Project Management ^NDTHE Procurement Process ------- Project ^NDTHE Procurement Process A Seminar Workshop for Project Officers and Other Technical Personnel U.S. Environmental Protection Agency Washington, D.C. 20480 1978 EDITION ------- TABLE OF CONTENTS Paqe INTRODUCTION 1 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 10 III. Organization and Responsibilities 11 CHARTS: Office of Planning and Management 12 The Procurement Organization 13 INTRODUCTION TO LEARNING THROUGH LISTENING 19 VIGNETTE NO. 1: CHITCHAT . . . 'BOUT THIS AND THAT ... 21 CHART: The EPA Procurement and Contracting Environment (For Competitively Solicited Procurements) 24 TOPIC II. THE EPA PROCUREMENT AND CONTRACTING ENVIRONMENT: FORM AND FUNCTION 25 I. The Essential Questions of an Effective Procurement Process 25 II. Relating the Essential Questions to Pre-Award Planning and Post- Award Performance Phases 25 ------- Page CHARTS: The Procurement Process Optimum Leadtimes New Competitive Requirements 26 New Sole Source Requirements ;.. 27 TOPIC III. THE PROCUREMENT REQUEST RATIONALE: TRIGGER FOR BUYING 29 I. The Procurement Request/Requisition (EPA Forms 1900-8 and 1900-8A) 29 II. The Procurement Request Rationale 30 III. Isolating Two Elements of the Pro- curement Request Rationale: State- ments of Work and Evaluation Criteria .... 33 CHART: Statement of Work Preparation (One Approach Through Building Blocks) 36 VIGNETTE NO. 2: OVERHEARD OVER COFFEE 41 TOPIC III. THE PROCUREMENT REQUEST RATIONALE: TRIGGER FOR BUYING (cont'd) 45 IV. Cost Estimate: Independent and Other .... 45 VIGNETTE NO. 3: WOULD YOU TAKE ISSUE OR AGREE WITH 47 TOPIC IV. CONTRACT TYPE SELECTION: DEALING WITH RISK AND REALISM 49 I. The Nature of Contracts 49 II. Cost Risk and Cost Realism 49 III. Contract Types: An Overview of Fundamentals 49 CHART: Procurement Methods & Contract Types 51 TOPIC V. THE COMPETITIVE AND NONCOMPETITIVE ENVIRONMENTS FOR RESEARCH, STUDY, AND INVESTIGATIVE EFFORTS 53 I. The Competitive Environment 53 ii ------- Page II. The Noncompetitive Environment 54 III. Identification of Interested and Capable Sources 57 IV. Unsolicited Proposals: Treatment, Assessment, and Disposition 57 COMPTROLLER GENERAL DECISION B-183487, AMERICAN FEDERATION OF GOVERNMENT EMPLOYEES LOCAL NO. 3347, AFL-CIO 61 COMPTROLLER GENERAL DECISION B-166506, ENVIRONMENTAL PROTECTION AGENCY SOLE- SOURCE PROCUREMENTS 65 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 71 I. The Solicitation Process . 71 II. Project/Technical Personnel Impact on the Solicitation and Award-Making Process 72 COMPTROLLER GENERAL DECISION B-174589, ENVIROTRONICS 75 VIGNETTE NO. 4: KEEPING IN TOUCH . . . MEANS SO MUCH 81 III. Treatment of Unsuccessful Offerers 87 COMPTROLLER GENERAL DECISION B-188542, ROCKWELL INTERNATIONAL CORPORATION 90 ECOSYSTEMS, INC., TREATMENT OF LATE PROPOSALS 93 TOPIC VII. PERFORMANCE ARENA POSTULATES, ORIENTATION CONFERENCES, AND PROGRESSING SYSTEMS AND SURVEILLANCE 97 111 ------- Page I. Some Contract Performance Arena Postulates 97 II. Post-Award Orientation Conferences 98 III. Progressing Systems and Surveillance 99 IV. Technical Administration and Technical Direction: Understanding the Difference 100 TOPIC VIII. CONTRACT MODIFICATIONS, HANDLING CASES OF UNSATISFACTORY PERFORMANCE, AND CONTRACT COM- PLETION AND CLOSEOUT 103 I. The Contract Modifications Environment 103 CHART: LANGUAGE OF CONTRACT MODIFICATIONS 105 II. Handling Cases of Unsatis- factory Performance 109 III. Fundamental Actions of Contract Completion and Closeout 110 VIGNETTE NO. 5: BUY NOW . . . PAY LATER 113 VIGNETTE NO. 6: WHO'S TO ACT . . . AFTER THE FACT? 115 IV ------- COURSE OUTLINE ------- SEMINAR WORKSHOP GUIDE INTRODUCTION Purpose Conducted over a 3-day period, this 21-hour seminar work- shop is presented mainly to Project Officers and other techni- cal 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 by: Clarifying the relationship between the Project Offi- cer 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 under- standing and cooperation among EPA personnel than 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. -1- ------- 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 man- agement 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 be- ing 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 partici- pation in problem-solving efforts. The format, content and scheduling of the seminar are structured to stress participa- tion in problem-solving and to relate program information to the "real" world. Workshop media have been designed to encour- age seminar participants to grapple with everyday problems, as well as to understand the EPA project management and procure- ment 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: -2- ------- EPA Procurement Regulations (EPPR), implementing and supplementing £he Federal Procurement Regulations, (FPR); Second Edition, 1964, with most recent revi- sions thereto. EPA Contracts Management Manual, July 2, 1974, with Transmittals through Number 13, dated December 19, 1977. EPA Procurement Information Notices, through PIN 78-13. EPA Operating Planning Manual, February 10, 1976, with Transmittals through Number 4, dated December 28, 1976, EPA Guide for Contract Project Officers, November 1971, including Amendments, June 1976. (This Guide is currently undergoing revision and update.) About This Handbook This handbook contains all the materials required for par- ticipants to follow the classroom presentations and participate in discussions, case studies and workshop exercises. Visual aids, scripts for audio exercises, and case studies are inte- grated 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. Out- side 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. -3- ------- TOPIC I. THE EPA MISSION-ORIENTED PLANNING AND REPORTING SYSTEM: AN OVERVIEW* THE EPA FORMAL PLANNING AND REPORTING SYSTEM A system through which major directions and goals of Agency programs are determine!/. enunciated, and serviced via specified procedures for program planning and budget execution. FPRS BASIC COMPONENTS: 1. STRATEGIES 2. PREVIEW 3. BUDGET FORMULATION 1 4. OPERATING PLANS (PROGRAM PLANS) | 5. FORMAL REPORTING AND PROGRESS ASSESSMENT 6. ADMINISTRATIVE FUND AND POSITIONS CONTROL 7. PROGRAM EVALUATIONS U~ CONTRACT PLANNING REQUIREMENTS CONTRACT CONSOLIDATION DISTRIBUTING PROCUREMENT ACTIONS MORE EVENLV INCREASING COMPETITIVE PROCUREMENTS UTILIZING OTHER CONTRACTING IMPROVEMENTS IDENTIFYING OPPORTUNITIES FOR SMALL BUSINESS. MINORITY. AND 8(a) FIRMS I. EPA FORMAL PLANNING AND REPORTING SYSTEM (FPRS): THE BIG PICTURE A. The FPRS Framework *This topic was developed from portions of the EPA Operating Planning Manual, February 10, 1976, as revised through Trans- mittal Number 4, December 28, 1976. This manual is an ex- tremely comprehensive articulation of the EPA Formal Planning and Reporting System (FPRS) and includes discussion of the en- tire planning cycle, particularly the Preview and Budget Formu- lation process. -5- ------- 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 re- quirements in major decision-making and follow-up b. Requirements for management of EPA's decen- tralized structure 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, ob- jectives, 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: Ad- vices of Allowances are EPA's principal mechanism for control of resources in approved operating plans. 7. Program Evaluations: conducted in key areas dur- ing a year, they provide for determining effi- ciency and effectiveness of programs. -6- ------- 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 Man- agement Division of the Office of Administra- tion to assist RPIOs in: Taking advantage of opportunities for. con- tract consolidation, thereby reducing the number of contracts required; Distributing procurement actions more evenly throughout the year in order to re- duce 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 negotia- tions; Utilizing other contracting improvements. b. Each RPIO must submit contract planning data for each allowance holder. For the Office of Research and Development, separate contract- ing planning packages should be submitted for each responsibility center. This is neces- sary to adequately account for the large amount of funds represented by a single al- lowance holder. -7- ------- 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. 0PM 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 plan- ned 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 com- mitments 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 com- mitments, 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 non-competitive procure- ments and an average lead time of 145 days for competitive procurements. Therefore, un- der 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 sup- port 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 quar- ter of the fiscal year will have little, if any, chance of being obligated by the end of the fiscal year. Therefore, these procure- *Specific dates cited in this t9pic relate to FY 1977. Similar dates are used for subsequent fiscal years. 8 ------- ment actions should cite FY 1977 funds. This is particularly significant for the Agency and Regional Management and Enforcement Ap- propriations, which are appropriated for one year only. Fourth quarter commitments in these appropriations will be examined closely, and recommendations for realloca- tions 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 ex- ercise an option on the contract; or a fund- ing increment of $90,000 may be planned for commitment in FY 1977 as the first of three funding increments in a multi-year 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 ac- tion 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. -9- ------- 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 Pre- viously Geared to "No Year" Money 4. Opportunity for Creative Use of Options in Con- tracting B. Mission Contracting (PIN 76-38, May 21, 1976) 1. Definition: "Mission contracting means the consolidation of programmatic requirements of a specific EPA or- ganizational element(s) into one contract to be performed in support of the mission of that or- ganizations' element(s)." 