least 1 percent of total
project cost. In many cases cost shar-
ing of  less than 5 percent of total pro-
ject cost would be* appropriate in view
of the organization's nonprofit status
and their normally  limited ability to
recover the cost of such participation
from non-Federal sources. However, In
some cases it  may be appropriate for
educational Institutions  to  provide  a
higher degree of cost sharing, such as
when the cost of the research consists
primarily of the academic year salary
of  faculty  members,  or when  the
equipment acquired  by the  institution
for the  project will be of  significant
value  to the institution in  Its educa-
tional  activities.
  (b) The amount of cost  participation
by commercial or industrial organiza-
tions should depend to a large extent
on whether the research effort or re-
sults  are likely to  enhance the  per-
forming organization's capability, ex-
pertise,  or competitive  position  and
the value of such enhancement to the
performing organization.  It should be
recognized  that  those  organizations
which  are predominantly engaged in
research  and development  and  have
little or no production or  other service
activities may not be in a favorable po-
sition  to derive  a  monetary benefit
from   their research  under  Federal
agreements. Therefore, cost participa-
tion by commercial or industrial orga-
nizations could reasonably range from
as  little as 1 percent or less  of the
total project cost to  more than 50 per-
cent of total project cost.
  (c) If  the  performing  organization
will not acquire title to, or the right to
use, inventions, patents,  or technical
information  resulting from the re-
search project. It  would  generally be
appropriate to obtain less cost sharing
than in cases  in which the  performer
acquit es such rights.
  
-------
   (e) A relatively low degree of cost
 sharing may be appropriate if, In the
 view of the Federal agency, an area of
 research requires special stimulus in
 the national interest.
   (f) A fee or profit will usually not be
 paid to the performing organization if
 the organization is to contribute to the
 cost  of the research  effort,  but  the
 amount of  cost  sharing  may be re-
 duced to reflect the fact that the orga-
'nization is foregoing its normal fee or
 profit on the research. However, if the
 research Is  expected  to  be  of only
 minor value to the performing organi-
 zation  and if cost sharing  is not re-
 quired by statute, it may be appropri-
 ate for the performer to make a con-
 tribution in  the form  of a reduced fee
 or profit rather than sharing the costs
 of the project.
   (FR Doc. 78-860 Filed 1-11-78; 8:45 am]
                                    19

-------

-------
U.S.  Environmental Protection  Agency
       PROCUREfniNT INFOMTIRTION NOTICE
                                                                Mo-.PIK 77-15

                                                                      Feb.  7. 1977
             Source Evaluation and Selection Procedures
Reference:  EPPR Subpart 15-3.8, Price Negotiation Policies and Techniques
Purpose & Scope: To provide revised policy and procedures for  source evaluation
                   and selection applicable to EPA competitive negotiated procure-
                   ment actions la excess of $10,000 except architect-engineer
                   services.
Discussion!   The referenced EPPR established EPA policies and procedures for the
             evaluation of offerers for negotiation and award.  The growth of
             case law covering the subject, as well as the potential for misinter-
             pretation of the EPPR Subpart, and  the desire to adopt a procedure
             that provides a detailed evaluation and selection method, prompted
             the drafting of the proposed chapter to the Contracts Management Manual
             (copy attached).

             The policies and procedures set forth in the attachment shall be observed
             by all EPA personnel engaged in the acquisition of agency requirements
             through the procurement process to  the extent that those requirements
             are within the purview of the attached chapter (see paragraph 2,
             APPLICABILITY).

             The policies and procedures set forth become effective March 1, 1977.
             Concurrent with the issuance of this PIN a copy of the attachment
             is being forwarded to the Management and Organization Division (PM-213)
             for appropriate agency coordination and subsequent publication as a
             chapter in the Contracts Management Manual.  Cancellation of the EPPR
             Subpart 15-3.8 will be effective on March 1, 1977.
                                     21
EPA MQ FOKM 1900-38 lt-761

-------
ENVIRONMENTAL PROTECTION AGENCY                       MANUAL
CHAPTER  -  SOURCE EVALUATION AND
             SELECTION PROCEDURES               CONTRACTS MANAGEMENT

TABLE OF CONTENTS
PARAGRAPH                                    -              PARAGRAPH
 TITLES                                                     NUMBERS

Purpose	 ,	  1
Applicability 	  2
Deviations and Exceptions 	  3
Policy  	  4
   Policy 	 ..........   a
   Conflict of Interest 	   b
   Disclosure of Information  	   c
Definitions, Responsibilities, and Duties 	  5
   Head of the Procuring Activity	   a
   Source Selection Official  	   b
   Source Evaluation Board  	 . 	   c
   Technical Evaluation Panel 	   d
   Business Evaluation Panel  	 ....   e
   Program Manager  	   f
   Project Officer  	   g
   Contracting Officer  	 .....   h
   Contract Specialist  	 . 	   i
   Director or Chief of Contract Operations 	   j
   Source Evaluation Board Report 	   k
   Technical Evaluation Panel Report  	   1
   Business Evaluation Panel Report   	 .   m
   Source Selection Decision Report 	 . .   n
Evaluation and Selection Functional Assignments  	  6
   In Excess of $5,000,000  	   a
   In Excess of $1,000,000 But Not Exceeding $5,000,000 ...   b
   In Excess of $10,000 But Not Exceeding $1,000,000  ....   c
Procurement Request and Solicitation Preparation  . 	  7
   Procurement Request  	   a
   Presolicitation  	   b
Evaluation Criteria 	  8
Preproposal Conferences 	  9
   Prior to Issuance of the Solicitation	   a
   After Issuance of the Solicitation	   b
   Post Conference Actions  ..... 	 .....   c
Receipt and Distribution of Offers  	 10
   Receipt	 .   a
   Security Measures	   b
   Distribution of Offers 	 ...   c
TN                                                            CHAP
ORIGD5ATOR PM-214                    i
                             22

-------
ENVIRONMENTAL PROTECTION AGENCY                       MANUAL
CHAPTER  -  SOURCE EVALUATION AND
             SELECTION PROCEDURES               CONTRACTS MANAGEMENT

TABLE OF CONTENTS
Evaluation Procedures . 	  11
   Initial Review 	    a
   Scoring Plan	    b
   Scoring System 	 .....    c
   Evaluation Guidelines   	    d
   Ranking  	    e
Other Evaluation Factors   	  12
Determination of the Competitive Range  	 .....  13
   Technical Evaluation    	    a
   Business Evaluation  	    b
   Determination and Documentation  	 .  .    c
   Example  	 . 	 .....    d
Written or Oral Discussions    	 .....  14
   Background		    a
   Purpose  	    b
   Uncertainties  	    c
   Deficiencies   	    d
   Limitations  	 . 	 ........    e
Best and Final Offer	15
   Notification 	    a
   Receipt  	    b
   Evaluation	    c
   Limitation 	 .....    d
Source Selection Decisions   	  16
   General	    a
   SSO Selection	    b
   Contracting Officer Selection  	 ......    c
Negotiations with the Source Selected 	  17
Award	18
Notifications to Unsuccessful Offerers  	  19
   Unacceptable Offers  	 . 	 ......    a
   Competitive Range  	 . 	    b
   Unsuccessful Offerers   	    c
Debriefing	20

Exhibits
TN                                                                CHAP
ORIGINATOR PM-214                   ii
                             23

-------
 ENVIRONMENTAL PROTECTION AGENCY
SOURCE EVALUATION AND SELECTION PROCEDURES
                                                 CONTRACTS.MANAGEMENT
                       DRAFT
MANUAL
1.  PURPOSE.  This Chapter prescribes the policies and procedures  for

the source evaluation and  selection processes pertaining to the procure-

ment of personal property  and nonpersonal services (including construc-

tion) as defined in the  Federal Property and Administrative Services Act

of 1949, as amended, and major systems acquisition as set forth In Office

of Management and Budget Circular A-109 from non-Federal sources by

competitive negotiation.

2.  APPLICABILITY.


    a.  The provisions of  this Chapter apply EPA-wide to all competitive

negotiated procurement actions In excess of $10,000 except architect-

engineer services.   For  the selection and award procedures pertaining

to architect-engineer services see Federal Procurement Regulations

(FFR) Subpart 1-4.10 as  Implemented by Environmental Protection Agency

Procurement Regulations  (EPPR) Subpart 15-4.10.

    b.  Generally the provisions of this Chapter also apply to the

procurement of automatic data processing equipment and services.   However,

any special requirements placed by the General Services Administration

on a particular procurement action .shall take precedence If such

requirements are in conflict with any provision of this Chapter.

    c.  The provisions need not be applied to negotiated procurement

where award is based on  any of the conditions set forth as exceptions

in FPR l-3.805-l(a)(l) through (a)(5).  However, in those cases where


TN
ORIGINATOR:
                             24

-------
technical  evaluation of  offers  is a significant  factor in  the  source



selection  process,  the procedures are applicable.



    d.   In t^ose  cases where  the charter of a Federal Contract Research



Center  (FCRC) permits competition, these procedures apply.



3.  DEVIATIONS ANDEXCEPTIONS.  The Director, Contracts Management



Division (PM-214),  may authorize deviations or exceptions  to any of the



provisions of this  Chapter upon the receipt of adequate justification



(also see  EPPR 15-1.009-2).



4.  POLICY.




    a.   Policy.   It is EPA policy that source evaluation and selection




shall be conducted  in accordance with standards and procedures that insure



fair and impartial  treatment  of all offerers, and further insure the



selection  of sources whose performance is expected to best meet EPA



objectives at a reasonable price or cost within budgetary resources.



Commensurate with this policy it is paramount that source evaluation and



selection proceedings be conducted in a manner designed to avoid any



appearance of bias, partiality, arbitrary or capricious behavior,



inequitable treatment, or undue influence.




    b.  Conflicts of Interest.




         (1)  Title 40, Protection of Environment, Part 3,  of the Code of



Federal Regulations, prescribes the high ethical standards of conduct



required of each EPA employee, including both regular and  special



Government employees as they are covered by Part 3,  in carrying out their




duties and responsibilities.   Each EPA employee engaged in source



evaluation and selection is required to familiarize  hiaself with the
                             25

-------
provisions of Fart 3 regarding conflicts of interest and to inform the



Director or Chief of Contract Operations in^ writing if his participation



in the source evaluation and selection process could be reasonably



interpreted as a possible or apparent conflict of interest.  Any EPA



employee so informing the Director or Chief of Contract Operations and




determined to have a conflict of interest shall be relieved of further



duties in connection with the evaluation and selection process and a




successor designated.



        (2)  Only regular or special Government employees of EPA, or where



appropriate, other Federal Government agencies, shall participate in the



evaluation and selection process.  Employees of contractors shall not



participate either formally or informally in the evaluation and selection




process.



    c.  Disclosure ^pf^jiformation.  During the course of evaluation and



selection, personnel shall not reveal any information concerning the



evaluation to anyone who is not also participating in the same evaluation



proceedings, except as may be required for internal clearances or technical



assistance.  The right to Information during the evaluation process does



not extend to the chain of supervision of personnel engaged in the evalu-



ation.  However, nothing in this procedure precludes reasonable status




reports of activities to persons having program or procurement responsibi-



lities, provided that no information relating to the status or content



of a specific proposal is disclosed.




5.  DEFINITIONS. RESPONSIBILITIES. AND D13TIES.



    a.  Head of the Procuring Activity.  As defined in FPR 1-1.206,



"head of the procuring activity" means that official intermediate between
                             26

-------
the head of the agency and the contracting officer, who has the responsi-



bility for supervision and direction of the procuring activity.  For the



purpose of this Chapter, the Director, Contracts Management Division (PM-



(PM-214), is the head of the procuring activity In that he is responsible



for the procedural supervision and direction of all EPA organizational



elements engaged in procurement.  Specific functions in regard to source



evaluation and selection include:




        (1)  Monitor the source evaluation and selection process;



        (2)  Provide guidance and direction where required; and




        (3)  Rule on requests for deviation and exceptions from the



policy and/or procedures prescribed herein.



    b.  Source Selection Official.  The official designated, as herein-



after provided in this Chapter, to direct the source selection process.



Duties Include:



        (1)  Appointing the Source Evaluation Board and chairman;



        (2)  Appointing the Technical Evaluation Panel and Business



Evaluation Panel and chairmen;



        (3)  Approving the solicitation and the evaluation criteria,



including any changes subsequent to Issuance;



        (4)  Monitoring the source evaluation and selection process;



        (S)  Providing guidance and/or direction when required;



        (6)  Approving competitive range determinations and exclusion



of offerers therefrom;



        (7)  Selecting source(s) for negotiations; and




        (8)  Conducting formal debriefings.
                             27

-------
    c.  Source Evaluation Board.  The Source Evaluation Board (SEB) is



appointed by the Source Selection Official (SSO), and is composed of



personnel representing the various functional and technical disciplines



involved in a specific procurement action.  The membership consists of



a chairman who is responsible for all of the procedural and administrative



aspects of the SEB, and other specialists, e.g., technical, legal,



procurement, and financial, as may be deemed appropriate by the SSO.  In



addition to the chairman and other specialists, the Chairman of the



Technical Evaluation Panel (TEF) and Business Evaluation Panel (BEP) are



members of the SEB.



    d.  Technical Evaluation Panel.  The TEP is composed of personnel



including, but not limited to, the project officer and at least two



additional members knowledgeable of the technical aspects of the procurement



action.  Responsibilities of the TEP are to participate in the coordination



of evaluation criteria and statement of work for the solicitation,



evaluate offers, provide a comprehensive evaluation report to the SEB,



and prepare a summary of the strengths and weaknesses of each offer for



the Chairman of the SEB to use in his presentation to the SSO.



    e.  Business Evaluation Panel.  The BEP is composed of personnel



including, but not limited to, the contracting officer and/or contract



specialist, and a cost and price analyst.  Responsibilities of the BEP



are to participate in the coordination of evaluation criteria and



statement of work for the solicitation, evaluate the business and




contractual aspects of the offerers'  business proposals, and prepare a
                             28

-------
summary of findings, including strengths and weaknesses of each offer,



and recommendations for the use of the Chairman of the SEE to use in his



presentation to the SSO.




    f.  Program Manager.  The EPA program official at division, office,



or laboratory director level having overall responsibility for the




management of a program.  The program manager usually is the Chairman



of the SEE.



    g.  Project Officer.  The EPA individual designated by the program



manager, with the concurrence of the SSO as the technical representative




for the procurement action.  The project officer usually is the Chairman



of the TEP.




    h.  Contracting Officer.  The EPA official delegated the authority



to enter into and administer contracts and make related determinations



and findings.  Delegations of contracting officer authority have been



made by the Administrator to positions in EPA and redelegated to



positions and individuals whose functions are to provide procurement



support (See Delegations Manual, Chapter 1, General,  Administrative



and Miscellaneous).