2. Examples: a. Consolidation of several similar requirements into a single SOW b. Multi-year contract for long range continuing requirement c. Single contract can be awarded for a compre- hensive 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 -10- ------- 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 represen- tatives to act in a liaison capacity with each program office...." III. ORGANIZATION AND RESPONSIBILITIES ' A \ EPA PROJECT/CONTRACT MANAGEMENT .SE2/ COORDINATION \ PR**-0 ffiha Contract Project Officer/Contracting Officer Interface) /CONTRACTS MANAGEMENT MANUAL \GUIDE FOR CONTRACT PROJECT OFFICERS , SPECIFYING RESPONSIBILITIES IDENTIFYING AUTHORITY AND ITS EXTENT ESTABLISHING COMMUNICATION CONTRACTING OFFICER CHEATING A MANAGEMENT ENVIRONMENT CONTRACT PROVIDING FOR "ONE FACE" TO THE PROJECT CONTRACTOR (OR PERFORMER) OFFICER \ CONTRACTS MANAGEMENT MANUAL FEDERAL PROCUREMENT REGULATIONS EPA PROCUREMENT REGULATIONS GAO DECISIONS -11- ------- OFFICE OF PLANNING AND MANAGEMENT DEPUTY ASSISTANT ADMINISTRATOR FOR PLANNING AND EVALUATION i ECONOMIC ANALYSIS DIVISION 1 PROGRAM EVALUATION DIVISION t 1 POL ICY PLANNING DIVISION 1 STANDARDS AND REGULATIONS EVALUATION DIVISION ASSISTANT ADMINISTRATOR FOR PLANNING AND MANAGEMENT DEPUTY ASSISTANT ADMINISTRATOR FOR RESOURCES MANAGEMENT 1 BUDGET OPERATIONS DIVISION r PROGRAM ANALYSIS DIVISION 1 FINANCIAL MANAGEMENT DIVISION 1 PROGRAM REPORTING DIVISION GRANTS ADMINISTRATION DIVISION nCElOE AC AliniT ll DEPUTY ASSISTANT ADMINISTRATOR FOR ADMINISTRATION j! J CONTRACTS MANAGEMENT DIVISION 1 MANAGEMENT INFORMATION & DATA SYSTEMS DIVISION 1 PERSONNEL MANAGEMENT DIVISION 1 MANAGEMENT AND ORGANIZATION DIVISION 1 1 SECURITY AND INSPECTION DIVISION FACILITIES AND SUPPORT SERVICES DIVISION t ------- Ul <3 THE PROCUREMENT ORGANIZATION \ \ OFFICE OF PLANNING& MANAGEMENT I OFFICE OF ADMINISTRATION \ M Ul 1 CONTRACTS POLICY AND REVIEW BRANCH DURHAM CONTRACT OPERATIONS // r7 / CONTRACTS MANAGEMENT DIVISION HEADQUARTERS CONTRACT OPERATIONS V \\ \ COST RE VIEW AND POLICY BRANCH CINCINNATI CONTRACT OPERATIONS REGIONAL OFFICES LABS AND FIELD ACTIVITIES ------- 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. Develops Agency procurement policies and regulations in implementation of the Federal Procurement Regulations. Conducts Head- quarters programs for contract placement, modifi- cation, post award administration, and termina- tion, including advertising, location of sources, negotiation, award, in-process monitoring, and termination settlement. Provides technical guid- ance 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 Administra- tion 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 agencies and industry. Develops policies and procedures implementing the provisions of Executive Order 11625 of October 13, 1971, "Prescribing Addi- tional Arrangement for Developing and Coordinat- ing a National Program for Minority Business En- terprise." Furnishes information, assistance, and reports to the Department of Commerce. Coor- dinates with the Grants Administration Division in the furtherance of the objectives of the Order. Provides technical assistance to com- ponents of the Agency's field establishment res- ponsible for carrying out related activities." 2. Contracting Officer Responsibilities a. Contracting Officer Defined (FPR 1-1.207) n'Contracting Officer' means an official de- signated to enter into or administer con- tracts and make related determinations and findings." -14- ------- b. Responsibilities and authorities (FPR 1-1.401) "The head of the procuring ac- tivity 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 au- thorized to enter into and administer con- tracts 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 lawy 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 -15- ------- RESPONSIBILITIES IN THE PROCUREMENT PROCESS RESPONSIBLE OFFICES WITHIN EPA FUNCTION PROJECT OFFICE CONTRACTS OFFICE OTHER OFFICES PRE-SOLICITATION Advance Planning Submission of Purchase Request Obtaining Sources Sole Source Determination Request for Proposal SOLICITATION AND EVALUATION Discussions with Contractor Technical Evaluation Business Evaluation Selection of Competitive Range NEGOTIATIONS AND AWARD Develops Program Plan Decision to Buy Recommends 6 Evaluates Sources Advises as to procurement method Establishes Source List Prepares justification Final Decision Develops Technical Aspects Responsible for RFP Contents and release Advisory to contracts office Total Responsibility Advisory Responsible for all contacts Total Responsibility Final Decision Audi t-Advisory over $100 K Negotiations with Contractor(s) Participant Responsible for Conduct ------- RESPONSIBILITIES IN THE .PROCUREMENT PROCESS RESPONSIBLE OFFICES WITHIN EPA FUNCTION PROJECT OFFICE CONTRACTS OFFICE OTHER OFFICES NEGOTIATIONS AND AWARD Selection oC Contractor Contract Preparation and Award CONTRACT ADMINISTRATION Technical Direction Contract Changes and Extensions Monitoring Performance Patents Acceptance of Final Product Payment of Vouchers Property Administration Administrative Close-out Advisory Scope of Work & Other Technical Aspects Within defined limits Initiates to contracts offices Technical Performance Advisory to General Counsel Varies with Product Advisory Advises & Recommends Final Decision Total Responsibility Total Responsibility Cost Performance Coordinates Requests Varies with Product Reviews & Certifies -Final Decisions Total Responsibility General Counsel may be advisory General Counsel prepares Agency's position Financial Manage- ment Schedules for Payment Property-Records, Disposition 6 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 procurement manage- ment process. In all, there are six vignettes. They afford the listener with an opportunity to respond at the end of each vignette, or in some cases at prede- termined 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 stop- ped and discussion will be held. Spontaneity of re- sponse just saying whatever may come to mind is important. Remember this as you listen to each vig- nette 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 com- plement 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 op- portunity for us to listen as well as to hear. -19- ------- 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: Pick; "...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? 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 it! Go competitive .. .and you can count on every Tom, Dick, and Harry on the block -21- ------- THE EPA PROCUREMENT AND CONTRACTING ENVIRONMENT (For competitively solicited procurements) \ C3 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 BITTEN AN ORAL DISCUSSIONS BEST AND FINAL OFFERS ''STATEMENT OF WORK,^ / COST/PRICE ESTIMATE. , EVALUATION PLAN, V SUGGESTED '^ SOURCES. ETC COST PERFORMANCE Ite POST-AWARD TECHNICAL AND CONTRACT ADMINISTRATION : ------- TOPIC II. THE EPA PROCUREMENT AND CONTRACTING ENVIRONMENT: FORM AND FUNCTION I. The Essential Questions of an Effective Procurement Process II. Relating the Essential Questions to Pre-Award Planning and Post-Award Performance Phases N> ui A. What to buy? B. How to buy? C. From whom to buy? D. The buying arrangement? E. How to assure performance? A. What network events go with what questions? B. What three-or-so events do you consider most important? C. Where is the process most susceptible to breakdown? D. Which events are the responsibility of the technical community? The contracting community? The EPA procurement process functions within a system of EPA Procurement Regulations (EPPR) which implement and supplement the requirements and procedures specified in the Federal Procurement Regulations (FPR). EPPR are prescribed by the Administrator under the Federal Property and Administrative Services Act of 1949, 63 Stat. 377, as amended, or under such other authority as is specifically cited. The FPR are published as Chapter 1 of Title 41, Code of Federal Regulations. EPPR are published as Chapter 15 of Title 41. ------- to a\ THE PROCUREMENT PROCESS Optimum Leadtimes New Competitive Requirements Less than $100,000 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 Cumulative Days to Complete Calendar Days $100,000 or Greater Optimum Calendar Days to Complete 20 30 21 14 14 5 5 14 R-Day R+20 R+50 R+85 R+99 R+104 R+109 R+123 20 30 28 32 21 5 6 14 Cumulative Calendar Days R-Day R+20 R+50 R+110 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. 3. 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. 4. Ten calendar days should be added to those actions requiring CMD review and approval. ------- to ^J I THE PROCUREMENT PROCESS Optimum Leadtimes New Sole Source Requirements Less than $100,000 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 Optimum Calendar Cumulative Days to Complete Calendar Days $100,OOP or Greater Optimum Calendar Days to Complete 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 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 III. 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 per- sonal 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 i C. Policy. EPA procurement actions shall be initiated only after it has been determined that: -29- ------- 1. The acquisition of personal property or nonper- sonal services is authorized by law 2. All applicable regulations have been complied with 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 ob- ligation 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 II. THE PROCUREMENT REQUEST RATIONALE A. Preparation Requirements 1. For each new contract 2. For each contract modification involving addi- tional effort with additional funds B. Content Requirements 1. Title of project Name, designation and program element identification 2. Estimated period of performance (in months) How long and with what end product 3. Project Officer Who will lead and monitor the effort -30- ------- 4. Background Does it represent the complete task or a subtask, or is it a possible candidate for set-aside for small business or 8(a) minority business? Relationship to other tasks? Are related tasks already under contract? Are related tasks programmed for later years? 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, na- ture and need, content and format, and criteria for acceptability. 9. List of recommended sources What sources are considered qualified to perform? -31- ------- 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 "Procurement. Request Rationale" as described above Normally the following require sim- ilar 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 10. Public utility services -32- ------- III. 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 investi- gative efforts. c. Thought is more important than its articula- tion; 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. -33- ------- 4. Government obligations: these need to be care- fully 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. -34- ------- STATEMENT OF WORK PREPARATION /DIM Approach Through BuUtng Blocks) 9) I | NEED | ~^ BREAKDOWN (MAJOR ELEMENTS) (3) BREAKDOWN REFINED (BY ELEMENTS) | NEED ] ] t t t [D]I ' ' 1. REQUIREMENT 2. TASKS 3. TIME 4. PLACE 6. METHODOLOGY 6. INTERFACES 7. RESULT (4) I SOW OUTLINE I. NEED (DESCRIPTION) A. BACKGROUND B. REQUIREMENT SUMMARY C. PRINCIPAL SUBELEMENTS II. SPECIFIC NEED/SUBELEMENT REQUIREMENTS A. (A)_ f B. (B) -J^^ I WHAT. WHEN. C. 1C) *^^\ WHERE. HOW. AND D (D) -*-*^ JIM WHAT WAV III. COMPREHENSIVE SUMMARY AND REINFORCEMENT OF KEY PERFORMANCE TASKS (5) STATEMENT OF WORK (ARTICULATING THE SOW OUTLINE IN DETAIL) (6) WHAT NOT TO DO ... START TO WRITE HOPING IT WILL ALL FALL TOGETHER. WRITE ABOUT THE HEED AND NOT 10 IT. BECOME ENAMORED OF WORDS THAT GET LOST IN THEMSELVES. DEPEND ON POTENTIAL PERFORMERS TO INTERPRET WHAT YOU REALLY MEANT BUT DIDNT SAY. ------- c. Generating a Statement of Work for Research, Study, and Investigative Efforts u> -0 Organization and building blocks a. Think first; write later. b. Draw an illustration. c. Translate from a drawing to a diagram. d. Translate from a diagram to a breakdown of tasks or requirements. e. For each task or requirement, identify time, place, event, performance and product. f. Net conclusion: you've identified the need and specified its pieces. Putting the blocks together a. Develop a work or task-oriented breakdown structure (a family tree) of relationships. b. Structure an outline tied to major elements and subelements of the breakdown structure. c. Expand outline items into paragraphs and sentences. d. Net conclusion: you have a draft statement of work. 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 is contractible? ------- D. Considerations for the Preparer of a Statement of Work 1. Is it sufficiently specific to permit the pre- parer and the performer to make a list of man- power 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 appli- cable 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? 