    1.  Contract Specialist.  The EPA individual assigned the respon-



sibility for the procurement action and for the accomplishment of



the administrative duties necessary for and leading to a contract.



Responsibilities of the contract specialist include,  but are not



limited to, preparing the solicitation document, arranging preproposal




conferences, conducting negotiations, insuring complete and accurate




documentation of the official contract file, and preparing the
                            29

-------
contractual instrument.  Generally, the contract specialist is also




responsible for receiving, safeguarding, distributing offers to the



SEB, and, when so designated, may be a member of the BEF.




    J.  Director or Chief of Contract Operations.  The senior EPA



individual classified in the GS-1102 series having assigned responsi-




bilities for the management and operations of the procurement activities



at a specific location, i.e., Washington, D.C.;  Research Triangle Park,



North Carolina; and Cincinnati, Ohio.



    k.  Source Evaluation Board Report.  The formal report prepared by



the SEB which contains the evaluation standards  (Including the evaluation



criteria, specifications, and other special terms and conditions of the



solicitation), detailed narrative assessments of each offer against these



standards, numerical scores when used, and a summary of facts and findings



of significant strengths, weaknesses, and risks  of each offer.  The SEB



report forms the basis for analysis and selection by the SSO.



    1.  Technical Evaluation PanelReport.  The  formal narrative report



prepared by the TEP for submission to the SEB.  This report is the basis



for a najor portion of the SEB report to the SSO.  It includes the



detailed scoring and a summary of facts and findings of significant




strengths, weaknesses, and risks associated with each offer.   The report



must be in sufficient detail to permit a determination of acceptable



offers, justify the relative ranking of offers,  and to adequately advise,



through debriefing sessions, those offerers who  did not receive an



award of the reason their offers were not accepted.
                             30

-------
    m'  Business Evaluation Panel Report.




        (1)  The formal narrative report prepared by the BEF for



submission to the SEB.  This report is the basis for a portion of the



SEB report to the SSO.  It includes the consideration, analysis, and



recommendations concerning the following elements of each offerer's



business and management proposal:



             (a)  Reasonableness of price or estimated cost in relation



to the requirement;




             (b)  Investigation and analysis of unrealistically low or



or high cost elements;



             (c)  Evaluation of the proposed management structure to



be utilized for performance;



             (d)  Indirect cost management;



             (e)  Analysis of manhours, materials, and, if applicable,



such elements as computer time, subcontractors, consultants, and travel;



             (f)  Subcontracting program as it relates to small business,



labor surplus area concerns, and minority business enterprises; and



             (g)  Record of past performance under prior Government



contracts as it relates to timely performance, history of cost control,



requests for changes, and quality of the end product.



        (2)  The Business Evaluation Report represents a continuing



function during the source evaluation and selection process.  It may




be necessary to prepare more than one business evaluation report.  One



may be prepared based upon preliminary evaluations of  offers wherein
                              31

-------
a price or cost comparison is made between offerer's proposals and



against an independent Government cost estimate.  A second report may



be required to analyze laborhours against classification of skills



among the offerers.  For example, the hourly rates of one offerer may




appear to be high in comparison to other offerers, but the analysis



may indicate an entirely different classification of skills offered.



The final Business Evaluation Report contains a detailed analysis of



the individual elements of the offerer's price or costs and is normally



supported by an audit report.  The requirements relating to contract



audit as a pricing aid are set forth in FPR 1-3.809.




        (3)  Generally, business proposals are not susceptible to the



application of a numerical scoring system.  However, the BEP Report



should reflect adjectival ratings for each significant element of the



proposal that has been analyzed.  The adjectival ratings to be used



are "minus," "plus," or "check" and are applicable under the following



conditions:



             (a)  "Minus" means that the particular element is lacking



to such a degree that contract performance may be impaired;



             (b)  "Plus" means that the particular element is superior



to such an extent that contract performance is likely to be enhanced; and



             (c)  "Check" means that the particular element neither



exceeds nor falls below what is considered essential for successful




contract performance.
                              32

-------
    n.  Source Selection Decision Report.  The Source Selection Decision



Report is prepared by, or under the direction of, the SSO.  It reflects



the analysis made by the SSO of the SEB Report, the TEF Report, and the



BEP Report.  The Report fully documents the rationale of the SSO in



arriving at the decision to select a particular source, or sources, for



final negotiation.



6.  EVALUATION AND SELECTION FUNCTIONAL ASSIGNMENTS.  The following




conditions are applicable to the appointment or designation of the




SSO, SEB, TEP, and BEP and their functional duties with respect to



procurement actions of the dollar values indicated.



    a.  In Excessof $5.000.000;



        (1)  SSO - The Head of the Procuring Activity (see 5a);



        (2)  SEB Chairman - Program Manager (see 5f);



        (3)  SEB Members - Chairmen of the TEP and BEP.  (Such other



specialists may be appointed by the SEB Chairman as deemed appropriate



for the particular procurement action) (see 5c);



        (4)  TEP Chairman - Project Officer (see 5d); and



        (5)  BEP Chairman - Contracting Officer (see 5e).



    b.  In Excess of ^,OOP,000 But Not Exceeding $5.000.000;




        (1)  SSO - Director or Chief of Contract Operations (see 5j);



        (2)  SEB Chairman - Program Manager (see 5f);



        (3)  SEB Members - Chairmen of the TEP and BEP.  (Such other



specialists excluding members of the TEP and BEP may be appointed by the



SEB Chairman as deemed appropriate for the particular procurement action)




(see 5c);
                              33

-------
        (4)  TEP Chairman - Project Officer (see 5d); and


        (5)  BEP Chairman - Either the Contracting Officer (see 5h)


or the Contract Specialist (see 5i) as determined by the Contracting


Officer.


    c.  In Excess of $10.000 But Not Exceeding $1.000,000:


        (1)  SSO - Contracting Officer (see 5h);


        (2)  SEB Chairman - Generally a functional SEB is not appointed


for procurement actions of these dollar values; therefore, the project


officer and contract specialist shall perform those duties normally


associated with the SEB Chairman and SEB Members;


        (3)  SEB Members - None;


        (4)  TEP Chairman - The normal functions of the TEP are performed


by the Project Officer; and


        (5)  BEP Chairman - The normal functions of the BEP are performed


by the contract specialist and the price analyst.


7.  PROaJREMENT REQUEST AMP SOLICITATION PREPARATION.


    a.  Procurement Request.  Chapter 1, Procurement Request/Requisition


and Rationale Document, Contracts Management Manual prescribes policies
         I

and procedures for the use of EPA Form 1900-8, Procurement Request/


Requisition, and establishes the documentation which must accompany the


form.  Paragraph 4e(12) sets forth the requirement for inclusion of


the evaluation criteria with the form.


    b.  Presolicitatlon.


        (1)  The effectiveness of the source selection process depends


to a large extent on the content and quality of the solicitation document.
                             34

-------
It is important at this stage in the procurement action that the SEE, TEP,



and BEP are appointed and become actively associated with the contracting



officer, or contract specialist, in the preparation of the solicitation.




Therefore, the SEB and panels shall be appointed at this time where the



procurement action is in excess of $1,000,000.



        (2)  For those procurement actions not in excess of $1,000,000,




the contracting officer, or contract specialist, shall thoroughly review



the solicitation document for consistency with law, policy, and regula-



tions.  Other matters to be addressed include type of contract contemplated,




planned contractual provisions, quantities, schedules, completeness, and



specification and data requirements.  The contracting officer shall insure



that specification requirements have been correlated with the operational



needs.  The contracting officer shall insure that both management and



technical data requirements have been similarly evaluated to eliminate



nonessential or unduly restrictive requirements.



        (3)  Irrespective of the dollar value of the procurement action



the solicitation document including the evaluation criteria shall be



reviewed and approved by the SSO, as designated in paragraph 6a, b,



or c, above, prior to release to the public.  Proposed amendments of



the solicitation shall be similarly reviewed and approved prior to



release.
                             35

-------
8.  EVALUATION CRITERIA.



    a.  Although the initiator of EPA Form 1900-8, Procurement Request/



Requisition, is responsible for the development of the evaluation



criteria, the TEP and BEF are additionally responsible for insuring




that the evaluation criteria are adequately stated and are applicable




to the procurement action.




    b.  The development of evaluation criteria is not susceptible to the



application of a pre-determined mathematical formula, but must be developed



on a case-by-case basis after taking into consideration all of the salient




features of the specific procurement action.  Each element of the evaluation



criteria must have a direct and important relationship to each salient



feature.



    c.  All offerers must be able to readily determine from an examination



of the criteria included in the solicitation, the bases upon which their



offers will be evaluated.  In order to accomplish this, the criteria



shall be set forth in elements, and subelements to the extent appropriate,



and provide the relative order of importance of each.



    d.  Depending upon the procurement action, weights may be assigned




to each major element of the evaluation criteria; however, it is not



necessary to specify subelement weights.  The decision regarding the use




of evaluation criteria having assigned weights vests in the SSO.



    e.  Where the ratio of importance of one element to another is 6 to 1,



or higher, the weights must be set forth in the solicitation (see



Comptroller General Decisions B-18C245, May 9, 1974 and B-184446, March 2,



1976).  Likewise, consideration should be given to including weights in




the solicitation where the ratio is 5 to 1, or as low as 4 to 1.
                             36

-------
9.  PREPROPOSAL CONFERENCES.  Preproposal conferences are an important



part of the solicitation process, and shall be conducted in a fair and




impartial manner that will not give any prospective offerer an unfair



competitive advantage over another.  The determination to conduct a



preproposal conference may be made by the SSO, or the contracting officer,



under the following conditions:



    a.  Prior to Issuance of the Solicitation.  Where it is determined



that a preproposal conference would be advantageous to the Government



and prospective offerers in order to:



        (1)  Clarify or explain complex specifications, statement of



work, or proposed contractual provisions, e.g., patent rights, and data



requirements;



        (2)  Discuss or emphasize the importance of any qualification



requirements that have been set forth in the synopsis and solicitation,



e.g., offerers1 capabilities, experience, facilities, and resources



that are required to perform the statement of work;



        (3)  Reveal any ambiguities, inconsistencies, and gaps within



or between the solicitation schedule, statement of work, specifications,



and evaluation criteria; and



        (4)  Provide additional background material to prospective



offerers, e.g., reports or other documents that are too voluminous to




include with the solicitation, and site tour, or visits to the place of



performance.
                             37

-------
    b.  After Issuance of the Solicitation.  It may become necessary to



conduct a preproposal conference even though the solicitation does not



provide for one.  A notice shall be given to all prospective offerers



who have received the solicitation, and shall be in such form as the



SSO, or contracting officer, may determine, i.e., an amendment to the



solicitation or a letter notice.  The following circumstances are



indicative that a preproposal conference is desirable.



        (1)  Numerous questions regarding the solicitation have been



directed to the contracting officer, contract specialist, or project



officer, and these questions are relative to substantive matters;



        (2)  An important segment of industry requests the conference;



or



        (3)  Continuing review of the technical and business aspects of



the solicitation by EPA personnel reveals matters which should be



clarified.



    c.  Post Conference Actions.  The actions to be taken following a



preproposal conference are dependent upon several factors, generally as



follows, and are largely judgmental.



        (1)  In those cases where a transcript (either based upon tape



or stenographic notes) has been prepared, the transcript may be furnished



to all prospective offerers or all prospective offerers may be notified



of its availability upon request, provided that, nothing in the transcript



in any way modifies the solicitation; or



        (2)  Where the transcript modifies the solicitation, an amendment



of the solicitation shall be prepared and furnished to all prospective



offerers.
                             38

-------
10.  RECEIPT AND DISTRIBUTION OFOFFERS.  The integrit7 and consequent



effectiveness of the source evaluation and selection process is dependent




upon the care that must be exercised in the receipt and subsequent handling



of offers.  Offerers' identities, offer contents, and prices shall be



handled with the utmost discretion to avoid compromising the evaluation




results, or giving any offerer an unfair competitive advantage over other



offerers.  The contracting officer is the single point of contact during



the entire competitive process.  Any questions regarding the receipt and




distribution of offers, the status of the proceedings, or other matters



shall be referred to the contracting officer.  The receipt and distribution



of offers shall be governed by the following minimum standards:




    *•  Receipt.  Only those offers which are received on or before the



time and date set forth in the solicitation shall be considered for award,



unless  the late receipt is due to one of the conditions described in the



"Late Proposals, Modifications of Proposals, and Withdrawals of Proposals"



provision of the solicitation.



    b.  Security Measures.  The Director or Chief of Contract Operations



is responsible for Insuring that as offers are received they are promptly



recorded and properly safeguarded to prevent unauthorized disclosures.



    c.  Distribution of Offers.  Each EPA solicitation sets forth a



requirement that offerers shall submit the technical and business




proposals as separate and complete in themselves so that evaluation of



each may be accomplished concurrently and independently.  It is imperative




that this separation be maintained throughout the evaluation process to



insure that the technical evaluation is conducted solely on the technical
                             39

-------
proposal and is not in any way influenced by cost or price considerations.




Therefore, promptly following the time and date set for the receipt of



offers, the contract specialist, or other Individual who has been designated




by the Director or Chief of Contract Operations, shall distribute the



technical and business portions to:




        (1)  The TEP and BEP, respectively, where the procurement action



is in excess of $1,000,000: or



        (2)  The project officer (technical portion only) and contracting



officer, or contract specialist when so designated, and the price analyst



(business portion only) where the procurement action is $1,000,000 or




less.



The contract specialist, or other designated individual, shall maintain




a record, i.e., log of the offers received, furnish a copy of this record



to the recipients of the offers, and obtain a receipt, if deemed appropriate.



Recipients shall be advised of the requirements for maintaining the



technical and business proposals as completely separate entities, and of



the requirements regarding the disclosure of information contained in



the offers (see 4c).



In those cases where offerers have been instructed to submit their



technical offers to a location other than the procurement activity, the




Individual at that location must be designated to receive, record, and



distribute offers in the same manner as prescribed for the contract




specialist.




The original copy of each offer received shall be retained by the contract



specialist, pending the completion of the evaluation process, as the



official file copy.  This original copy and any codifications thereto
                              40

-------
shall become a part of the official contract file after award.




Concurrent with the distribution of the proposals, the contract specialist



shall advise the evaluators when the evaluation must be completed and the




evaluation reports are to be submitted to the SEB or, when the procurement



action is $1,000,000 or less, to the SSO.



11.  EVALUATION PROCEDURES.  In previous parts of this Chapter, the



evaluation and source selection policy has been established; definitions,



responsibilities, and duties have been set forth; functional assignments




have been made; and the procedures leading to the receipt and distribution



of offers have been described.  This paragraph expands on the procedures



governing the technical and business evaluation of offers, and prescribes



the method of scoring that shall be used in determining the relative



ranking of offers.



     a.  Initial^JReyiew.  Technical proposals shall be reviewed promptly



after the time and date for the receipt of offers as set out in the



solicitation.  The purpose of this review is to determine if any of the



offers are so technically deficient as to conclusively remove them from



further consideration.  Either the contracting officer, project officer,



the TEP, or the contract specialist acting alone, or in conjunction with



each other, shall make this initial review.  Some examples of technically



deficient offers are:  the offerer is offering equipment instead of the



study called for in the solicitation, the technical approach will clearly



not accomplish the desired results, the offer contains an approach cr




methodology that has previously been found to be unworkable, or the



offer is contingent upon conditions which EPA cannot meet without violating
                              41

-------
statutes or regulations.  The removal of an offer from further considera-

tion is a very serious matter which may have an adverse impact upon EPA;

consequently, if any reasonable doubt exists regarding the offer  it shall

be included for complete evaluation, scoring, and ranking.

     b.  Scoring Plan.  The scoring of offers must be done through the

application of a predetermined scoring plan consisting of numerical values.

These values are applied against the weight assigned to each  subelement

of the evaluation criteria set forth in the solicitation.  The values  are

on a scale of zero through five; consequently, each value, except zero,

represents 20% of the maximum rating that a subelement may receive.  For

example, an assigned value of four means that within a particular subelement

the offer has been evaluated and found to contain 80% of the  elements

of the scoring plan.  The following scoring plan shall be used in conjunc-

tion with numerical weights to arrive at scores for each element  and

subelement.                                              	_, f, /
                                                       7377?""
          Value                              Descriptive Statement

            0                    Not addressed  in the  offer.
            1                    Addressed, but totally deficient.
            2a in,-',' ,.,<,'/,: ,Vt»:.'X', ,•/  Deficient, but appears to be capable of
              <--..V;;  XV.-A./ ^/'/y^ improvements to adequate or  better with-
                -x'y /.•Jij/c/.i         out adopting a new approach.
            2b                   Appears  to be  deficient; however, final
                      AJJ(/-      scores will be determined subsequent to
                                 answers  to written questions and/or oral
                                 questions.
            3                    Adequate; overall it  meets the specifica-
                                 tions .
            4                    Good; has some superior features.
            5                    Generally superior in most features.

The  relationship  of the  scoring plan  to written or oral discussions and to

subsequent  negotiations  is  as  follows:

-------
        (1)  Value of "0," "1," or "2a" - The element or subelement


clearly is deficient and is not to be questioned or discussed during written


or oral discussions.  Such values are solely for the purposes of scoring,

ranking, and determination of the competitive range.  If, however, the


offer attains an overall score, because of other factors, that places


it in a sufficiently high position to be selected for negotiations, the


offerer shall be allowed to correct these deficiencies during negotiations.


        (2)  Value of "2b" - The element or subelement contains uncertain-


ties which must be resolved before the offer is fully understood.  Such


uncertainties are to be resolved during written or oral discussions, and


the offer is to be given a final score that is based on the offerer's
clarifications.                                           •   /    /
                   '          ''          "    •      •    '
        (3)  Values of "3," "4," or "5" - The element or subelement is


fully understood and there is no need for clarification by the offerer.


However, discussions involving any such elements or subelement s are not


precluded .


     c.  Scoring System.  The SEB, or contracting officer in the case of

                            /V t^i - ^ r*fj 'V
-------
element and subelement.  For example, if the solicitation stated that



the first criterion was twice as important as each of the remaining three,



then the scoring system should reflect this by providing for a maximum



numerical weight of 200 points for this element of the offer, and 100




points for the remaining three elements.  When the scoring system contains



subelements, particular attention must be given to maintaining the




relative importance of each subelement to the total element.  The




scoring system shall be developed prior to any comprehensive review of



offers, and, once adopted, shall be applied x?ithout change throughout



the entire evaluation.  On rare occasions it nay be found that the system



is impracticable or not conducive to fair and impartial scoring.  In



such cases the system may be modified with the approval of the Director



or Chief of Contract Operations.  However, all offers shall be rescored



using the modified system.



In scoring offers a numerical value of the scoring plan is applied to



each numerical weight in order to arrive at a score for that particular



element or subelement.  The sum of these scores is the overall score



attained by the offer.  The following example is an outline of a typical



scoring system showing the assignment of numerical weights, the applica-



tion of the scoring plan, the derivation of individual scores for each



element and subelement, and the overall score to be used in ranking the




offers.
                             44

-------
              TECHNICAL EVALUATION SCORING SYSTEM
Numerical i >A Scoring Individual
Evaluation Criteria Weight ' J .-\ Plan Scores
I. Adequacy of Technical Proposal
a. Literature search and
investigation methodology
b. Proposed sources of
information
c. Plan for assessing the
value of each publication
d. Correlation of literature
to economic aspects
e. Presentation of findings
II. Project Management
a. Previous experience the
project manager has had
in this type of effort
b. Company resources available
to the project manager
c. Proposed subcontracting
effort in connection with
obtaining additional resources
d. Project management
organization and plan
III. Personnel Qualifications
200

40
40
40

40
40
100
25
25

25
25
100
128
f
3 - CU"" 24
2b 16
5 !-t
-------
The application of the principles set forth in ll.b.(l), (2), and (3) to




the above sample will result in the following:



        (1)  Item I.b,  Proposed sources of information, must be



discussed with the offerer, and the element appropriately rescored.   If




the clarification offered is such that a rescoring is not appropriate,




the value and score will remain as initially determined;



        (2)  Item I.e,  Presentation of findings, is not to be discussed,



but the offerer shall be allowed to correct his offer if he is selected




for negotiations because of other factors that have resulted in the



attainment of a high rank; and




        (3)  Items II.c»  Proposed subcontracting effort in connection with



obtaining additional resources, and III.c,  Qualifications of consultants,



shall be treated in the same manner under the same circumstances set forth




in (2) above.



     d.  Evaluation Guidelines.  The evaluation of offers requires the



exercise of careful judgment on the part of each evaluator.  Offers must



be carefully read and analyzed before the scoring plan is applied to any



element or subelement.  Evaluators should consider the following when



analyzing offers:



        (1)  Avoid "reading into" or "reading out of" any portion of the




offer a meaning other than the exact language appearing in the offer;



        (2)  Avoid the tendency to interpret the meaning of the




offerer's writing;
                              46

-------
         (3)  Avoid any infusion of personal knowledge concerning the



offerer, particularly if the offer does not address the matter;



         (4)  Recognize that the assignment of a score to an element or




subelement is subjective and based upon judgment;



         (5)  Recognize that no two individuals may assign the same




numerical score to an element or subelement;



         (6)  Recognize ambiguities, inconsistencies, errors, omissions,




irregularities, and deficiencies that can affect scoring;



         (7)  Recognize that offerers often use "catch phrases," "buzz




words," and semi*-legalistic phraseology which may not indicate a thorough



understanding of the solicitation;



         (8)  Recognize the quality of substance and do not be influenced




by form, format, or method of presentation;



         (9)  Recognize flattery on the part of the offerer; and



        (10)  Avoid forming "first impressions" of an offer that might



tend to influence the score to be assigned.



     e.  Ranking.  The assignment of numerical scores to an offer



determines the relative rank of that offer with respect to other offers.



While the use of predetermined scores as a cutoff for the establishment



of the competitive range is prohibited, the scoring and relative rank



of offerers does influence this determination materially.  This is



particularly true when an offer, or group of offers, falls significantly




below the lowest score attained by the higher ranking offers.
                             47

-------
12.  OTHER EVALUATION FACTORS.  Frequently there are other factors that



enter into the evaluation process that must be considered in arriving



at a relative ranking.  These factors are not included in the evaluation



criteria of the solicitation, but consist of important items which may



have a significant impact upon the determination of those offers within




the competitive range and upon selection for award.  They are not point



scored, but are presented to the SSO for his consideration as deemed




appropriate.  While some of these items appear in 5 m,  concerning the




functions of the BEP, the following examples are items related to prior



performance on Government contracts that must be taken into consideration:



     a.  Compliance With;




         (1)  Socio-economic programs such as small business and labor



surplus area concerns and minority business enterprise;



         (2)  Labor standards provisions such as the Fair Labor Standards



Act, Service Contract Act of 1965, Contract Work Hours and Safety



Standards Act, and, if applicable, the labor standards provisions



relative to construction;



         (3)  The provisions of the Disabled Veterans and Veterans of



the Vietnam Era and the Employment of the Handicapped clauses; and



         (4)  The provisions of the Clean Air and Water acts.




     b.  Have Record ofi



         (1)  Lack of integrity, business ethics, or failure to apply




necessary tenacity or perseverance to do an acceptable job;




         (2)  Poor financial capability or credit;
                             48

-------
          (3)  Violation of statutes or regulations resulting in place-



 ment on a debarred, suspended, or Ineligible listing (see FPR 1-1.6);



          (4)  Actual or potential conflict of interest situation;  and



          (5)  Previous determinations of nonresponsibility in connection



 with the award of contracts.




      c.  Additional.  There may be occasions where there are reasons to



 include other factors that are not stated above.   However,  they must be




 reasonable in the judgment of the SSO and pertinent to the  procurement



 action.




 13.   DETERMIHATION OF THE COMPETITIVE RANGE.   Determination of the




 competitive range is not treated In depth by the  FPR (see 1-3.805-1(a)),



 which states in part "... a competitive range, price and other factors



 considered, except ..."  The implication here being that price is  the



 primary consideration, and that other factors are secondary.   In the case



 of EPA procurement actions this would be applicable only to negotiated



 supply contracts, but is not applicable to the procurement  of research




 and  development studies, surveys, demonstrations  and similar subjects



 which are more prevalent.  Almost all EPA procurement actions to which



 this Chapter applies involve other factors which  are of greater impor-



 tance than the price or estimated cost proposed.   Accordingly, determi-



 nation of the competitive range shall be made only after evaluation



 of all offers received and careful consideration  of and possible trade



 offs as follows:




      a.  Technical Evaluation.   While the attainment of a particularly



high score would sees to indicate that an offer should be considered
                             49

-------
within the competitive range, upon consideration of the price offered,



it nay not be practicable to trade off the superior technical aspects



of the offer against a significantly higher price.  Generally, the



attainment of a high technical evaluation score in itself need not be



sufficient basis for a determination that the offer is within the



competitive range.  Conversely, an offer with a lower technical




evaluation may meet the minimum requirements of the solicitation and




offer a price that should be given further consideration.



     b.  Business Evaluation.  The business evaluation of offers is an



essential element in determining the competitive range, and is of




particular significance where several offers have received scores that



are close In numerical value as a result of the technical evaluation.



In such cases, the business evaluation may be the determining factor in



arriving at the competitive range.  Similarly, one or more of the factors



set forth in paragraph 12  may be of such importance that the offer cannot



be reasonably determined to be within the competitive range.



     c.  Determination and Documentation.  The contracting officer shall



make the determination of the competitive range with the subsequent



approval by the SSO (see 5 b (6)).  As with the preceding discussions



regarding evaluations, no stringent rules can, or should be, applied



In determining the competitive range, nor can a mathematical formula



be devised.  Where there is reasonable doubt regarding the inclusion




of a particular offer within the competitive range, that doubt should



be resolved in favor of inclusion.  Because the determination of the



competitive range is based on informed judgment and is complex in nature,



all such determinations must be completely documented to set forth the



rationale supporting the determination.
                             50

-------
     d.  Example.  The following example Is furnished for guidance in

determining the competitive range based on the technical and business

evaluations of a group of offers:

    Offerer                Technical Evaluation Score          Cpjt/Priee

    A  Co.                             330                     $ 250,000
    B  Inc.                            325                       175,000
    K  Co.                             275                       145,000
    D  Co.                             245                       150,000
    C  Co.                             200                       115,000
    G  Co.                             125                        92,000

     (1)  G  Co., while offering the lowest price/cost has submitted an

offer that is seriously lacking in essential qualities.  A review of the

scoring will show several essential qualities to have been scored as "0,"

"1," or "2a;"

     (2)  A  Co., while attaining the highest technical score has offered

a price/cost that is unreasonable for the effort required.  If an analysis

of the business proposal shows that several elements of cost or price are

unusually high, but may be susceptible to downward revision, the offer may

be included in the competitive range; however, if those circumstances do

not exist, the offer may safely be considered to be outside the competitive

range because of price/cost.