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? E. Level of Effort vs. Term or Completion Type Tasks -38- ------- F. Personal/Nonpersonal Services (PIN No. 78-12-10) Re- flects EPA Policy initially issued January 30, 1973 with changes and current emphases) 1. Differences between personal and nonpersonal services 2. Limitations on the use of personal services 3. Contracting Officer's written determination G. Technical Evaluation Criteria Development 1. Direct relationship to the Statement of Work pre- paration and the Procurement Request 2. Importance to: a. Solicitation document b. The evaluation plan c. Offerers -39- ------- VIGNETTE NO. 2: OVERHEARD OVER COFFEE John Ringals, an engineer who frequently initiates procurement requests, was chatting with Mary Herzog, contract negotiator, at a mid-morning 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?" -41- ------- 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-cure-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." (GOOD NATUREDLY) "Come on, John, we've been through all this before. You know he's right." (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.' I 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 his job. 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? -42- ------- 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) -43- ------- TOPIC III. 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 per- formance 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. Profit or fee 4. Role of auditors -45- ------- 5. Use in the award decision C. Estimating Techniques; Pro and Con 1. Detailed 2. Parametric 3. Level of effort 4. Risk and uncertainty 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 4. On assessing a competitive environment 5. On identifying possible "built-in" underestimates that could result in downstream overruns 6. On the requirement for incremental funding con- siderations, if appropriate -46- ------- 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.' There .is a real distinction between the two, one that all of us should be aware of." ************** -47- ------- 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 recover its costs now...lest later recovery be too little, or too late." *************** Would you take issue or agree with 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 $5OK for the job, and let them tell us what they'll give us for it. Now that's real competition, isn't it?" *************** Copyright 1977, Sterling Institute (DAC) -48- ------- 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 3. Consideration 4. Legal enforceability B. Differing Connotations of "Contract Types" 1. Compensation or pricing arrangement - ₯ ++-J C/L 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 III. CONTRACT TYPES: AN OVERVIEW OF FUNDAMENTALS A. Selection of Contract Type -49- ------- 1. Responsibility of the Contracting Officer 2. Factors that affect contract type selection a. Cost risk identification 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 -50- ------- PROCUREMENT METHODS & CONTRACT TYPES FORMAL ADVERTISEMENT NEGOTIATED FIXED PRICE FIXED PRICE COST REIMBURSEMENT COMPLETION TERM COST PLUS PERCENT OF COST -51- ------- TOPIC V. THE COMPETITIVE AND NONCOMPETITIVE ENVIRONMENTS FOR RESEARCH, STUDY, AND INVESTIGATIVE EFFORTS PRE-AWARD TECHNICAL AND PROCUREMENT PLANNING [EPA Contracts Management Manual, Chapter 3: Negotiated pro- curement 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 5a. and 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 market- place counterpart of Pandora's box. C. Adequate Price Competition FPR 1-3.807-1(b) (1): "Price competition exists if offers are solicited and (A) at least two responsible offerers (B) who can satisfy the purchaser's (e.g., the Government's) requirements (C) independently con- tend for a contract to be awarded to the responsive and responsible offerer submitting the lowest eval- uated price (D) by submitting priced offers respon- sive to the expressed requirements of the solicitation." -53- ------- D. Adequate Technical Competition 1. Assessed for each procurement 2. Front-end project and procurement management influences a. Timely in-house action b. Realistic proposal and delivery requirements. c. A solid and well-prepared solicitation docu- ment (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 negotiated procurement that (1) is initiated by a Request for Proposals, which sets out the Govern- ment's requirements and the criteria for evaluation of offers, (2) contemplates the submission of timely proposals by the maximum number of possible offerers, (3) usually provides discussion with those offerors found to be within the competitive range, and (4) concludes with the award of a contract to the one of- feror whose offer, price and other factors consi- dered, is most advantageous to the Government. P. Competition Generalized An environment of varying dimensions relating to buy-sell relationships in which the buyer induces, stimulates, or relies on conditions in the market- place that cause independent sellers to contend con- fidently for the award of a contract. II. THE NONCOMPETITIVE ENVIRONMENT A. EPA-Specified Circumstances for Noncompetitive Procurements 1. One firm controls patents, copyrights, or pro- prietary data essential to meet the requirement, will not license others, and the requirement is not susceptible to change permitting other firms to compete. -54- ------- 2. Requirement is for continuation of services by a firm under a predecessor contract, such firm hav- ing an overwhelming competitive advantage in cost, not merely in leadtime advantage alone. 3. Requirement can be satisfied only by a contractor whose employees are more highly specialized, skilled, or have more extensive education or ex- perience in the relevant field than those of other known firms. 4. Requirement can be satisfied only by a contractor whose existing complex or specialized physical facilities are superior to those of (or available to) other firms. 5. Valid reasons exist for procuring on an urgent basis, and only one firm can deliver within the required performance period. 6. Valid reasons exist for procuring on an urgent basis, and while more than one firm is capable of performance, only one firm can deliver within the required performance period (even if accelerated procedures and limited solicitation of sources were used). 7. Requirement can be procured only from a State, interstate, or local government unit, because the required services are those over which the gov- ernmental unit has geographical jurisdiction. 8. Requirement can be procured only from a certain nonprofit organization composed of State, inter- state, or local governmental units whose repre- sentative nature is central to contract performance. 9. Requirement can be procured only from the sub- mitter of a truly unsolicited proposal: such proposal meeting all the requirements of Chapter 1, paragraph 5b., and Chapter 4 of the EPA Contracts Management Manual. B. Justifications for Noncompetitive Procurements (JNCP) 1. Discussions between program offices and contract operations offices as early as possible; the "so what?" test -55- ------- 2. The essence of a supportable and determinative JNCP a. Spell out facts and avoid generalities. Tested the marketplace. How? Through what medium? With what results? Are they valid? Literature search. How extensive? Where? When? Peculiar or unique features. Mandatory for ... performance requirements, com- patibility, continuity, operability or what? Required talent. How come? Who has it? How do you know? Have others been sought? b. Tell it like it is. Unvarnished facts and reason are their own reward; keep it simple. Don't justify the justification; justify the basis for the noncompetitive environment. C. Format for JNCP 1. Basic information a. Date of justification b. Program offices and Project Officer (with address and telephone) c. Program element number d. Task number e. Descriptive title of project f. Amount (dollars) g. Proposed contractor (name and address) 2. Specific justification for noncompetition (where an unsolicited proposal is not involved) -56- ------- a. Basis (bases) for procurement b. Detailed factual information and conclusions c. If a priority (urgent basis) procurement, then a statement required under Chapter 8, Contracts Management Manual 3. Authorized program official's signature (at the Division level or higher) III. IDENTIFICATION OP 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, develop- ment, 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 -57- ------- 2. Uncovering ideas 3. Encouraging the resource of thought B. EPA's Definition An unsolicited proposal is a voluntary offer to per- form work the offerer considers to have both techni- cal merit and relevance to EPA programs. The unsoli- cited proposal usually offers ideas, processes, tech- niques, 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 pro- cessing (regardless of where received in EPA) is the Grants Administration Division, Office of Ad- ministration. 2. Treatment includes acknowledgment to proposer or proposing organization, specifying a proposal control number, and transmitting proposal to ap- propriate program office for evaluation. 3. Favorable assessment may lead to funding and a grant or the award of a contract. 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 un- solicited 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? -58- ------- 5. Does an unsolicited proposal, because it is de- signated 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 address the problem, is it improper for EPA to develop a performance specification and competitively solicit proposals? 7. Do EPA restrictions exist which preclude non- competitive awards for certain types of supplies and services even though unsolicited proposals are submitted to provide them? 8. How many truly unsolicited proposals are sub- mitted to EPA? -59- ------- THE COMPTROLLER GENERAL DECISION [(i.'lA'lM OF THE UNITED STATES WASHINGTON. O C 3 O 3 4 B FILE: B-183487 DATE:July 3, 1975 MATTER OF: American Federation of Government Employees Local No. 3347, AFL-CIO DIGEST: 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- tors 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, NCCM-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-employee 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. -61- ------- B-183487 As a 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. S 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 employees 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 Ccomission 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 is our understanding that there will bei\ 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 J 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 -62- ------- B-183487 DataComn Industries. Inc.. B-182SS6, April 9, 1975. In that connection, in 53 Comp. Gen., supra. it was stated: "* * * we have always regarded the provisions of Circular A-76 as natters 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 sent 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. c Deputy Comptroller of the United States -63- ------- Comptroller General Decision B-183487, 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. What positions of advocacy do you see reflected in this decision? 4^4, 2. What did the Comptroller General decide on this matter? f> A - «-) 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? -64- ------- DECISION THB COMPTROLLER OEIMERAL OP THE UNITED STATES WASHINGTON. D.C. 8OB48 FILE: 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 lt~organization's makeup; fact that organization would utilize volunteers In performance; organization'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 noncoopetltlve procurements irrespective of fact that nonprofit organi- zation could quote lower price since statutes require full and free competitive consistent with what is being procured. This decision relates to our Office's Eexi£v_of_certain awards made under the Transportation Control Plan 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. In all the questioned procure- ment, awards 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 citizens organizations, each having an objective to work for clean air through education. It was determined that the organizations selected vere 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 -65- ------- B-166506 and representatives of area environmental and civic organisations. Further Justifications for the noncoapetltlve procurements were as 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 noncompetitlve 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, EFFR, published at 41 Code of Federal Regulations, chapter 15. FFR 1-1.301-1 states specifically that "All purchases and contracts, whether by formal advertising or by negotiation, shall be made on a competitive basis to the maximum practicable extent." FPR 1-1.302-1 Q>) 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 noncompetitlve awards may be made where the item or services are unique (B-175953, July 21, 1972); where time is of the essence and only one Known source can meet the Government's needs within the required tlmeframe C52 Comp. 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, 50 Comp. Gen. 209 (1970). To the extent that a nonprofit, tax exempt, volunteer citizens group falls within one of the preceding examples, a noncompetltive procurement may be justified. However, we find no authority justifying a noncompetitlve 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 noncompetltive awards. -66- ------- 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 entitles. If-awarded a contract,'night, In EPA's view, have a more difficult time 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 noncompetitlve 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 nay not be in the best interests of the Government at this point in time 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 consortium, 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 be afforded an equal opportunity to compete. We, therefore, recommend that EPA eliminate any noncompetitlve restrictions in future procurement for this type of service. jtf Deputy Comptroller General*** , of the United States -67- ------- 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? 3. What impact has this decision had on the EPA procure- ment process? ft* 4. How does this decision affect the work of Project Officers and other technical personnel? -69- ------- 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 practi- cal extent) 4. To require (responses in consonance with speci- fied 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 criteria Boiler Plate b. The RFP as a medium for enforcing national priorities, programs and socioeconomic goals -71- ------- EPA's Small Business Program EPA's Minority Business Enterprise Program Davis Bacon Service Contract Act II. 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 eval- uated and ranked) TECHNICAL FUNCTION IMPACT ON SOLICITATION, EVALUATION AND AWARD SOLICITATION EVALUATION PROPOSERS PROPOSAL EVALUATION RESULT ffiliftfli GASCO -: i i ' :: ' ; i ! i ' THERMO - i i i i i i j ' j i SOIAR _i|iiiMJ'jl XYZ -.}.... ,.,M, :...":::: "" '!'"!!!":* ACCEPTABLE '. 1 UNACCEPTABLE j ! i i i ! i i i i i 4k (MARGINAL) COMPETITIVE RANGE DETERMINATION WHO'S IN . . . ? WHO'S OUT ... 7 WHAT TO DO ABOUT IT . . . ? WHO'S IN CHARGE? AWARD CONTRACTING OFFICER -RESPONSIBLE HAS TO RELY ON TECHNICAL JUDGMENTS JUSTIFICATION FOR AWARD (AND NON-AWARD) REFLECTING TECHNICAL AND OTHER EVALUATION ACTIONS -72- ------- B. Proposal Evaluation Criteria and Competitive Range Determinations for Competitively Negotiated Procurements 1. Must the RFP identify and articulate the evalua- tion criteria (factors) and provide a reasonable idea or specific numerical identification of their relative importance? Yes. 2. Must the stated evaluation criteria clearly indi- cate the relative importance of each criterion? Yes. 3. How has the Comptroller General stated the prin- ciple requiring evaluation criteria disclosure in RFPs? "Intelligent competition requires, as a matter of sound procurement policy, that offerers be ad- vised of the evaluation factors to be used and the relative importance of those factors. Each offeror has a right to know whether the procure- ment is intended to achieve a minimum standard at the lowest cost or whether cost is secondary to quality.Competition is hardly served if of- ferors 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 RFP be the cri- teria 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 uni- form. (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 ex- ceptionally large or small part(s) of the overall scoring? Then the predominant value of that fac- tor (s) should be indicated in the RFP at least in some narrative form. -73- ------- 8. Is an evaluation based on a comparison of an of- ferer's score with a predetermined score for ac- ceptability proper? No, such a comparison is im- proper. 9. Who is responsible for determining the competi- tive 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 screen- ing is done to rule out those which are techni- cally 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 clarifi- cation and do not provide opportunity for correc- tion of deficiencies. 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 techni- cally 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. -74- ------- 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 offerers 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 -75- ------- 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. CI 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 -76- ------- B-174589 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. The negotiation of this procurement was subject to Federal Procurement Regulations (FPR) 1-3. 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 TOT In explaining its evaluation of your proposal, the agency states the following: n *** £S stated in our memorandum of September 22, 1.971, their proposal, for the most part, constituted an echo o our own work scope. There was a lack of definitive -77- ------- B-174589 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 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 -78- ------- B-174589 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 -79- ------- Comptroller General Decision B-174589r 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 im- provement regarding evaluation criteria? 2. How is the use of a predetermined threshold score viewed by the Comptroller General? 3. Who is the "winner" in this instance? -80- ------- 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&D Section. Rose here. Can I help you?" Brad; "Hi, Doug. Brad Langsley from Onward.... How's it goin1?" 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?" -81- ------- 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." "Like what?" "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!" 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 subcriterion. 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." -82- ------- Brad; "I hear yaf ray friend, 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, we'll separate the men from the boys. You can depend on that. About 100 of those 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-gunl 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 take up any more of your time. Thanks for the information. We'll be in there on this one, no doubt, competing just as hard as we can. And if we're gonna do that, I'd 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) -83- ------- 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 evaluators1 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 -85- ------- 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. 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 pre- scribed roles What may happen in the absence of coordination? - Unfounded concessions and compromises - Professional embarrassment Troublesome procurements -86- ------- 3. The role of technical personnel in the negotia- tion process a. Analyzing proposals Evaluating and assessing for technical merit Identifying, analyzing and assessing re- source needs and estimates Evaluating resource allocations b. Planning and prenegotiation preparation Identifying an agenda of technical infor- mation needs and/or issues Helping to determine/uncover proposal weaknesses that need clarification or ex- planation Surfacing proposal strong points that need to be reinforced c. At the negotiation meeting Supporting the contract specialist in keeping track of technical discussions Working through the contract specialist in discussions concerning technical aspects of the requirement Coming prepared III. 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 -87- ------- c. In any case, only when disclosure will not prejudice the Government's interest "When during the process of source evalua- tion, the competitive range is determined and an offerer is determined to be within the competitive range for a specific category(s) of work required by the solicitation and out- side the competitive range in other cate- gory (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 spe- cific category(s) of work will not receive further consideration." PIN 77-15 2. Written post-award notification of unaccept- ability for procurements over $10,000 indicating Written notification indicating a. Name of the successful offeror b. Awarded price or cost c. Number of proposals received, but not prices quoted by other offerers 3. Information in addition to post-award notifica- tiona 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 misunder- standing and ignorance. 3. A little education can go a long way. 4. Some equate award to others with a biased selec- tion process. C. The Government's Interest in the Unsuccessful -88- ------- 1. Debriefing is the process by which the Contract- ing Officer (and others, 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 which were the basis for selecting the successful offeror (i.e., quality of proposal, cost or price, or whatever). c. Does not reveal any confidential business in- formation or the relative merits or technical standing of other offerors. 2. Summary report of the debriefing session must be placed in the contract file. -89- ------- DECISION THE COMPTROLLER GENERAL 'OP THE UNITED STATES WASHINGTON. O.C. 3OB4B FILE: B-188542 DATE: August 16, 1977 MATTER OF: Rockwell international Corporation DIGEST: 1. 2. '3. 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.1 Costs of phasing in new contractor may be evaluation factor where considered desirable to do so but only if solicitation so provides. 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 .merit and lower cost, EPA reopened negotiations and requested an additional round of best and final offers. -90- ------- Comptroller General Decision B-188542, August 16, 1977 Rockwell International Corporation Having read the preceding Digest of the decision, read paragraph l£.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? J A/ ft 2. What is the purpose of a "best and final" offer: a. As perceived by the Government? b. As viewed by the offerer? 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? AAXVV, 4 -91- ------- 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. 