     (3)  C  Co., has attained a score which represents only 50% of the

essential qualities desired.  This is also reflected in the business pro-

posal.   The offer should not be considered within the competitive range,

and

     (4)  The offers of B  Inc., K  Co.,  and D  Co., are close as to both

the technical evaluation and cost/price offered.  Therefore, these three

offers should be within the competitive range, and, depending upon the
                             51

-------
circumstances incident to the much higher price, A  Co., may also be



included.



14.  WRITTEN OR ORAL DISCUSSIONS



     a.  Background.  Public Law 87-653, commonly known as the Truth in



Negotiations Act, amended 10 U.S.C. 2304(g) to require written or oral



discussions in negotiated procurements with all responsible offerers



who submit proposals within a competitive range.  While this Act did



not apply to those agencies subject to the Federal Property and Admin-



istrative Services Act of 1949, as amended, the Administrator of General



Services has applied the same provision to civilian executive agencies



in the interest of uniformity.  This provision is set forth in




FPR 1-3.805-1(a).



     b.  Purpose.  The FPR provides guidance as to the purpose of



conducting discussions by the statement contained in 1-3.804 which is



"Oral discussions or written communications shall be conducted with



offerers to the extent necessary to resolve uncertainties relating to



the purchase or the price to be paid."  By interpretation, the purposes



of these discussions are to:



         (1)  Provide offerers an opportunity to further explain their



offers;




         (2)  Afford the contracting officer an opportunity to understand



fully what is being offered;



         (3)  Arrive at preliminary agreements regarding price, cost,



performance, contract terms and conditions; and
                             52

-------
         (4)  Resolve minor informalities in offers, e.g., incomplete



representations and certifications, and incomplete cost or pricing



information.



     c.  Uncertainties.  An uncertainty is described as any part of an



offer that is not stated in a manner that is clear and concise enough



to avoid the necessity for Interpretation of its meaning or intent.




Uncertainties may arise because of terminology, sentence structure,



grammatical composition, word usage, misspelling, or inconsistencies



or ambiguities in two or more portions of the offer.



     d.  Deficiencies.  Deficiencies, as distinguished from uncertainties,




are those portions of an offer that are lacking in some necessary quality




or element such that they do not address the minimum requirements as



stated in the solicitation.



     e.  Limitations.  Careful judgment in determining the extent of



discussions must be exercised.  Discussions with each offerer must be



confined to those areas of the offer that have been identified as



containing uncertainties.  There must be a scrupulous avoidance of



disclosure of technical information, ideas, or cost data from any



other offerer.  No indication shall be given to any offerer of a



price which must be met or bettered to obtain further consideration



since such practice constitutes an auction technique.  On the other hand,



this does not prohibit pointing out price or cost elements that do not



appear to be justified, or encouraging offerers to put forward their most



favorable price proposals, but in so doing, the price elements of any
                             53

-------
other offerer must not be discussed, disclosed, or compared.  It is of



paramount importance that discussions shall not be extended into the



identification and correction of deficiencies.



15.  BEST AND FINAL OFFER



    a.  Notification.  At the conclusion of written or oral discussions,



a final common cut-off date, in accordance with FPR l-3.805-l(b), which



allows a reasonable opportunity for submission of final written offers



must be established and all participants so notified.  This notification



must include information to the effect that discussions are being



concluded; offerers are being asked for their "best and final" offer



(which can be a confirmation of a prior offer, but should be explicitly



stated as a final offer); and the confirmation or revised final offer



must be submitted by the date specified.  When contracting officers call



for the "best and final" offer, offerers should be cautioned against



"buying-in" and submitting unsupported changes in their former offers.



    b.  Receipt.  Any "best and final" offer received after the established



final common cut-off date must thereafter be handled as "late" in accord-



ance with FPR 1-3.803-1.



    c.  Evaluation.  "Best and final" offers shall be subject to a final



evaluation (price or cost, technical, and other salient factors) to the



extent considered necessary by the contracting officer.  Evaluations



shall be performed in accordance with the procedures previously prescribed



for use in the evaluation of initial offers (see paragraph 11, EVALUATION



PROCEDURES and paragraph 12, OTHER EVALUATION FACTORS) in order to



determine the relative ranking of the revised offers.
                             54

-------
    d.  Limitation.  Contracting officers shall not call for "best and




final" offers more than once unless fully justified and then only when



approved by the SSO.



16.  SOURCE SELECTION DECISIONS.




    a.  General.  The selection of a source, or sources, for negotiations



shall be made after the receipt and evaluation of "best and final" offers.




    b.  SSO Selection.  After the SSO has reviewed the SEB report (see




5 '< ) he shall prepare, or direct the preparation of, a source selection



decision report which shall reflect:




        (1)  The source selection decision,



        (2)  Comprehensive rationale for the decision,



        (3)  Authorization for the contracting officer to conduct



negotiations with the source selected, and



        (4)  Authorization to award a contract upon successful completion



of negotiations.



    c.  Contracting Officer Selection.  For these procurement actions not



in excess of $1,000,000, the contracting officer shall prepare a source



selection decision report which reflects:




        (1)  The source selection decision, and



        (2)  Comprehensive rationale for the decision.
                             55

-------
17.  NEGOTIATIONS WITH THE SOURCE SELECTED.  The contracting officer,




assisted by the contract specialist and such other technical and business



specialists as deemed appropriate, shall conduct negotiations with the




source selected.  Such negotiations shall not involve material changes



which, in the judgment of the contracting officer, would alter the bases




for the source selection decision.  In the event that the SSO directs



negotiations with more than one source, negotiations may be conducted




successively with those sources selected.  At the conclusion of negotiations



offerers will be requested to submit written confirmation of agreements




with respect to price and other significant elements agreed upon.  A common



cut-off date shall be established for the receipt of these confirmations.



The procedures described in paragraph 16, SOURCE SELECTION DECISION. para-



graphs b(l), (2) and (4) or, paragraph c, as appropriate, shall be followed



to document the selection decision.  Negotiations at this point in the source



evaluation and selection process permits consideration and correction of



elements and subelenents which were assigned numerical values of "0," "1,"



or "2a."



18.  AWARD.  Contract award shall be made to that offerer who has sub-



mitted an offer which promises the greatest advantage to EFA in terms



of performance at an affordable cost, and as a result of fair and



impartial evaluation.  However, award shall be made only after all



required clearances and approvals have been obtained.



19.  NOTIFICATIONS TO UNSUCCESSFUL OFFEROKS.



    a.  Unacceptable Offers.  Written notice shall be given to those



offerers whose offers have been found to be unacceptable as a result
                             56

-------
of the Initial evaluation made pursuant to 11 a.  The notice shall be




substantially in accordance with Exhibit A and shall be furnished




promptly following the Initial evaluation.




     b.  Competitive Range.  Promptly after establishing the competitive




range those offerers (other than those in 19 a,  above) whose offers




have not been found to be within the competitive range shall be notified.




The notice shall be substantially in accordance with Exhibit B.




     c.  Unsuccessful Offerers.  Offerers who have not been selected for




award shall be notified as promptly as possible that their offers are




no longer being considered.  If after selection of the successful




offerer, it is expected that an award will be made in a short period




of time, those offerers that were within the competitive range, but




have not been selected for award, need not be notified.  In such cases




the notification shall be made after award (see FPR l-3.103(b)).  Where




notification is made before award, such notice shall be substantially in




accordance with Exhibit C.




20.  DEBRIEFING.  If unsuccessful offerers request a debriefing prior to




contract award, they shall be afforded the opportunity for a formal




debriefing, provided that the contract award will not be unreasonably




delayed.  Debriefing shall be conducted only for those offerers who submit




written requests, and where the request has been signed by a corporate




official, senior partner, or other comparable executive of the offerer.




Debriefings must be absolutely factual and in conforoance with the




documentation supporting the decision of the selection official.




Restrictions on disclosure of information pertaining to any other offerer's




proposal are set forth in FPR 1-3.103(b).
                             57

-------
    UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                     WASHINGTON, D.C.  20460
                                                          OFFICE Of
                                                     PLANNING AND MANAGEMENT
Gentlemen:

Your proposal submitted in response to our  Request  for Proposals
No.                        has been received  and has undergone an
initial technical evaluation.   As  a result  of this  evaluation,
your proposal has been found to be inadequate in the treatment of
certain elements which ve consider to be essential  for successful
contract performance.   The inadequate areas were (briefly explain
the areas which were considered inadequate).

A substantial modification of your proposal would be necessary to
correct the inadequate treatment.   The "Late  Proposals, Modifications
of Proposals, and Withdrawals of Proposals" provision in the request
for proposals precludes consideration of any  modification of a
proposal received after the date and time specified.  Based on the
foregoing, your proposal will not  receive further consideration nor
will any modifications be considered.

Tour interest in EPA programs is appreciated. We encourage you to
continue responding to our future  requirements.

Sincerely yours,
Contracting Officer
                        58

-------
                                                         EXHIBIT B
'4
I   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                      WASHINGTON.  D.C. 20460
                                                           OFFICE OF
                                                     PLANNING AND MANAGEMENT
Gentlemen:

So that you may redirect resources held in anticipation of
receiving a contract award, this Agency, as a service to you,
is providing advance information which indicates your proposal
submitted in response to RTF No.              was not determined
to be within the competitive range.

Based on the foregoing, revisions to your proposal will not be
considered.  Following award of the contract you will receive  a
further notice setting forth the successful contractor and the
contract amount.  We wish to express appreciation for your
interest in EPA programs, and encourage you to continue
responding to our future requirements.

Sincerely yours,
Contracting Officer
                       59

-------
                                                              EXHIBIT C
*  «  \
12E *   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
 %«^«.^                    WASHINGTON. D.C.  20460
                                                                   OFFICE OF
                                                             PLANNING AND MANAGEMENT
        Gentlemen:

        So that you may redirect resources held  in anticipation  of
        receiving a contract award,  this  Agency,  as a  service  to you,
        is providing advance information  which indicates  your  proposal
        for

        although judged to be in the competitive range will not  be
        considered for further negotiation.  Subsequent revisions to
        your proposal will not be considered.

        We have selected the firm listed  below as the  offerer  whose
        proposal offers the greatest advantage to the  Government, cost
        or price, technical, and other factors considered.   Negotiations
        will be held with:

               (Name of source selected for negotiations)
        Following award of the contract,  you will receive a further
        letter setting forth the name of  the successful contractor and
        the contract amount.  We wish to  express appreciation for your
        interest in EPA programs and encourage you to continue responding
        to our future requirements.

        Sincerely yours,
        Contracting Officer
                                60

-------
                                                               EXHIBIT D
                        PROCESSING SEQUENCE



                                FOR




                   SOURCE EVALUATION AND SELECTION






 1.  Procurement Request



 2.  Develop evaluation criteria for the solicitation



 3.  Prepare and issue the solicitation




 4.  Receive offers



 5.  Conduct preliminary evaluation



 6.  Determine the competive range



 7.  Conduct written or oral discussions




 8.  Request "Best and Final" offers



 9.  Receive and evaluate "Best and Final" offers



10.  Select the source for negotiations




11.  Conduct negotiations with the source selected



12.  Conclude negotiations




13.  Award the Contract



14.  Debriefing
                           61

-------
 U.S.  Environmental Protection  flgency
       PROCUREMENT INFORfflflTION NOTICE
                                                                No.
                                                   78-3
                                                                       ir-9-77
Subject!  Source Evaluation and Selection Procedures - Supplementary
          Procedure for Procurement Actions Not In Excess of $100,000
             Procurement Information Notice (PIN) No. 77-15, February 7, 1977
Purpose & Scope:
To provide a supplementary procedure for the evaluation of
proposals where the procurement action is not in excess of
$100,000, and the type of action is clearly susceptible to
the use  of simplified methods.
Discussion
             PIN No. 77-15 transmitted a draft of  a proposed chapter of the Contracts
             Management Manual entitled "Source Evaluation and Selection Procedures."
             Paragraph 5, Subparagraph 1, describes the Technical Evaluation Report
             prepared by the Technical Evaluation  Panel.  Paragraph 11 presents
             more detailed procedures governing the technical and business evaluation
             and prescribes a method of scoring.  There have been Indications from
             some field procurement activities that the requirements regarding
             narrative discussions may be creating a workload for program personnel
             which is resulting in delayed technical evaluations. This is partic-
             ularly true where procurement actions not in excess of $100,000 are
             involved, and where requests for proposals are not expected to result
             in offers which are complex enough to require extensive evaluation.

             Accordingly, a combined checklist-scoring system is authorized for
             use under the foregoing conditions.  A suggested format and minimum
             number of headings of a combined checklist-scoring system is attached.
             Both the format and major headings may be modified to accommodate the
             particular circumstances and evaluation criteria of a specific request
             for proposals.  In all circumstances  the format and heading shall be
             compatible with the evaluation criteria.
EPA HO FORM 1900-38  1-761
                                 63

-------
This supplementary procedure may be used on a trial basis through
June 30, 197S.  If the trial period shows conclusively that signi-
ficant savings of manpower and more prompt technical evaluations have
resulted, consideration will be given to amending the Source
Evaluation and Selection Procedures to include the use of a
combined checklist-scoring system.

Action Officer:  Frank Boyer (PM-214), Telephone:  755-0900
                       64

-------
                     PROPOSAL TECHNICAL EVALUATION
RFP NUMBER AND TITLE:

OFFSROR:       	
EVALUATED BY:                             DATE:
MAXIMUM SCORE ATTAINABLE:	       EVALUATION SCORE:
              EVALUATION CRITERIA - SCORING PLAN - SCORE

A.  ADEQUACY OF TECHNICAL PROPOSAL

    1.  Understanding Scope of Work (Assigned Weight:           Points)

         Z_     Value     Descriptive Statement

          0      0       Not addressed In the offer.