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. -93- ------- 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. The second firmr 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-pius-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 enclsoed 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." -94- ------- "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? 2. In responding to the CBD synopsis, one source was found unqualified anddenied 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? T<>0 5. Do you agree with the contract negotiator's determination that Ecosystem's proposal should not be considered because it is late? 6. Were you Harvey Allen, what steps would you take to determine lateness in this case in order to deal with the situation accordingly? *f * r aktA $£*Ml >-£**}'-/ 7. What is the role of technical personnel in dealing with late proposals? 8. What action should be taken concerning the cost proposal modification received from Energy Safety Systems? -95- ------- P. 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 obliga- tion to report illegal expenditures and con- tracts to Congress Has statutory duty to audit and settle public accounts Has obligation to assure that laws and regul- ations relating to expenditure of public funds are complied with b. GAO decisions on bid/proposal protests are re- garded 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 pro- curement official 3. Prescribed protest procedures (protest stops everything) GAO Regulations (Title 4, Chapter lf Part 20 of the Code of Federal Regulations) 4. GAO Protest Statistics (see Reference Materials) -96- ------- TOPIC VII. PERFORMANCE ARENA POSTULATES, ORIENTATION CONFERENCES AND PROGRESSING SYSTEMS AND SURVEILLANCE POST-AWARD TECHNICAL AND CONTRACT ADMINISTRATION [EPA Guide for Contract Project Officers, 1971, Part IV: 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 contrac- tor'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, esti- mated cost, and written recommendation to the Con- tracting Officer for action. C. Contract Modifications a change is in-scope or out-of-scope, only the Contracting Officer is authorized to modify the contract. .f Contract Performance This is where it's at. Noncompliance of the performer should be noted for appropriate Contracting Officer/ Project Officer coordination and action. Contractor Communications Keep it straight and keep a record. A \J i <&v\r % / -97- ------- F. Trips to Contractor's Site Make trip reports that honestly reflect conditions of performance and ongoing contractor operations. G. Progress Payments/Vouchers Relate payment to performance achievements; relate contractor billings to work accomplished. H. Progress Reports Tell it like it isgood 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 con- tractual 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 appro- priated (or in advance of those to be appropriated) is a violation of the law (AntiDeficiency Act) for which consequences are prescribed. II. POST-AWARD ORIENTATION CONFERENCES A. Initial Action and Establishment 1. Determination after contract award that the per- former and EPA need to convene to discuss scope of work, technical requirements, and/or other in- formation that will impact work or tasks to be done 2. Should be established and chaired by the cogni- zant Contracting Officer, or by an authorized representative -98- ------- 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 perfor- mance; reporting requirements; billing and pay- ment procedures; and possible performance problem areas 2. Participants: EPA project and contract manage- ment personnel, contract performer representa- tives, and others as appropriate C. Conference Procedure 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 perfor- mance 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 -99- ------- 2. Discrete package reporting of cost, schedule, and performance 3. Tailored systems that provide exactly (not more than) what is needed 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. Overmanagement as a possible performance depressant D. Potential Problem Areas 1. Change control 2. Planned and actual versus reported levels of achievement 3. Timely monitoring for effective surveillance 4. Progress report validation and verification IV. TECHNICAL ADMINISTRATION AND TECHNICAL DIRECTION: UNDERSTANDING THE DIFFERENCE A. Technical Administration 1. The performance of prescribed responsibilities or the execution of actions as set out by EPA is- suances 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 re- direct contractor (performer) effort during con- tract performance -100- ------- 2. Where a specified individual is named (usually after contract award) as the contract Project Officer 3. If appropriate, usually specified in the solici- tation document (RFP) as a special (or non- standard) 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 responsi- bility for technical direction are identified within individual contracts. Some activities prepare kits to assist project per- sonnel in the execution of technical direction during contract performance. But even with the best of intentions, unautho- rized (as well as seemingly authorized) technical direction may lead to unauthorized contract changes, and subsequent contrac- tor 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. -101- ------- TOPIC VIII. CONTRACT MODIFICATIONS, HANDLING CASES OF UNSATISFACTORY PERFORMANCE, AND CONTRACT COMPLETION AND CLOSEOUT POST-AWARD TECHNICAL AND CONTRACT ADMINISTRATION [EPA Guide for Contract Project Officers, November 1971, Part IV: The Contracting Officer is the only Government representa- tive authorized to make any type of contract changes outside of the Scope of Work. The designated Project Officer should al- ways 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 physi- cally 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. Administra- tively complete: all administrative actions accomplished, all releases executed, and final payment made.) Contract perfor- mance 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 -103- ------- Performance definition left to post-award interpretation Unrealistic requirements that result in an inability to perform them Unilateral change direction without regard for contractual authorization and coverage C. The Language of Contract Changes: Usage Basic Terms and Proper 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? -104- ------- 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 have fairly and reasonably agreed Is to be done or performed (i.e., the job, the task, or 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 specifications and the writing of the Statement of Work, adequate prepara- tion of solicitation documents encouraging knowledgeable responses from contractorsall these represent precontractual 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, coriections of standard forms to be used, and so forth. ------- LANGUAGE OF CONTRACT MODIFICATIONS Change Order "Change order" ia 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." 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." f M ° 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 of requiring a contractor to perform work not originally specified. But there are recognized limitations to application of this doctrine. Here suggestions, for instance, do not constitute constructive change orders. Work 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) (Some Essential Points) 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 Essential Points) MUST THE CONTRACTOR (PERFORMER) PROCEED WITH A CHANGE. AS ISSUED? MUST THE CONTRACTOR (PERFORMER) 1 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 -107- ------- II. HANDLING CASES OF UNSATISFACTORY PERFORMANCE A. Importance of Timely Action 1. Responsibility 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 -109- ------- 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 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. Considerations for Closing Completed or Terminated Contracts -110- ------- 1. Closing Review (Federal Register, Vol. 42, No. 244, December 20, 1977, EPPR 35-1.5002-1) 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) ------- 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: Hal "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?" (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?" -.113- ------- 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 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) -114- ------- 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 Circuit! I've told them. I've told my I'm telling you. The ballgame is definitely over with them!" it with boss. And Frank Rick: (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." -115- ------- Frank: "Who's Curtis Spicer?" Rick: Frank: Rick: Frank: Rick: Frank; Rick: Frank: Rick: "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.1 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." (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,1 and that my patience had diminished to zero." (SOUNDING MUCH MORE CONCERNED) that?" "What did he say to "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." "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. tell me, what are they doing wrong?" But (POISING HIMSELF AND FURROWING HIS BROW) "Friend, you haven't got enough time to listen to it all! -116- ------- 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!" Frankt (IN ALL INNOCENCE) "What do you think we ought to do about all this?" Rick; (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." Frank; "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?" "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?" "Yeah, something like that." "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?" -117- ------- If you were in Frank DeSepia's position, what would you do now? On what basis? Assuming Rick Jones' points are corroborable, 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) -118- ------- REFERENCE MATERIAL ------- TABLE OF CONTENTS Page EPA Procurement Statistics 1 EPA-Related Committees and Subcommittees Senate ............................. 3 EPA-Related Committees and Subcommittees House .............................. 5 Extracts from the Federal Register .................... 7 Subpart 15-1.3 General Policies ............. 7 15-1.313 Record of contract actions ...................... 7 15-1.350 Release of procurement information .................. 8 Subpart 15-1.6 Debarred, Suspended, and Ineligible Bidders ....... 9 Subpart 15-1.7 Small Business Concerns ...... 9 15-1.704 Agency program direction and operation ................ 9 15-1.704-1 Small business advisor ....... 9 15-1.704-2 Small business specialists ... 9 15-1.708-2 Applicability and procedure .. 10 15-1.709-50 Records and reports .......... 10 Subpart 15-1.23 Environmental Protection ..... 11 15-1.2302-3 Compliance responsibilities .. 11 15-1.2302-5 Withholding award ............ 11 Subpart 15-1.50 Closing Completed or Terminated Contracts ......... 11 Subpart 15-1.53 Code of Conduct .............. 13 Part 15-3 Procurement by Negotiations .. 15 Subpart 15-3.405-3 Cost Sharing Contract ........ 15 15-3.405-3-50 Basic guidelines ........... 15 ------- Page 15-3.405-3-51 Unsolicited proposals 16 15-3.405-3-52 Determination of amount of cost sharing 16 U.S. Environmental Protection Agency Pro- curement Information Notice, PIN 77-15, re: Source Evaluation and Selection Procedures ............ 19 U.S. Environmental Protection Agency Pro- curement Information Notice, PIN 78-3, re: Source Evaluation and Selection Procedures Supplementary Procedure for Procurement Actions Not in Excess of $100,000 61 U.S. Environmental Protection Agency Pro- curement Information Notice, PIN 78-12-10, re: Service Contracts 67 U.S. Environmental Protection Agency Pro- curement Information Notice, PIN 77-26, re: Procurement Plan A Procedure for Indentifying Significant Procurement Events 73 Extracts from the Federal Register 79 Part 20 Bid Protest Procedures 79 Comptroller General Decision, B-189172, Environmental Science and Engineering, Inc., December 15, 1977 83 Bid Protest Report 91 Unsolicited Proposals with Sample Letter, Chapter 4, Contracts Management Manual 95 CPR 41 1-3.802-1, Consideration of Late Proposals 99 ii ------- EPA PROCUREMENT STATISTICS Fiscal Year 1977 Office Number of Actions Dollar Value Washington 1155 $86,500,000 Cincinnati 556 42,600,000 Research Triangle Park 842 87,900,000 Region I 7 338,900 II 17 462,500 III 14 281,800 IV 23 782,700 V 34 1,798,500 VI 7 125,100 VII 5 126,500 VIII 16 527,300 IX 13 544,900 X 17 181,000 Competitive Awards 1658 $156,030,000 Non-Competitive 853 61,007,000 Participation by Small and Minority Business Small Business Awards 1,010 $64,586,000 Minority Business Awards 7,900,000 Comparative Size of Procurements FY '77 Average Dollar Size $85,006 Median $32,998 FY '76 +T Average Dollar Size 79,460 (Not available) FY *76 Median 25,000 ------- 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 15-1.3General Policies 1. Section 15-1.313 Is added as follows: § 15-1.313 Record of contract actions. (a) 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. (c) Authenticated or conformed cop- ies of contractual instruments and signed or official record copies of correspond- ence, memoranda, and other documents shall be used in compiling the official flies. Except to the extent that contract clauses or specifications are incorporated by reference, conformed copies shall be complete and accurate copies of the con- tractual instrument, including the date of execution and the names and titles of signatories. (d) Each contract file, shall include the following as appropriate for the type and dollar value of contract, actions in- volved, and functions assigned to the procurement activity except for small purchases (see FPR Subpart 1-3.6 and 815-1.313(e»: (1) Procurement planning data; (2) A copy of the Procurement Re- quest/Requisition, EPA Form 1900-8, in- cluding the certification of availability of funds; (3) Appropriate determination and findings as required by FPR Subpart 1- 3.3 to justify authority to negotiate, method of contracting, and advance pay- ments; (4) A signed justification for non- competitive procurement; (5) Required preaward clearances; (6) Any small business or labor sur- plus area set-aside determination or con- sideration given thereto (see FPR 1-1.706 and FPR 1-1.804); (7) Justification for use of "brand name or equal" purchase description (see FPR 1-1.307-5); (8) Synopsis of the proposed procure- ment or reference thereto; (9) List of sources solicited, justifica- tion for limiting sources, and a list of firms or persons whose requests for copies of the solicitation were denied to-" gether with the reasons for denial; (10) A copy of the solicitation, Includ- ing applicable drawings and specifica- tions or reference thereto; (11) Any amendments to the solici- tation; (12) One copy of each signed bid or proposal received, and a record of any late bids or proposals received (see FPR 1-2.303 and FPR 1-3.802-1); (13) The abstract of bids or record of proposals received, including "no bid" or "no proposal" correspondence; (14) The technical evaluation report; (15) Documentation for mistakes in bid and protests of award (see. FPR 1-2.406 and FPR 1-2.407-8); (16) Documentation for selection of the successful contractor, including: (i> Reasons for selection, including negotiation memorandum, (11)' Contracting officer's determina- tion of the contractor's responsibility (see FPR 1-1.1204), and a copy of each preaward survey performed (see FPR 1-1.1205-4) or reference to previous sur- veys relied upon, (ill) Any Small Business Administra- tion certificate of competency (see FPR 1-1.7P8), and - (iv) Justification of award to other than'low bidder. - (17) Evidence of compliance with equal employment opportunity policies (EPA Form 1900-35, Request for Equal Oppor- tunity Clearance of Contract Award), (18)- All cost and pricing data sub- mitted or used; Including Certificates of Current Cost or Pricing Data (see FPR 1-3.807-3 and FPR 1-3.807-4), and a copy of the Government price or cost estimate; (19) Price or cost analysis report; (20) Audit reports or reasons tor waiver; (21) Record of price negotiation (see FPR 1-3.811); (22) Justification for type of contract used (see FPR 1-3.403); (23) Exceptions or exemptions from the Buy American Act (see FPR Part 1-6); (24) Required approvals of award; (25) Notice of award; (26) Notice of Intention to Make a, Service Contract and Response to Notice (Standard Form 98) when the prospec- tive contract is subject to the Service Contract Act, and Notice of Award (Standard Form 99) when the contract is subject to either the Service Contract Act or the Walsh-Healey Public Con- tracts Act; (27) A signed or authenticated copy of the contract and all contract modifi- cations, together with signed or official record copies of documents supporting the modifications; (28) Synopsis of award or reference thereto (see FPR 1-1.1004); . (29) Notice to unsuccessful bidders (see FPR 1-2.408) or offerors (see FPR 1- 3.103 (b));". (30) Bid bond (Standard Form 24). performance bond (Standard Form 25) and payment bond (Standard Forms FEDERAL REGISTER, VOL. 42. NO. 244TUESDAY, DECEMBER 20, 1977 ------- RULES AND REGULATIONS 25A and 25B) or other bond documents, or & reference thereto, and notice to sureties, in case of construction con- tracts (see FPR Subpart 1-10.1 and 1- 10.2); (31) Post award conference record (see FPR 1-1.1803); (32) Approved subcontracts and sup- porting documentation (see FPR Sub- part 1-3.9); (33) inspection and acceptance docu- mentation (see FPR 1-14.101 and FPR 1-14.201); (34) Payment vouchers and invoices; (35) Release from liabilities, obliga- tions, and claims (see FPR 15-1.5002-1); (36) Records relating to Oovernment- fumlshed or contractor acquired prop- erty and disposition thereof: (37) Record of approvals or disap- provals of waivers or deviations from. contract requirements; (38) Royalty, invention, and copy- right reports or reference thereto (see Subpart 16-9); (39) The documentation concerning termination Is contained In J 15- 1.5002-4; v (40) References to other pertinent documents which are filed elsewhere be- cause they pertain to more than one contract or to the contractor generally; (41) Designation of contracting offi- cer representatives: (42) Records concerning disputes and litigation; and (43) Other pertinent correspondence, messages, memoranda' including docu- ments supporting advance or progress payments. (e) Where small purchase procedures are used In accordance with FPR Sub- part 1-3.6. the file shall include the fol- lowing documentation: (1) Purchase request and purchase or- ders; (2) Record of oral sollcitatlon(s) (EPA Form 1900-13) or copy of written sollcitation(s); (3) Record of oral quotation (s) (EPA Form 1900-.13) or copy of written quo- tation (s) ; (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 ah 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. § 15-1.318-1 [Amended] 2. Section 15-1.318-1 is amended by making the following changes: 1. In paragraph (a)(l) 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 (eHl). 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: § 15-1.350 Release of procurement in-. formation. ' The Freedom of Information Act, 5 U.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-Conndentiality 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: B 15-1.351 [Reserved] § 15-1.352 [Reserved] § 15-1.353 [Reserved] FEDERAL REGISTER, VOL 42, NO. 244TUESDAY, DECEMBER 20. 1977 ------- RULES AND REGULATIONS Subpart 15-1.6Debarred. Suspended, and Ineligible Bidders § 15-1.603 [Amended] 1. Section 15-1.603 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 8 15-1.605-3 and revised as follows: i 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 15-1.7Small Business Concerns 1. Section 15-704 is amended by add- ing new text as follows: § 151.704 Apency program direction and operation. (a) The Environmental Protection Agency (EPA) shall, in furtherance of the declared policy of the Congress, and as restated in the FPR, 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. (b) 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: § 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 (SBA), 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 specialists. (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. (2) 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- FEDERAL REGISTER. VOL. 42, NO. 244TUESDAY, DECEMBER 20, 1977 ------- 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- . sponslbilltles. 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 9 15-1.709-50); (11) Make available to SB A copies of solicitations when so requested; (12) 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. § 15-1.706-50-2 [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: g 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 l-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. (b) The Financial Management Divi- sion will submit to the Agency Small Business Advisor a copy of the Small Purchase Activity Report that shows by each EPA purchasing activity the follow- ing information cumulative monthly for small purchases ($10,000 and under): (1) Total actions and dollar value of awards. (2) Total actions and dollar value of awards to all businesses. FEDERAL REGISTER, VOL. 42. NO. 244TUESDAY, DECEMBER 20, 1*77 10 ------- 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 15-1.23Environmental 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. . § 15-1.2302-5 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 file to establish the start of the 15 working day delay period. Part 15-1 is amended by adding a new Subpart 15-1.50 as follows: Subpart 15-1.50Closing Completed or Terminated Contracts fi 15-1.5000 Scope of subpart. This subpart establishes procedures governing the closing of contract files when all contract performance is com- pleted or the contract is terminated. §15-1.5001 DefinitionCompleted 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. g 15-1.5002 Procedures. § 15-1.5002-1 Closing 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 file 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- tion^ 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 file con- tains, or that all actions necessary to complete the file 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 FEDERAL REGISTER, VOL. 42. NO. 144TUESDAY, DECEMBER 70. 1977 11 ------- RULES AND REGULATIONS be reconciled before the contract file is closed; (2) Contract files shall not be closed or final 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 { 15-1.5002-3) and final audit report or closing statement obtained from the Cost Review and Policy Branch. Contracts Management Division; (111) 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) final release of claims is received from the contractor; and (vii) 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 file can be closed, unless the prime contractor releases the Gov- ernment from any obligation relating to the subcontractor claims; (4) Before a contract file 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 redetermlnation. 