         20      1       Addressed, but totally deficient.

         40     2a       Deficient but appears to he capable of improve-
                         ments to adequate or better without adopting a
                         new approach.

         40     2b       Appears to be deficient; however, final scores
                         will be determined subsequent to answers to
                         written questions and/or oral questions.

         60     3        Adequate; overall it meets the specifications.

         80     4        Good; Has some superior features.

        100     5        Generally superior in most features.

                         (Score:  I of Assigned Weight	)

    2.  Project Approach            (Assigned Weight:	Points)

         Z.     Value     Descriptive Statement

          0      0       Not addressed in the offer.

         20      1       Addressed, but totally deficient.

         40     2a       Deficient but appears to be capable of Improve-
                         ments to adequate or better without adopting  a
                         new approach.

         40     2b       Appears to be deficient; however, final scores
                         will be determined subsequent  to answers  to

-------
         60

         SO

        100
        written questions and/or oral questions.

        Adequate; overall It meets the specifications.

        Good; has some superior features.

        Generally superior in most features.

        (Score:  % of Assigned Weight	)
    3.   Project Management  -  Resources Allocation  (Assigned Weight:	Joints)

         3     Valug     Descriptive  Statement
          0      0

         20      1

         40     2a



         40     2b



         60     3

         80     4

        100     5



B.  OFFEROR

    1.  Experience

         £     Value

          0      0

         20      1

         40     2a
        Not addressed in the offer.

        Addressed, but totally deficient.

        Deficient but appears to be capable of improve-
        ments  to adequate or better without adopting a
        new approach.

        Appears to be deficient; however, final scores
        will be determined subsequent to answers to
        written questions and/or oral questions.

        Adequate; overall it meets the specifications.

        Good;  has some superior features.

        Generally superior In most features.

         (Score:  % of Assigned Weight	)
                    (Assigned Weight:_

         Descriptive Statement

         Not addressed in the offer.
         40
2b
Addressed, but totally deficient.

Deficient but appears to be capable of improve-
ments to adequate or better without adopting a
new approach.

Appears to be deficient; however, final scores
will be determined subsequent to answers to
written questions and/or oral questions.
                              66

-------
60 3
80 4
100 5
Adequate;
Good; has
Generally
("Score :
Personnel 3ac
*' Value
0 0
20 1
kg round
nesc
Mot
jnd r
overall it meets the specifications.
some superior features.
superior in most features.
» of
Assigned
Velght )
xperience (Assigned Height Points)
riotive Statement
addressed
Addressed
, but
in the offer.
totally
deficient.
     40     2a        Deficient  but appears to be capable of improve-
                     ments  to adequate or better without adopting a
                     new  approach.

     40     2b        Appears to be deficient; however,  final scores
                     will be determined  subsequent  to answers to
                     written questions and/or oral  questions.

     60     3         Adequate;  overall it aeets the specifications.

     30     4         Good;  has  sone  superior features.

    100     5         Generally  superior  in sost features.

                     CScore:  ". of Assigned Weight	)

3.   Facilities                           (Assigned Weight	Points)

     ^     Value     Descriptive Statement

      ">      n        Not  addressed  in  the offer.

     20      1        Addressed, but  totally deficient.

     •iO     2a        Deficient  but appears to be capable of improve-
                     ments to adequate or better without adopting a
                     new  approach.

     «0     2b        Appears  to be deficient; however,  final scores
                     will be  determined  subsequent  to answers to
                     written  questions and/or oral  questions.

     60     3         Adequate;  overall it xeets the specifications.

     3^     -         3ocd;  has  sone  superior features.

-------
        100     5        Generally superior In most features.

                         (Score:  * of Assigned Weight	)

DEBRIEFING REMARKS:  (Specific comments concerning the proposal as it
                     relates to the technical evaluation criteria in
                     the RFP1
NOTE:  Detailed data substantiating any score shall be made available
       by the evaluator upon request.
                             58

-------
U.S.  Environmental Protection  flgency
      PROCUREfTlEHT INFOfMTWTION NOTICE
                                                      No.
                                           78-12-10
                                                           m-1Q-7R
Subject:
 Service Contracts
Reference:
 Memo from Director,  Contracts Management Division,
 dated January 30,  1973, same subject.
Purpose & Scope:  To incorporate outstanding EPA policy
                 into the  PIN  system.
Discussion:
 Policy continues in  effect until cancelled or
 superseded., with the following emphasis and/or
 changes:

 1.  Note the requirement in the third paragraph
 for a written determination by the Contracting
 Officer in all instances of contracting for
 nonpersonal services,  except as provided.
 2.  In the third complete paragraph on page 3
 change the citation  of EPA Order 1900.2 to read
 Contracts Management Manual, Chapter 5.
 3.  Note the RFP certification at the top of
 page 4.  The permissive language "should" in
 the last line on page  3 is hereby changed to
 "shall."

Action  Officer:  Robert L. Wright,  755-0822
   HO FORM 1900-38 ,1-761
                             69

-------
 Service Contracts
 Chief,  Headquarters Contract Operations
 Chief,  Durham Contract Operations
 Chief,  Cincinnati  Contract Operations
 Chief,  Cost Review and Policy Branch
      We have decided to defer publication of  EPPR 15-55,
 Service Contracts,  which appeared  for  rule making in the
 Federal Register  August 29,  1972.   As  an alternative,  the
 following guidance  is provided:

      A service contract is one which requires the contractor
 to  furnish the Government the time and effort of  his
 personnel,  rather than (or in addition to)  an end product.
 A contract may call for the furnishing of both supplies and
 services;  in such a case,  these  guidelines apply  to the extent
 that the furnishing of services  is involved.   Service  contracts
 may be classified as "personal"  or "nonpersonal."  These  two
 terms refer to the  relationship  between those employees of
 the contractor who  perform the services and the Government
 agency for which  the services are  performed.

      All contracts  for services, other than contracts  for
 personal services are contracts  for nonpersonal services.
 Nonpersonal services may be obtained by contract, utilizing
 regular procurement procedures.  The contracting  officer
 shall,  prior to issuance of any  invitation for bids, request
 for procurement,  or award,  determine in writing that the
Cervices jtc^ b_e_ procured are nonpersonal in nature stating
 the reasons for his determination.  This determination shall
 be  maintained in  the contract file in  the form of a separate
 memorandum or an  appropriate statement in the summary  of
 negotiations.   Contracts for construction and contracts for
 architect-engineering services for preparations of designs,
 plans,  drawings and specifications, awarded pursuant to
 FPR,  Part 1-18 and  simplified small purchases under FPR,
 Subpart 1-3.6 are exempt from this determination  requirement.
                         CONCURRENCES
                           70
                                               OFFICIAL FILE COPY

-------
     Contracts for personal services are those contracts
where, either under the terms ""of the contract or the method
of its performance and administration, the Government has
the right to (or does in fact) supervise or direct the"
method by which contract work is performed, subsequent to
the date of execution of the contract, by means other than
change orders or other contract modifications.  No contracting
officer or other EPA offical or employee may authorize or
enter into a contract (or approve a subcontract) for the
furnishing of personajl services to the Government; except,
when such services are to be furnished by bona fide experts
or consultants.

     EPA is authorized by 5 U.S.C. 3109, as implemented by
annual appropriations acts, to obtain by contract or by
appointment, without regard to certain otherwise applicable   !
Civil Service requirements, personal services of experts or
consultants to fill expert positions or consultant positions,
on a temporary or intermittent employment basis.  Where the "~
services of experts or consultants are to be personal in
nature, such services will be obtained by appointment pursuant
to EPA personnel procedures whenever possible.  (See EPA
Order 3110.4 for policy and definition.)

     No contract for expert or consultant services may be
awarded until the program or staff office requesting the
procurement of such services obtains and furnishes to the
contracting officer a determination by the Director, Personnel
Management Division (or his designee)  that the services in
question will be:

     a.  Nonpersonal in nature; or

     b.  Personal in nature, and furnishes to the contracting
officer satisfactory evidence that the personal services of a
particular individual are required and that circumstances
beyond the control of such individual would prevent his
accepting an appointment under personnel procedures if such
an appointment were tendered.

Contracts for services of experts and consultants shall not
be used —

     (1) To perform work which can be done as well by regular
EPA employees

     (2) To perform duties of a full-time continuing position

     (3) To avoid competitive civil service employment
procedures
                          71

-------
     (4) To avoid statutory pay limitations

     {5} To avoid agency manpower ceilings.

     The requirements of EPA Order 3110.4 which concern
confidential statements of employment and financial interests,
dual employment and dual compensation, political activity
restrictions, etc., shall be complied with with regard to
each individual who performs personal services by contract.

     Compensation of individuals who contract with the
Government to furnish personal expert or consultant services
shall not exceed the compensation that would be allowable
were such individuals appointed pursuant to EPA personnel
procedures in accordance with EPA Order 3110.4.

     Contracts with nonprofit or profit making organizations
under which experts or consultants will furnish personal
services to the Government shall provide that compensation
(salary) paid to any individuals (including subcontractor
personnel, etc.), who actually furnish personal services to
the Government shall not exceed the per diem equivalent of
the highest rate fixed by the Classification Act pay schedule
for Grade GS-18.  This limitation prevails regardless of the
type of contract used and regardless of whether the contract
provides for such compensation as a direct charge, an indirect
charge, or part of a composite rate.

     EPA Order 1900.2 prescribes that all proposals to obtain
management consultant services by contract must be approved
by the Assistant Administrator for Planning and Management.
Management consultant services are defined in EPA Order 1900.2.
Any request for procurement of management consultant services
not accompanied by the approval of the Assistant Administrator
for Planning and Management will be returned to the initiator
for compliance with EPA Order 1900.2.

     5 U.S.C. § 3108 prohibits contracts with detective
agencies or their employees, regardless of the nature of
services to be performed.  However, the Comptroller General
of the United States has ruled that a bona fide, separate
subsidiary of a detective agency corporation, with its own
operating personnel, financial transactions, and books of
account, separate from the parent corporation, may be regarded
as a separate legal entity and not subject to the detective
employment prohibition in 5 U.S.C.  3108, even if it is wholly
owned by a detective agency corporation.

     A detective agency may be defined as a legal entity
certified or licensed under tax, permit, or licensing require-
ments of any State or municipality to provide services of a
detective or investigative nature.


                          72

-------
     Solicitations for protective services as distinguished
from investigative services, shall include the following
certification:

     "The (bidder/offerer)  is not a detective agency, nor
an employee of such agency as contemplated by 5 U.S.C. 3108."

     The provisions of statutes and regulations requiring
competition are fully applicable to service contracts.

     The contracting officer shall, prior to award, obtain
the advice of the Office of General Counsel regarding any
procurement of services the authority for which appears
questionable.
                          73

-------
  ENVIRONMENTAL PROTECTION AGENCY


 CHAPTER 22

 PROCUREMENT  PLAN
                                                   MANUAL
                                             CONTRACTS MANAGEMENT
 1.    PURPOSE.   This  Chapter  establishes policy and procedures
 regarding  the  use  of procurement  plans.   Conditions  for  use  are
 described,  procedures  for coordination are set forth, and forms are
 provided.
 2.
BACKGROUND.
      a.    Procurement  planning  is  the  process by which  the efforts of
 all  personnel responsible  for the  procurement of personal property
 and  nonperscnal  services  are coordinated  and  integrated  through a
 comprehensive plan.  This  involves analysis of the requirements and
 the  documentation  of technical, business, policy, operational, and
 other  procurement  considerations into  a comprehensive plan portraying
 realistic  milestones that  must  be  met  to  achieve the end results of a
 particular program requirement.

      b.    At  the latest, procurement planning  should start with the
 receipt of the Procurement  Request/Requisition, and should represent
 the  coordinated  efforts of  program and procurement personnel in
 arriving at a realistic and workable schedule of events.

 3.    POLICY.  A  procurement plan is required  for each negotiated cost
 reimbursement or fixed-price type  procurement action in excess of
 $100,000,  except for the  procurement of architect-engineer services
 under  the  provisions of FPR 1-4.10 and EPPR 15-4.10.  The application
 of  this policy to  procurement actions  of  5100,000 or less is optional
 at  the discretion  of the  chief  officer responsible for procurement at
 the  contracting  activity.   For  the purpose of this policy, the term
 "procurement action" also  includes contract change orders and
 modifications.

 4.    APPROVALS REQUIRED.

      a.    Approval of  procurement  plans is required as  follows:

         (1)  Head of  the  procuring activity  - procurement actions
 expected to result in  a contract of $5,000,000 or more.
TN  19 (8/29/78)
ORIGINATOR:
                        75
                                                         CHAP 22
                                                         PAR   1

-------
     MANUAL
CHAPTER 22
                                                     PROCUREMENT PLAN
CONTRACTS MANAGEMENT
         (2)  Chief officer responsible for procurement at the
contracting activity - procurement actions expected to result in a
contract of $100,000 but less than $5,000,000.

    b.   The chief officer responsible for procurement at the
contracting activity shall forward procurement plans which require
approval to the head of the procuring activity for concurrent review
with the pertinent requests for proposals (RFP).  Procurement plan and
RFP reviews shall be accomplished promptly by the Contracts Policy
and Review Branch.

5.  PROCEDURES.

    a.   General.  The contract specialist responsible for a
procurement action shall prepare a procurement plan promptly after
receipt of the Procurement Request/Requisition.  After preparation of
the procurement plan, coordination with the project officer shall be
effected for the purpose of obtaining written program office approval
of the projected contract award date (Forecast Date).  Upon receipt
of program office and Procurement and Contracts Management Division
(PCMD) approval, the contract specialist shall maintain the plan so
that actual occurrences of events are recorded in the manner
described below, and for subsequent management review.  The Contract
Award Schedule is a working document for use primarily by the PCMD.
Upon award of the contract the document shall be included in the
contract file under Item 5 (See EPA Form 1900-19).

    b.   Forms.  EPA Form 1970-1, Contract Award Schedule
(Coapetitiv^) Figure 22-1, or EPA Form 1970-2, Contract Award Schedule
(Noncompetitive), Figure 22-2, shall be used as appropriate to record
the planned procurement schedule and other pertinent data.  The
column headed "Optimum No. of Days" has been completed on both forms
to reflect the number of days appropriate to competitive and
noncompetitive procurement actions.

    c.   Completing the Contract Award Schedule.  The contract
specialist responsible for the procurement action shall forecast the
date by which each milestone is anticipated to occur.  The basis for
the forecast of events is the "Optimum No. of Days" schedule and a
realistic assessment of the time required to award the contract.
Upon completion of the scheduling the contract specialist shall
CHAP 22                                               TN 19
PAX   5                    76                         8/29/78

-------
                                                       MANUAL
  CHAPTER 22
  PROCUREMENT PLAN
                                                  CONTRACTS MANAGEMENT
  obtain the written approval of the contracting officer, the project
  officer (if not colocated, by telephone with subsequent written
  confirmation) and the appropriate approving authority set forth in
  subparagraph 4a.  The procedures for scheduling, posting, and
  rescheduling milestone events are as follows.

           (1)  Scheduling the milestone events requires entering a
  calendar date under the column headed "Forecast Date", and by
  inserting a symbol under the appropriate month.  In the event that
  the forecast date for contract award exceeds the total optimum time,
  i.e., 156 days total for competitive, or 119 days total for
  noncompetitive, by more than 14 days, an explanation of the reason(s)
  for the extended time shall be included in the plan (either as an
  entry under "Remarks", or by separate attachment).

           (2)  Recording the actual date that the event is completed
  requires the posting of a date in the "Actual Date" column.

           (3)  Rescheduling of milestone events is required whenever
  the contract specialist has reason to believe that the approved
  forecast award date will be delayed by more than 14 days.  The chief
  officer responsible for procurement at the contracting activity shall
  be responsible for the review and approval of the new schedule.
  However, a revision to a schedule previously approved by the head of
  the procuring activity shall be forwarded as information to the head
  of the procuring activity.  Approval by the project officer shall be
  obtained in all rescheduling forecasts.

      d.   Recording significant information.  The contract specialist
  shall enter the title of the procurement in the space at the top of
  the forms after the word "Title."  The blocks at the bottom of the
  forms shall be completed to record the required data.  Abbreviations
  may be used to identify the Program Office,  The description to be
  entered in the block titled "Contract Type" shall indicate whether the
  proposed contract is expected to be fixed price, cost reimbursement,
  or award or incentive fee.  Also, if cost reimbursement, whether the
  proposed contract is anticipated to be a completion or term form
  contract.  The contract specialist shall use the "Remarks" part of
TN  19                   77          ->                              CHAP 22

-------
      MANUAL
   CONTRACTS MANAGEMENT
                                                           CHAPTER 22

                                                     PROCUREMENT PLAN
the form, when appropriate, to record information that will advise
the procurement plan approving official of significant problems and
decisions which affect the procurement schedule.  For example, the
"Remarks" block shall be used to:

         (1)  Relate anticipated problems which can be expected to
affect the projected schedule;

         (2)  Set forth reasons for deviations from optimum leadtimes
in the projected schedule;

         (3)  Explain material deviations in actual accomplishment of
events versus projected accomplishment, and where appropriate the
rationale for rescheduling the milestone events; and

         (4)  Record such other information as may be necessary to
reflect actual problem areas encountered.
CHAP  22
PAR    5
78
TN  19
 8/29/78

-------




CONTRACT AWARD SCHEDULE (Competitive)
tli.
V
1
a
>
4
i
i
7
(
»
It
M
1]
1]
It
IS
I*
ISrowts W
?


•4ENT PACNAOt
IVNO^MS M4lltO-lF ArrL*CA>«-K
^*yl M r f
'iciivc orrcns




'O**OuCI H£AHiHCftfl.
mcuuiOHs

tc ive «v IPO &

u e utoo c i
itVlCT SOufiCC
. ^.t s



HIVIIW CONTHACr
AMAMQ COMTMACT
TOTAL
,:o in ACT T»PI
CCKTintO AVAM.AM.I rUMOt
Da.w
d«rf
«
0
4
U
H
11
1
Id
to
n
4
U
s
1
u
IM
tw
OAtC




















































ESTIMAKO TOTAL rftOJtCT
AMOUNT

































































































































it*
















OCT
















APPHOVAL&

f ULL ***«*


DA Tt

DAT*
DAT!
>*ov

















DEC
















KtMAflKi



CHIEF OFFlCEH NeSPON!iBL£ /OH PROLUACMEHT
XMMK u*ti.



HEAD OF PROCURING ACTIVITY
MC DAfC
i (•* r— it;» i it-iii
i »J
 ro

-------
VO
^

»J
GO
 o  to
 3  I
 O  *l
•o
A  1J
rt  H
^  O
r»  rt
H-  C
<  H
n  n
•-"  B



CONTRACT AWARD SCHEDULE (No-co.pct.ti.e)
IILCSTOHtS |f
;v
1
2
1
4
s
J
1.
t
It
1)
t.lf f


4t»T PACMAGC


»«„„
..c.iv.rn^o.AU
MECf we tLCHWtt*L » CO»T
tV*LU*tH>M
,«»«.. ««M,,A,,0«
»H*I*AIIC CONTRACT
XKICwCOMTIiACT
».«*OCU»t
-------
 PART 20—BID PROTEST PROCEDURES
 8«c.
 30.0
 30.1
 303
 30.3
Definition*.
Piling of protect.
Time for filing.
Notice  at  protest,  submission  of
  agency report and time for filing
  of comments on report.
Withholding of award.
Furnishing  of Information on  pro-
  testa.
Time for submission of additional In-
  formation.
Conference.
Time for  decision by  Comptroller
  General.
Request for reconsideration.
Effect of judicial proceedings.
 30.4
 30.5

 30.0

 20.7
 20.8

 20.9
 30.10

  AuTHoarrr:  Sec.  311, 43  Stat. 35, as
 amended (81 UJS.C. 53). Interpret or apply
 sec.  305, 43 Stat. 34  (31 U.S.C.  71);  sec.
 304. 43 Stat. 34. as amended  (31 U.S.C.  74).
          40 PR 17879. Apr. 34, l»75, unless
otherwise noted.

§ 20.0  Definitions.
   (a) All "days" referred to in this part
are deemed to be "working days" of the
Federal Government. The term "file" or
"submit" in all sections except } 20.2 and
520.9(b>  refers to the  date  of trans-
mission,
   (b)  "Adverse agency  action" Is any
action or Inaction on the part of a con-
tracting agency which Is prejudicial to
the position taken in a protest filed with
an agency. It may Include but is not
limited to: a decision on the merits of
the protest; a procurement action such
as the award of a  contract or the rejec-
tion of a bid despite the pendency of a
protest;  or contracting agency acquies-
cence in and active support of continued
and substantial contract  performance.
§ 20.1  Fain* of protest.
   (a) An interested party may protest to
the General Accounting Office the award
or the proposed award of a formally ad-
vertised  or negotiated contract of pro-
curement or sale  by  or  for an agency
of the Federal  Government whose ac-
counts are subject to settlement by the
General Accounting Office.
   (b)  Such protests must be  In writing
and addressed to the General Counsel.
General Accounting Office, Washington,
D.C. 20548. To expedite handling within
the General Accounting Office, the ad-
dress should Include "Attn: Bid Protest
Control Unit."
   (c)  The Initial  protest filed with  the
General Accounting Office shall (1)  in-
clude the name and address of the pro-
tester, (2) Identify the  contracting  ac-
tivity and the number of the solicitation
and/or contract, (3) contain a statement
of the grounds of protest, and (4) specifi-
cally request a ruling by the Comptroller
General. A copy of the protest shall also
be filed concurrently with the contracting
officer and the communication to the
General Accounting Office should so in-
dicate. The grounds for protest filed with
the General Accounting Office must be
fully  supported to the  extent feasible.
See 120.2 Cd) with respect to time for fil-
ing any additional statement required in
support of an initial protest.
   (d) No formal briefs or other techni-
cal forms of pleading or motion are re-
quired, but a protest and other submis-
sions should be  concise, logically ar-
ranged, and direct.
§ 20.2  Time for filing.
   (a)  Protesters are urged to seek reso-
lution of their complaints initially with
the contracting agency. If a protest has
been filed  Initially with the contracting
agency,  any subsequent protest to the
General Accounting Office filed within 10
days of formal notification of or actual
or constructive knowledge of initial ad-
verse agency action will be considered
provided the initial protest to the agency
was filed  In accordance with the time
limits prescribed la paragraph (b) of
this  section,  unless  the  contracting
agency Imposes  a more stringent tune
for  filing.  In  which  case  the agency's
time for filing will control. In any case.
a protest will be considered If filed with
the General Accounting Office within the
time limits prescribed in paragraph (b).
   (b) (1) Protests based upon alleged im-
proprieties in any type of solicitation
which are apparent prior to bid opening
or the closing date for receipt of  initial
proposals shall be filed prior to bid open-
ing  or  the closing date for receipt of
initial proposals. In the case of negoti-
ated procurements, alleged Improprieties
which do not exist in the initial solicita-
tion but which are subsequently Incor-
porated therein must be protested not
later than the  next closing date for re-
ceipt of proposals following the incorpo-
ration.
   (3) In cases  other than those covered
In subparagraph (1), bid protests shall
be fUed not later than 10 days after the
basis for protest Is known or should have
been known, whichever Is earlier.
   (3) The term  "filed"  as  used in this
section means receipt in the contracting
agency or in the General Accounting Of-
fice as the case may be. Protesters are
cautioned that protests should  be trans-
mitted or delivered in the manner which
will assure earliest  receipt. Except as
provided In paragraph (c)  of this sec-
tion, any protest received In the General
Accounting Office after  the time limits
prescribed  in this section shall not be
considered unless It was sent  by regis-
tered or certified mail not later than the
                                     81

-------
fifth day, or by mailgram not later than
the third day, prior to the final date for
filing a protest as  specified herein. The
only acceptable evidence to establish the
date of mailing shall be In the U.S. Pos-
tal Service postmark on the wrapper or
on the original receipt from the U.S. Pos-
tal Service. The only acceptable evidence
to establish the date of transmission by
mailgram shall be the automatic date in-
dication appearing on the mailgram. If
the postmark In  the case of mall or the
automatic date Indication in the case of
a mailgram is Illegible, the protest shall
be deemed to have  been filed late.
  (c) The Comptroller General, for good
cause shown, or where he determines that
a protest raises Issues significant to pro-
curement practices or procedures, may
consider  any protest which Is not filed
timely.
  (d) If an additional statement In sup-
port of the  initial protest is required
by the General  Accounting Office,  one
copy shall  be mailed  or  otherwise fur-
nished to the General Counsel, General
Accounting Office,  and a copy shall be
mailed or  otherwise  furnished to  the
contracting officer, not later than 5 days
after receipt  of notification from  the
General Accounting Office of the need for
such additional statement.
140 FR 17970, Apr. 34, 1976. as amended at 40
FR 60039, Dec. 31, 1979;  41 FR 2073. Jan. 14,
19761
§ 20.3   Notice of  protest, submission of
     agency report and lime for filing of
     comments on report.
  (a) The  General Accounting  Office
shall notify  the contracting agency by
telephone and In writing within one day
of the receipt of a protest, requesting the
agency to  give notice of the protest to
the contractor if award  has been made
or, if no award has  been made, to all
bidders or  proposers who appear to have
a substantial and reasonable prospect
of receiving an  award If the protest Is.
denied. The agency shall be requested
to furnish in accordance with  applicable
procurement  regulations copies  of  the
protest documents to such parties with
instructions  to  communicate  further
directly  with the  General Accounting
Office.
   (b) Material submitted by a protester
will not be withheld from any Interested
party outside the Government or from
any Government agency which may be
involved in the protest except  to  the
extent that the  withholding of informa-
tion is permitted  or required by  law or
regulation. If the protester considers that
the protest  contains  material  which
should be withheld, a statement advising
of this fact must  be affixed to the front
page of the protest document and the
allegedly proprietary Information must
be so Identified  wherever it appears.
    icj  The  Office of  General  Counsel
  shall request the agency to submit a com-
  plete report on the protest to the General
  Accounting  Office as expedltiously  as
  possible (generally  within 25  working
  days)  In accordance with applicable pro-
  curement regulations, and to furnish a
  copy of the report to  the protester and
  other  Interested parties.
    (d)  Comments on the agency report
  shall be filed with the Office of General
  Counsel within 10 days after receipt of
  the  report,  with a copy to the agency
  office which furnished the report and to
  other  interested parties. Any rebuttal a
  protester or Interested parties may care
  to make shall be filed with the  Office
  of General Counsel, General Accounting
  Office, within 5 days after receipt of the
  comments to which rebuttal is directed,
  with a copy to the agency office which
  furnished the report, the protester, and
  interested parties, as the case may be.
  Unsolicited agency rebuttals shall be con-
  sidered if filed within 5 days after receipt
  by the Agency of the comments to which
  rebuttal is directed.
   (e) The failure of a protester or any
Interested party to comply with the time
limits stated in this section may result
In resolution of the protest without con-
sideration of the comments  untimely
filed.
140 FR 17979. Apr. 34. 1976, M amended at 40
FR 60035, Dec. 31, 1976; 41 FR 2073, Jan. 14.
1970]
 § 20.4   Withholding of award.
   When a protest has  been filed before
 award  the agency will  not make an
 award  prior to resolution of the protest
 except  as provided in the applicable pro-
 curement regulations, in the event the
 agency determines that award is to be
 made during the pendency of a protest,
 the agency will notify the Comptroller
 General.