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; S) 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 b6 accounted for and appropriate disposal action taken upon physical com- pletion of the contract. The contract file 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 file prior to closing: (1) Systems approvals, i.e., accounting, estimating, purchasing, property management, quality assur- ance, and maintenance; (it) advance understanding on particular items of cost identified in FPR 1-15.107; i.e.. IR&D, 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 file. Also the file 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 file and a statement that all delegated actions were completed satisfactorily. § 15-15.5002-2 Contract closing memo- randum. 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 S 15-1.313 and S 15-1.5002-1). The 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 final payment is made under a cost-reimbursement type contract, the contracting officer must verify the allow- abllity. allocabllity, 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 final audit certification. Simi- lar verification of actual costs must be made for fixed-price contracts when cost incentive or price redetermlnation 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 1-8.207. § 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 file. After final settle- ment and payment or collection of all FEDERAl REGISTER. VOl. 42. NO. 244TUESDAY. DECEMBER 20. 1977 12 ------- RULES 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 15-1.53Code of Conduct § 15-1.5300 [Amended] Section 15-1.5300 is amended by mak- ing the following change: In paragraph (a)(l)(v). change the citation 18 U.S.C. 200 to 18 U.S.C. 209. [PB Doc.77-36268 Filed 12-19-77:8:45 am] FEDERAl REGISTER. VOl. 41. NO. >44TUESDAY, DECEMBER SO. 1977 13 ------- RULES AND REGULATIONS TMa 41Public Contract* and Property Management CHAPTER ISENVIRONMENTAL PROTECTION AGENCY tPRL 810-51 PART 15-3PROCUREMENT BY NEGOTIATIONS Coil Sharing In Contract! for Research 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 DevelopmentIndependent 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'1978. money for the EPA was appropriated under the provisions of the AgricultureEnvi- 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(0. 63 Slat. 390: 40 U.S.C. 486(c>.) 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 15-3.4Types of Contract* Section 15-3.405-3 is revised to add §§ 15-3.40S-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 costs'. 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. § 15-3.405-3-50 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 offl-1 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; FEDERAL REGISTER. VOL 43, NO. 8-THURSDAY, JANUARY 12, 1978 15 ------- RULES AND REGULATIONS ' (2) The research effort has only minor relevance to the non-Federal ac- tivities of the performing organization, and the 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. S 16-3.405-3-51 Unsolicited proposals. 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 cost 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 I 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 acquiies such rights. (d) Where cost sharing is required by statute, cost participation of less than 1 percent may be appropriate if consistent with the provisions of the statute and the circumstances set forth in § 15-3.405-3-50(b) are present. FEDERAl REGISTER, VOL 43, NO. 8-THURSDAY, JANUARY 12, 1978 16 ------- (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 1 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. tPR Doc. 78-860 Piled 1-11-78; 8:45 am] 17 ------- PIH 77-15 . ^ *t Date Feb. 7. 1977 U.S. Environmental Protection Hgency PROCUREITIENT INFORfTlflTION NOTICE Subject: 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 in 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. EPA HO FORM 1900-38 (1-761 . 19 ------- 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 . n 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 ORIGINATOR PM-214 i 20 ------- 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 11 21 ------- 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 (FPR) 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 1-3.805-1(a)(1) through (a)(5). However, in those cases where TN ORIGINATOR: 22 ------- technical evaluation of offers is a significant factor in the source selection process, the procedures are applicable. d. In those cases where the charter of a Federal Contract Research Center (FCRC) permits competition, these procedures apply. 3. DEVIATIONS AND EXCEPTIONS. 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 EFFR 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 himself with the 23 ------- 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 EFA 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 of Information. 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 DUTIES. a. Head of the Procuring Activity. As defined in FPR 1-1.206, "head of the procuring activity" means that official intermediate between 24 ------- Che 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; (5) 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. 25 ------- 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 (TEP) 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 26 ------- summary of findings, including strengths and weaknesses of each offer, and recommendations for the use of the Chairman of the SEB 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 SEB. g. Project Officer. The EFA 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). i. 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 27 ------- 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 BEP. 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 Panel Report. The formal narrative report prepared by the TEP for submission to the SEB. This report is the basis for a major 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. 28 ------- m. Business Evaluation Panel Report. (1) The formal narrative report prepared by the BEP 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 29 ------- 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 FFR 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. 30 ------- 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 BEF 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 BEF and their functional duties with respect to procurement actions of the dollar values indicated. a. In Excess of $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 TEF and BEF. (Such other specialists may be appointed by the SEB Chairman as deemed appropriate for the particular procurement action) (see 5c); (4) TEF Chairman - Project Officer (see 5d); and (5) BEP Chairman - Contracting Officer (see 5e). b. In Excess of $1.000.000 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 BEF. (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); 31 ------- (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. PROCUREMENT REQUEST AND SOLICITATION PREPARATION. a. Procurement Request. Chapter 1, Procurement Request/Requisition and Rationale Document, Contracts Management Manual prescribes policies 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. Presolicitation. (1) The effectiveness of the source selection process depends to a large extent on the content and quality of the solicitation document. 32 ------- 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 SEE 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. 33 ------- 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 BEP 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-determlned 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 5SO. 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-180245, May 9, 1974 and B-184A46, 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 A to 1. 34 ------- 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. 35 ------- b. After Issuance of the Solicitation. It nay 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. 36 ------- 10. RECEIPT AND DISTRIBUTION OF OFFERS. The integrity 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: a. 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 37 ------- 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 action1 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 modifications thereto 38 ------- 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 Review. 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 or methodology that has previously been found to be unworkable, or the offer is contingent upon conditions which EPA cannot meet without violating 39 ------- 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. SCORING PLAN # V Value Descriptive Statement C: 0 Not addressed in the offer. 1 Addressed, but totally deficient. '2a Deficient, but appears to be capable of improvements to adequate or better with- out adopting a new approach. ,2b Appears to be deficient; however, final scores will be determined subsequent to answers to written questions and/or oral questions. |to cj*-*-*"^ 3 Adequate; overall it meets the specifica- tions. [4 Good; has some superior features. 5 Generally superior in most features. T The relationship of the scoring plan to written or oral discussions and to subsequent negotiations is as follows: 40 ------- (1) Value of "0," "1," or "Za" - 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 subelements are not precluded. c. Scoring System. The SEB, 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. The scoring system shall consist of the scoring plan (see paragraph 11.b) and numerical weights assigned to each element and subelement of the evaluation criteria. The numerical weights assigned must coincide with the relative importance of each evaluation criterion 41 ------- 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 without change throughout the entire evaluation. On rare occasions it may 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.' 42 ------- TECHNICAL EVALUATION SCORING SYSTEM Numerical Evaluation Criteria Weight 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 Scoring Plan 3 2b 5 4 2a 3 5 0 3 Individual Scores 128 24 16 40 32 16 55 15 25 0 15 62 a. Technical experience of principal project staff related to the project performance 35 4 28 b. Educational qualifications related to the project performance 35 4 28 c. Qualifications of consultants 30 1 6 Total Score 245 43 ------- 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 offeror 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; 44 ------- (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. 45 ------- 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 BEF, 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 of; (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; 46 ------- (3) Violation of statutes or regulations resulting in place- ment on a debarred, suspended, or ineligible listing (see FFR 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. DETERMINATION 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 seem to indicate that an offer should be considered 47 ------- within the competitive range, upon consideration of the price offered, it may 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. 48 ------- 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 Cost/Price 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 6 Co. 125 92,000 (1) 6 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 49 ------- circumstances incident to the much higher price, A Co., may also be included. 14. WRITTEN OR ORAL DISCUSSIONS a. Background. Public Lav 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 50 ------- (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. I/'m'ttations. 