 § 20.5   Furnishing  of  information on
      protest*.
   The Office of General Counsel, General
 Accounting Office, shall, upon request,
 make available to any Interested party
 Information bearing on  the substance
 of the protest which has been submitted
 by interested parties or agencies, except
 to the extent that withholding of infor-
mation is permitted or required by law
or  regulation. Any comments  thereon
shall be submitted within a  ma-Hm^™
of 10 days.

§20.6  Time for submission of additional
     information.
  Any  additional Information requested
by  the  Office of General Counsel, Gen-
eral  Accounting  Office, from the  pro-
 tester or interested parties shall be sub-
mitted  no later than 5 days after the
receipt of such request. If It Is necessary
                                    82

-------
 to  obtain additional information from
 the agency, the General Accounting Of-
 fice will request that such information be
 furnished as expeditiously as possible.
 (40 PR 60036, Dec. 31, 1975]

 § 20.7  Conference.
   (a)  A conference on the merits of the
 protest with  members of  the  Office of
 General  Counsel,  General  Accounting
 Office, may be held at the request of the
 protester, any other Interested party, or
 an agency  official. Request  for  a  con-
 ference should be made prior to the ex-
 piration of the time period  allowed for
 filing  comments on  the  agency report
 (see | 20.3 (d)). Except in unusual  cir-
 cumstances, requests for a conference re-
ceived  after  such tune  will  not  be
honored.
  (b) Conferences normally will be held
prior to expiration of the period allowed
for filing  comments on the  agency  re-
port. All interested parties shall  be  In-
vited to attend the conference. Ordinar-
ily, only one conference will  be held on
a bid protest.
  (c> Any written comments to be sub-
mitted and as deemed appropriate by the
General Accounting Office as a result of
the conference must be received  in  the
General Accounting Office within  5 days
of the date on which the conference was
held.
 § 20.8   Time for decision by Comptroller
     General.
  The  Comptroller General  establishes
a goal of  25 days for Issuing a decision
on a protest after receipt of all informa-
tion submitted  by  all  parties  and  the
conclusion of any conference.
 § 20.9   Request for reconsideration.
  (a) Reconsideration of a  decision of
 the  Comptroller General  may be  re-
quested by the protester, any interested
party who submitted comments  during
consideration  of the protest, and  any
agency involved in the  protest. The  re-
quest for reconsideration shall contain a
detailed statement of the factual  and
legal grounds upon which  reversal  or
modification is deemed warranted, spec-
ifying  any errors  of law made  or  in-
formation not previously considered.
  (b) Bequest for reconsideration of a
decision of the Comptroller General shall
be filed not later than 10 days after the
basis for  reconsideration is known  or
should have  been known,  whichever Is
earlier. The term "filed" as used  to this
section means receipt in the General Ac-
counting Office.
  (c) A request for reconsideration shall
be subject to these bid protest  proce-
dures  consistent  with  the need  for
prompt resolution of the matter.
§ 20.10  Effect of judicial proceedings.
  The Comptroller General may refuse
to decide any protest where the matter
Involved is the subject of litigation be-
fore a court of competent jurisdiction or
has been decided on the merits by such
a court. The foregoing shall not apply
where the court  requests,  expects, or
otherwise expresses interest In the Comp-
troller General's decision.
                                   83

-------
                           THE COMPTROLLER GENERAL
DECISION (•( 1-1^1).) OF  THE  UNITED  STATES
                           WASHINGTON.  O.C. SO94B
 FILE:    B-J89172                  DATE: December 15, 1977

 MATTER OF.    Environmental Science and Engineering, Inc.


 DIGEST:

1.   Protest that evaluation criteria should have been broader
    is untimely because not raised prior to date for sub-
    mission of initial proposals.  Moreover, agency properly
    evaluated protester's proposal based on factors stated in
    solicitation rather than on factors not so stated.

2.   Agency's determination that proposal was outside
    of competitive range was reasonable where evaluation
    criteria in Request for Proposals (RFP)  emphasized con-
    tractor experience and proposed methodology, and pro-
    posal contained a number of major informational
    deficiencies with regard to experience and methodology.

3.   Agency was not required to request additional informa-
    tion from offerer concerning aspects of RFP to which
    offerer failed to  respond where addition of such
    information would have been a major revision of the
    proposal.
    Environmental Science and Engineering,  Inc. (ESE)
protests the av.rard of a contract under Request for Pro-
posals 
-------
B-189172
this Office the exclusion of its proposal from the competitive
range. ESE protests on the grounds that the evaluation criteria
were incomplete, ESE's proposal was improperly graded,  and
EPA was required to request clarification from ESE concerning
its proposal prior to finding it unacceptable.

   With regard to the  evaluation criteria, ESE contends that
EPA should have  considered factors in addition to those specified
in the evaluation criteria of the RFP,  in making its competitive
range determination.  ESE cites  as examples of such factors
the following:  prior performance on Government contracts,
the proximity of the contractor to anticipated work in Region
IV,  the number of professionals the contractor has available
in Hegion  IV, the in-house disciplines available through the
contractor, the facilities the contractor has available to do
the job and their proximity to Region IV.

   To the  extent  that ESE  is asserting that additional factors
should have been included in the evaluation criteria,  its
assertions arc untimely  raised.  Section 20. 2(bKl) of Title
4 of tht Code of Federal Regulations requires that protests
based upon alleged  improprieties  in ttic solicitation which
are apparent prior  to the closing Hale  for initial proposals
shall be filed prior to  that  date.  Here, ESE's protest was
received after Ihe closing date for initial proposals and thus
is untimely regarding  objections  to the evaluation criteria.

   However, ESE also assorts that, even if Hie omitted criteria
were not included in the  evaluation criteria of the HFP, they
should have been considered by the agency evaluators.   ESE
points to EPA's Procurement Information Notice (PIN) 77-15
Source Evaluation and Selection Procedures, which states
on page 25 that:

   "OTHEK EVALUATION FACTORS.  Frequently
   there are other lactors that enter into the evalua-
   tion process that must  be considered in arriving
   at a relative ranking.  These factors arc not
   included in  the evaluation criteria  of the solicita-
   tion, but consist of important items which may
                      86

-------
B-189172
    have a significant impact upon the determination of
    those offers within the competitive range and upon
    selection for award.  They are not point scored,
    but are presented to the SSO for his consideration
    as deemed appropriate.."

Two categories  of examples are cited in this provision:  com-
pliance  with statutory contractual requirements (e. g., labor
standards incorporated into the contract) and negative record of
responsibility. Such factors are relevant to a competitive range
or award determination because an offerer who fails to satisfy
them will not be considered for award.   However,  in order to
be considered for award, the offerer also must submit a pro-
posal which is technically acceptable. A determination  of
technical acceptability is based on the evaluation criteria stated
in the solicitation.  50 Comp. Gen.  670 (1971).   Consequently,
it was proper for EPA to evaluate the offers for technical
acceptability on the basic of the evaluation factors stated in the
RFP, without specifically taking into consideration other factors
which ESE contends would have enhanced its point  score.  Sec
North American Telephone Association, B-187239, DecemFeT"15,
T976, VG-2 CPD455; 48  CoTJip. Gen.  3H (1968).

    ESE next asserts that KPA's  determination that ESE's proposal
was outside of the competitive range was erroneous.  EPA s
determination was based on three findings of deficiencies in ESE's
proposal.  EPA first found that ESE's proposal had not  "demon-
strated specific experience in planning and/or designing various
wastcwater subsystems. " Part I, Section III,  of the technical
evaluation  criteria listed "contractor's experience with  planning
and/or  designing various wastewater subsystems. " Six sub-
systems which were to be addressed were listed as follows:
flow and waste measures, interceptor systems, treatment
measures, wastewater disposal,  sludge treatment and disposal
and facilities siting.  The criteria also specified the components
of each subsystem to be discussed.   For example, under "flow
and waste measures, " the components were listed as:  "infiltration/
inflow,  household water conservation, user charge systems, flow
equalization and industrial recycling. " ESE's proposal provided a list
of twelve wastewater subsystem planning and design projects which it
had completed,  or was in the process of completing. Each listed
project contained a notation as to which of the  six subsystems specified
                      87

-------
B-ia9172
in the RFP were included in that project. Five of the projects
included all six subsystem functions specified. EPA found that the
proposal contained no further description of ESE's experience
concerning the subsystem components specified in the RFP.

    EPA secondly  found that ESE's proposal did not "indicate
satisfactory capability in identifying objectives and constraints
and applying them to alternative subsystems. "  Part  I, Section
IV of the technical evaluation  criteria is entitled: "contractors
experience with and proposed methodologies for evaluating alter-
native wastewater subsystems and systems and for selection of
an optimum system. " Subsection (A) of Section IV lists: "identi-
fication of objectives and constraints and application  to alternative
subsystems.    ESE's proposal provided a list of ten projects
which ESE denoted as having included identification of objectives
and constraints and application to alternative subsystems.  EPA
found that ESE's proposal did not describe the methodology which
it proposed to use for identifying objectives and constraints.   EPA
concluded that  ESE's inadequate description of experience coupled
with a lack of methodology description did not demonstrate that
the firm could  satisfactorily meet the minimum requirements of
the RFP.

    EPA thirdly found that ESE's proposal did not "indicate adequate
experience in the  evaluation of environmental impact to the natural
environment. "  Part I,  Section V of the  technical evaluation criteria
is entitled:  "contractors past performance and proposed methodolog-
ies for evaluating primary and secondary environmental impacts
on the natural and socioeconomic environment. "  Section V contains
a list of ten subcategories of environmental  impact to be considered
(water, land,  groundwater, air, land use and population densities,
etc.).  ESE's proposal  lists twenty-two  projects with a  notation
as to which of the ten subsystems specified in Part V were involved
in each project.  EPA states that the low rating given to ESE for
this Part was primarily due to a lack  of specific experience in
each subcategory.  In addition, low point scores were given to each
category in this Part for unsatisfactory  proposed methodologies.

    EPA determined that in order for ESE to remedy the omissions
from its proposal, it would have to provide more than clarifying data,
but rather,  it would have had  to add to its proposal new information
concerning its experience and proposed  methodology. EPA concluded
                      88

-------
B-189172
that ESE's proposal was technically unacceptable and outside of the
competitive range.

   ESE contends that the information contained in its proposal was
a "documented response to the general intent of EPA criteria,
and an implied* response to specific criteria sufficient for a
prudent review. "  It contends that the listing in its proposal of
major environmental studies currently being performed by ESE
was sufficient to indicate a high level of experience.  ESE asserts
that to the trained reader each of the projects listed in its pro-
posal implies a certain level of accomplishment.  ESE states,
for example, that  the listing of six effluent guidelines projects
conducted over the past five years  would by definition require
design and cost analysis for hundreds of treatment systems.   ESE
also contends that the experience of its personnel, which was
described in its proposal was sufficient to satisfy the RFP evalua-
tion criteria in light of Amendment 1 to the RFP which states, at
page 3, that:  "The experience of each prospective contractor is
being evaluated by a combination of company experience in
environmental analysis and the experience of personnel who
would be assigned to perform directives of work issued under
this contract. '

   Alternatively,  ESK contends that, even if its proposal was
deficient, EPA was  required to request clarification from ESIi
concerning the extent of its experience and its proposed metho-
dology, prior to determining it to be outside of the competitive
range.  ESE cites 41 C.F. R. 15-3. 805-l(a)(4)(ii) which states
that:

   "The technical evaluators shall determine
   whether any proposal whicli appears to be
   unacceptable might be found acceptable
   upon the furnishing of clarifying data by
   the proposer * * >:-

   This Office has held that a contracting agency may exclude a
proposal, as submitted,  from  the competitive range for "informa-
tional" deficiencies  when those deficiencies  are so material as to
preclude any possibility  of upgrading the proposal to an acceptable
level except through major revisions and additions which would  be
tantamount to the submission of another proposal.  Servrite Interna-
tional, Ltd.. B-187197, Octobers, 197C, 76-2 CPD ^5; CgmTclv1
Comrcss, T3-183379. June 30,  1975,  75-1 CPD 400;  53 Comp.  Gen.
1 (1973); 52 id. 382,  386 (1972); 52 id. 865,  868 (1973).  Here,  the
                      89

-------
B-189172
evaluation criteria clearly indicated that the contractor's experience
with planning and/or designing wastewater subsystems and selecting
between alternative subsystems,  was an important element of pro-
posal evaluation.  ESE cited projects which it had conducted but
did not describe its experience regarding those components speci-
fically listed in the RFP.   ESE's listing of the experience of its
personnel did not remedy the lack of information as to company
experience, because Iho RFP  specified that both  company and
personnel experience would be scored.  AlsoT-'S'E's proposal con-
tained no discussion of ESE's  proposed methodology for  identifying
objectives and  constraints of wastewater systems and subsystems,
as listed in the RFP.

    We find to be reasonable EPA's determination that it had
no duty to request clarifications from ESE because ESE's pro-
posal could be  upgraded to an  acceptable level only through major
revisions and additions  related to a basic requirement of the
RFP.  SCP 52 Comp. Gen. 382.  386 <1972).  Wo conclude that the
absence of description in  ESE's  proposal  of the types of  experience
specifically enumerated in the evaluation  criteria and omissions of
information regarding proposed methodology was a major deficiency
which formed a reasonable basis for EPA's finding thai  F.SE was
outside of the competitive range. Uecausc ESE's proposal was found
to be technically unacceptable, ILSJ2 was not entitled to an opportunity
to submit a revised proposal.  Sec Scrvrite  International, Ltd., supra.
    ESE finally asserts that EPA's decision to proceed with award
prior to resolution of the protest by this Office violated the spirit
of bid protest procedures.   The Federal Procurement Regulations
(FPR) provide that award may be made prior  lo resolution of a bid
protest by GAO where: (i) the items to be procured are urgently
required; or (ii) delivery or performance will be unduly delayed
by failure to make award promptly; or (iii) a prompt award will
otherwise be advantageous to the Government. FPR 1-2. 407-8{bM4).
ESE lias not shown that EPA failed to follow this regulation or that EPA
proceeded with award  in bad faith.  Consequently, we  have no basis
to question EPA's action in awarding a contract prior  to resolution
of the bid protest by this Office.
                      90

-------
B-189172
    Accordingly, the protest is denied.
                     Deputy  Comptroller
                             of the United  Stales
                       91

-------
BID PROTEST REPORT
FISCAL YEAR - 1977



October
1976 -
AGENCY
SENCY
:TION
3RIC.
LR FORCE
ED
RMY
3C
DMMERCE
.C. GOVT.
lA
LA
SA
)A
?A
JDA
:c
re
?o
3A
sw
JD
ITERIOR
IS
PROTESTS
3
31
98
2
147
1
22
13
2
72
2
1
14
5
1
3
9
101
27
7
23
1
DAYS
55
564
2644
7
3540
26
644
256
121
1837
91
51
535
301
-
-
79
2547
682
183
1145
21
AVERAGE
18.3
18.1
27.
3.5
24.
26.
29.2
19.6
60.5
25.5
45.5
51.
38.2
60.2
-
-
8.7
25.2
25.5
26.1
49.9
21.
DAYS
64
660
2716
16
3413
35
618
416
50
1471
212
14
365
172
26
26
178
2322
617
74
710
90
September 1977
GAO
AVERAGE
21.3
21.2
29.8
8.
23.2
35.
28.
32.
25.
20.4
106.
14.
26.
34.4
26.
8.6
19.7
23.
22.8
10.4
30.8
90.
OTHER
DAYS
17
665
3055
37
4267
55
1439
314
37
1721
154
13
318
103
3
-
127
3085
1025
98
648
12
AVERAGE
5.6
21.4
31.1
19.5
29.
55.
65.4
24.1
18.5
23.9
77.
13.
22.7
20.6
3.
-
14.1
30.5
37.9
14.
28.1
12.
TOTAL
DAYS
136
1889
8415
60
11126
116
2684
996
208
4883
457
78
1215
576
29
26
394
8049
2286
355
2501
123
AVERAGE
45.3
60.9
85.7
30.
75.
116.
122.
74.3
104.
67.8
228.5
78.
86.
115.2
29.
8.6
43.7
79.7
84.6
50.7
108.7
123.
PROTESTS
D
-
29
81
2
133
-
18
9
1
66
2
1
12
2
1
1
9
89
26
7
20
1
S
3
2
17
-
14
1
4
4
1
6
-
2
__ — — *
3
-
2
-
12
1
-
3
_

-------
AGENCY
GAO
OTHER
TOTAL
FROTHS'
AGENCY
^^^^^•W«UB
JUSTICE
LABOR
MAR. CORF
NASA
NAVY
NSF
PANAMA
CANAL
SBA
SEC. & EXCH
COMMISSION
STATE
SMITHSON.
TRANSP.
TREASURY
TVA
USIA
VA
DEFENSE
LIBRARY
CONGRESS
PROTESTS
5
10
6
18
114
1
1
11
*
1
4
3
28
5
4
2
20
1
1
820
DAYS
149
141
228
1097
3510
47
-
399
27
72
40
983
253
-
50
516
-
28
22869
AVERAGE
29.8
14.1
38.
60.9
30.8
47.
-
36.2
27.
18.
13.3
35.1
50.6
-
25.
25.8
-
28.
27.8
DAYS
204
180
140
661
2641
26
4
190
42
122
94
703
103
21
82
557
6
70
20111
AVERAGE
40.8
18.
23.3
36.7
23.1
26.
4.
17.2
42.
30.5
31.3
25.3
20.6
5.2
41.
27.6
6.
70.
24.7
DAYS
154
355
152
530
3396
16
6
187
11
162
77
608
102
40
50
679
11
10
23665
AVERAGE
30.8
35.5
25.3
29.4
29.6
16.
6.
17.
11.
40.5
25.6
21.7
20.4
10.
25.
33.8
11.
10.
28.8
DAYS
- - — ii i
507
676
540
2288
9547
89
10
869
80
321
211
2054
458
61
182
1713
17
98
66323
AVERAGE
101.4
67.6
90.
127.1
83.7
89.
10.
79.
80.
80.2
70.3
73.4
91.6
15.2
91.
65.6
17.
98.
80.8
D S
3 :
7 :
5
16
110
1
1
11
1
3
2
26
5
4
2
16
1

724 9
               94

-------
                            BID PROTEST REPORT
                            FISCAL YEAR - 1977
                                  RESUME

            Protests Denied 	   723
            Protests Sustained 	    97
            Advertised Procurements 	   469
            Negotiated Procurements	—   351
            Protests Received and Decided Before Award 	   350
            Protests Received and Decided After Award 	   358
            Protests Received Before Award and Decided
              After Award	   104
            Corrective Action Recommended 	   115
            Corrective Action Recommended Under P.L. 91-510    35
            Reconsiderations	•—    84
            Contract Cancellation/Termination Recommended -    15
            Untimely Submissions 	   108
            GAO Without Jurisdiction 	    68

            Protests Where Decisions Rendered 	   820
            Withdrawals Before Decision 	   435
            Miscellaneous 	   258
            Dismissed	   151

            Total Protests Closed During FY 1977	1,664
            Total Protests Received During FY 1977	1,607

            Review of Awards Under Grants	    20
B-184562, HEW
B-187008, DOT
B-185475. EPA
B-184899, HEW
B-187698, HEW
 October  6,  1976
 October  28,  1976
.November 29± 1976
 December 23, 1976
 December 8,  1976
B-186913, Justice  February 25, 1977
B-188355, EPA  February 23. 1977
B-185169, EPA  March 1. 1977
B-185874. EPA  March 8. 1977
B-189249. EDA  September 22. 1977
B-184562, HEW
B-186962. EPA
B-187999. EPA"
April 12, 1977
May 6. 1977
May 4, 1977
B-184562, HOT  May 24, 1977
B-188116, Labor  June 23, 1977
B-187734. EPA  July 1. 1977
B-189280, DOT  July 7, 1977
B-188488, HEW  August 3, 1977
B-189280, DOT  August 8, 1977
B-187912. EPA  August 17, 1977
                                  95

-------

-------
ENVIRONMENTAL PROTECTION AGENCY
CHAPTER 4
                                                 CONTRACTS MANAGEMENT
UNSOLICITED PROPOSALS
MANUAL
1.  PURPOSE.  This chapter establishes a centralized control for the
receipt, accounting, and processing of unsolicited proposals.

2.  DEFINITION.  An unsolicited proposal is a voluntary offer to
perform work the offeror considers to have both technical merit and
relevance to Environmental Protection Agency programs.   The
unsolicited proposal usually offers ideas, processes, techniques,
or equipment that the proposer considers new, novel, or unique, and
deserving of support by an EPA grant or contract.

3.  SOURCES OF PROPOSALS.  Proposals are voluntarily submitted by
individuals and various types of organizations having scientific
and technological ideas which they feel will contribute to the
success of the EPA mission.  Many of these proposals may be of little
or no value.  However, others may be substantially beneficial and
may therefore merit EPA support in the form of a grant or contract.

4.  CENTRALIZED CONTROL POINT.  A centralized control point will
be located in the Grants Administration Division,  Office of Adminis-
tration, to process unsolicited proposals regardless of where they
are received in EPA.  To fully utilize the source of scientific and
technical information being submitted, the Agency should encourage
the submission of unsolicited proposals and should promptly
acknowledge receipt of a proposal.  The proposal will then be
evaluated for its scientific merit and relevance to EPA programs.

5.  PROCEDURE.

    a.  Unsolicited proposals received by any organizational element
of EPA shall be forwarded Immediately to the Grants Administration
Division, Office of Administration, for official receipt and
processing.

    b.  The Grants Administration Division will (1) acknowledge
receipt to the person or organization submitting the proposal
(Figure 4-1), (2) assigns£ proposal control number, and (3)  transmit
the proposal to the appropriate program office for evaluation.
  2  (9-24-74)""CHAP 4
         *M 214                                               PAR  1


                             97

-------
       MANUAL	i
                                                              CHAPTER 4
   CONTRACTS MANAGEMENT
UNSOLICITED PROPOSALS
     c.   If the program office decides to fund the proposal as a grant*
 the  proposal will be returned to the Grants Administration Division
 for  further processing.  If the proposal is to be funded by contract,
 a  request for a contract will be forwarded to the Contracts Management
 Division, Office of Administration.

 6.   DISCLOSURE AND USB OP PROPOSAL DATA.

     a.  Because of the "proprietary rights" Involved in unsolicited
 proposals, ethical and legal considerations impose restrictions on
 the  disclosure and use of data submitted with the proposal.

     b.  The Grants Administration Division, Office of Administration,
 is authorized to copy, photograph, or reproduce in any manner, any
part of an unsolicited proposal.  All other organizational elements
 of EPA must obtain approval from the Grants Administration Division
before duplicating information from unsolicited proposals,

 ?•  NOHCOMPETITrVE PROCUREMENT.  Although contracts resulting from
unsolicited proposals may be awarded on a "sole source" basis, the
unsolicited proposal does hot, in and of itself, justify noncompetitive
procurement.  Award of a contract on a "sole or single source" basis
must be justified as prescribed in Chapter 3 of this Manual,  Noncom-
petitive Procurement.
                                                                   TN 2
                              98                                9-24-74

-------
CHATTER 4
UNSOLICITED PROPOSALS
                                                          CONTRACTS MANAGEMENT
                   UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
                                    WASHINGTON. D.C.  20460
                                              Re:  Proposal Mo.
                                                   Title:
                                                   Receipt Date:
             Dear

                  This Is to inform you  that your unsollcited^^posal, as
             referenced by the title  above, was  received on the date indicated.
             The proposal, which now  bears the identifjrp^ BHvfcondental Protection
             Agency number as shown above, is being _
             office for evaluation  as a  grant or cp&£ratand vU.^Mivonsidered
             for technical merit and  relevance AcTtb* \irOarem niVsic
     It should be understood^
a notice to initiate the
you will be contacted
unfavorable, you wlH?

     In accord
tion oust be
unsolicited p;
prior to its
proposal is suff
proposal, is not
                                                     'not XyXt^Mtiitment of funds or
                                                      liould^he review be favorable,
                                                           proceed further; If the review is
                                                     > effect.
                                              ^procurement regulations, conpeti-
                                               m extent possible.  While an
                              'e a  favorable technical evaluation,
                              be determined that the substance of the
                                to  Justify acceptance as an original
                           from  another source, or doe's not closely
resemble that of a pending competitive solicitation.
                                       ique
                  We appreciate your  interest in our program; If we *>*n be of
             further assistance, please do not hesitate to contact us.

                                              Sincerely yours,
                                              Referral Officer
                                       Grants Administration Division
                            Figure 4-1.  ActtnovXedBcnent Letter
                                                                                       CHAP 4

-------
§ 1-3.802-1  Consideration of late  pro.
     posai*.

  (a)  Except as provided In 5 i-3.802-2,
the following provision regarding the re-
ceipt and consideration  of  proposals for
award that are received after the exact
time set for receipt in  the request for
proposals  shall  be   placed  in  each
solicitation:
LATE PROPOSALS, MODIFICATIONS or PROPOSALS,
      AND WITHDRAWALS  or PROPOSALS

  (a) Any  proposal  received  at the office
designated In the solicitation after the exact
time specified for  receipt  will not be con-
sidered unless it Is received before award Is
made, and:
  (1) It was sent by registered or certified
mall not later than  the fifth calendar day
prior to  the date specified  for receipt  of
offers  (e.g., an  offer  submitted in response
to a solicitation requiring receipt  of offers
by the 20th of the month must bave been
mailed by the 15th or earlier);
  (2) It was sent by mall (or telegram if
authorized)  and  it  Is  determined  by  the
Government that the late receipt was due
solely  to mishandling  by the Government
after receipt at the Government installation;
or
  (3) I*, is  the only proposal received.
  (b)  Any modification of a proposal,  ex-
cept a modification resulting  from the Con*
tractlng Officer's request for "best and final"
offer, is subject to the same conditions as in
 (a)te pronosal or mod-
ification of proposal la received and it
ts   clear   from  available  Information
that it cannot be  considered for award
(e.g.. when the postmark clearly shows
that the proposal was mailed later than
the flf th day prior to the date specified),
the contracting officer, or his authorized
representative, shall promptly notify the
offerer that it was received late and will
not be considered for award.  However,
when a late proposal or modification of
proposal is transmitted by registered or
certified mail and  it is  received before
award but it  is not clear from  the avail-
able information whether it can be con-
sidered,  the  offerer  shall be  promptly
notified substantially in accordance with
the  notice  in $ 1-2.303-6, appropriately
modified to relate to proposals. Disposi-
tion of late proposals that cannot be con-
sidered for award shall be in accordance
with agency  procedures,
   (c»  Where only one  proposal is  In-
volved and It is received after the time
specified, it may be evaluated and consid-
ered for award in accordance with agency
procedures. As  used in this section  the
term "only Proposal  received" means a
proposal which is  one submitted by  (1)
the  only  offerer responding to  the  re-
quest for  proposals,  (2)  a sole source,
or i3) an offerer who is  offering propri-
etary items In response to a request for
proposals which specifies that awards will
be made on the basis of proprietary Items
identified by  the offerer by brand name,
model, type, or other identification. With
respect to  '3) of this paragraph  (c), the
term does not  mean an offer which is
based on a performance  specification or
a brand  name product which is specifi-
cally  Identified  In   the request   for
proposals.
  fd)  The normal revisions of  proposals
by offerers selected for discussion during
the usual  conduct  of negotiations with
such offerers are not to be considered as
late proposals or later modifications  to
proposals but shall be handled in accord-
ance with  5 1-3.805.
{38 FR 26914, Sept. 27. 1973]
  EFFECTIVE  DATE NOTE: The Note In 5 1-
3.802-11 a)  becomes effective Aug. 22. 1972.
                                      101

-------