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 offeror 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 51 ------- 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 1-3.805-1(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. 52 ------- 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 ic ) 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. 53 ------- 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 subelements 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 EPA 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 OFFERORS. a. Unacceptable Offers. Written notice shall be given to those offerers whose offers have been found to be unacceptable as a result 54 ------- 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 1-3.103(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. Debrieflngs must be absolutely factual and in conformance 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). 55 ------- 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 we 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 56 ------- EXHIBIT B 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 RFP 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 57 ------- EXHIBIT C |- 8 J2J2? ' UNITED STATES ENVIRONMENTAL PRO" ACTION AGENCY \,t ^ 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 58 ------- 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 . Debriefing 59 ------- U.S. Environmental Protection Agency PftOCUREmENT INFOftfflRTION NOTICE 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. Dl8CU8alon: 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 (1-76) 61 ------- This supplementary procedure may be used on a trial basis through June 30, 1978. 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 62 ------- PROPOSAL TECHNICAL EVALUATION RFP NUMBER AND TITLE: OFFEROR: 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) %_ 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 he 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: % of Assigned Weight ) 2. Project Approach (Assigned Weight: Points) %. 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 63 ------- 60 3 80 4 100 5 3. Project Manag Z. Value 0 0 20 1 AO 2a 40 2b 60 3 80 4 100 5 B. OFFEROR 1. Experience %. Value 0 0 20 1 40 2a written questions and/or oral questions. Adequate; overall it meets the specifications. Good; has some superior features. Generally superior in most features. (Score: % pf Assigned Weight ) nt - Resources Allocation (Assigned Weight: Points) Descriptive Statement flot 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. AO 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. 64 ------- 60 3 Adequate; overall it meets the specifications. 80 4 Good; has some superior features. 100 5 Generally superior in most features. (Score: % of Assigned Weight ) 2. Personnel Background and Experience (Assigned Weight Points) %_ Value Descriptive Statement Not addressed in the offer. 0 20 40 40 0 1 2a 2b 60 80 100 3 4 5 3. Facilities I 0 20 40 Value n 1 ?a 40 60 80 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. Adequate; overall It meets the specifications. Good; has some superior features. Generally superior in most features. (Score: % of Assigned Weight ) (Assigned Weight Points) Descriptive Statement 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. 65 ------- 100 5 Generally superior in most features. (Score: 7 of Assigned Weight ) DEBRIEFING REMARKS: (Specific comments concerning the proposal as it relates to the technical evaluation criteria in the RFP) NOTE: Detailed data substantiating any score shall be made available by the evaluator upon request. 66 ------- U.S. Environmental Protection Agency PROCUREMENT INFORmflTION NOTICE No. 78-12-10 Subject: Service Contracts Reference: Memo from Director, Contracts Management Division, dated January 30, 1973, same subject. Purpose ft 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 EPA HO FORM 1900-38 11-76) 67 ------- 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 cpntractor to furnish the Government the time and effort of his personnel, rather than (or in addition to) an end product. A qontract 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 1^han contracts for personal services are contracts for nonpersonal services. Nonpersonal services may be obtained by contract, utilizing regular procurement procedures. The contracting officer shall, pripr to issuance of any invitation for bids, request for procurement, or award, determine in writing that the services to be 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 OFFICIAL FILE COPY 68 ------- 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 personal 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 69 ------- (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 Spates 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. 70 ------- 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. 71 ------- U.S. Environmental Protection flgenaj PROCUREmENT INFORmRTION NOTICE PIN 77-26 May 20. 1977 Subject: Procurement PlanA Procedure for Identifying Significant Procurement Events. Reference: pm 76-51, Optimum Procurement Leadtijne Purpose & Scope: This PIN establishes EPA policy and procedure regarding the use of a procurement plan. Conditions for use are described, procedures for coordination are set forth, and a fornat is provided. Discussion: The contract specialist responsible for a procurement action will prepare a procurement plan promptly after receipt of the Purchase Request. A procurement plan is required for all negotiated procurement actions involving new work, by contract or by contract modification, when the estimated cost including fee, if any, or price, is expected to exceed $100,000. After preparation of the procurement plan, the plan will be coordinated with the project officer for the purpose of obtaining program office concurrence with the projected contract award schedule. Procure- ment plans for procurement actions of $100,000 or less are optional. A procurement plan, for a procurement action expected to result in a contract of $5,000,000 or more, will require approval by the Director, CMD (PM-214). Hie procurement plan will accompany the FFP submitted to CMD (PM-214) for review and approval in accordance with Chapter 17, Contracts Management Manual. A procurement plan, for a procurement action expected to result in a contract exceeding $100,000 but less than $5,000,000 will require approval of the chief officer responsible for procurement at the contracting activity. Upon receipt of project officer concurrence and CMD management approval the contract specialist will maintain the plan so that actual occurrences of events are recorded in the manner described below, and made available for management review when required. EPA MC ^D^IW i»-:-?a t-?*1 73 ------- A sample format of a procurement plan is attached. The projected contract award schedule is the most significant and major part of the plan, and it is this portion of the plan that requires coordination between the contract specialist and the project officer. Information required by the last column of the format is self-explanatory; however, an explanation of the procedure for comDleting the "Milestone Event" schedule and the use of the "Note" entry may be helpful. The events listed in the left column represent significant events (Milestones) jLn the procurement process. PIN 76-51, Optimum Procurement Leadtime, established calendar days for completion of events. The leadtimes applicable to the type of procurement action i.e., competitive or sole source require- ment, and the dollar value, are to be entered immediately after the corresponding 'event. Events 1 and 3 are included because they are significant milestones. Events thru 9, and 10 are events which are part of the Source Evaluation and Selection Procedures, PIN 77-15, and are not listed as milestone events in PIN 76-51. However, note that the total time allocated for events 6 thru 10 should not exceed the optimum time for "Evaluation, technical and cost" set forth in PIN 76-51. The procedure for scheduling events by month in which the event is projected to occur, and for recording the month.in which the event actually occurs is as follows: 1. A symbol, i.e., a/\ will be entered for each event under the month in which the event is projected to occur. 2. Projected schedules will be based on the optimum procurement leadtime appropriate to the procurement situation. 3. At completion of an event the symbol will be filled in (A) and the date of the event entered under the month that the event was completed. If the event was completed in a month other than the month projected in the schedule, a filled in symbol and date will be entered under the month of actual completion of the event. The contract specialist will use, when appropriate, the ''Note'1-part of the format to relate anticipated significant problems which can be expected to affect the projected schedule; to set forth the reasons for any deviations from PIN 76-51 optimum tunes in the projected schedule; to explain material deviations in actual corrpletion of events versus orojected completion dates; and to record such other information as may be necessary to reflect problem areas encountered. Also, this section shall contain the rationale for the type of contract anticipated. 74 ------- The policies and procedures set forth herein are effective for all procurement actions received after June 1, 1977. This PIN is superseded upon publication as a chapter in the Contracts Management Manual. Action Officer: John H. Dairroeyer (PM-214), telephone 755-0900, if further information is desired. Enclosures 75 ------- I'lYxnfl'ii'Kiit ''Inn UILC'.TOIII.S 1 MOUTHS ft- Jieceive procurement 1 . package Receive approved ?.. nrocurcmnnt r^Kkciao byiii)[&ih m-jiicxi-- 3. if applicable 4. Issue RPP 5. Vtecoive of fears L Li 1.L 6. evaluation Determine coripetitive 7. rnnqo Conduct, inoinirsgful !5. discussions 9. receive revised offers 10. Rvalunte revised offers 11. Select source 12. Complete negotiations 13. Trcpare contract 14. Povia-7 contract 15. Award contract utJLuno»i Scnoclule 0 0 A 16 30 10 3 10 10 27 4 16 5 6 14 5/20 5/30 C/4 C/20 7/20 7/30 8/2 3/12 3/22 9/11 9/2: 10A iryu UVLC 1V2 JAII f CO tlAfl APR MAY 3977 5/20 A. 5/30 ^ / JUN & \ A JUL A / s AUC \ \ 4 A SCPT A A OCT "' A A A ^ NOV ^ DEC I'llOGIIAM Title: rolluti Dissolx Ill-'P NO. CI CXillars $5,000, MECOTIAT c.o. APPIK P.O. APPRC late of ject Off toprov-il Iypi5 01 contract Ccropotit or ran- f-r/nrv»t'.i t. Mote: SAMPLE ------- Pixx-urcpiunt i-nn .. ._ in- / . MUliTII-J- IX/cnt S """Receive procurenent .. pickage Receive appruved 2. prcxn.ircjr.icnt package Synopsis nailed - 3- if ciDolicobie 'I. Issue RPP 5. Receive offers 6. Complete initial evaluatior 7. Determine competitive range eondtictnicaiuriy Cul B. discussions 9. Receive revised of<:prs 10. rvaluate revised offers 31. Select source 12. Coroolete negotiations 13. Prepare contract 14. Revie\v contract ' 15. Avrard contract . i.. Oijtijnum chcdule JAII KL'U UAH Apa MAY JUII JUL AUO SCPT 'OCT IIOV DEC 'IIOUII. title Dollo: UltC C Projcc Office V^ro\ Tyjjc~c contrc SorDSt I3ote'. ------- PART 20BID PROTEST PROCEDURES See. 20.0 20.1 202 20.3 20.4 20.6 20.8 20.7 20.8 20.9 20.10 Definitions. Filing of protest. Time for filing. Notice of protest, submission of report and time for filing on report Withholding of award. Furnishing of information on pro- tests. Time for submission of additional In- formation. Conference. Time for decision by Comptroller General. Bequest for reconsideration. Effect of Judicial proceedings. AUTHORITY: Sec. 311. 42 Stat. 25. as amended (81 U.S.O. 62). Interpret or apply see. 806. 42 Stat. 24 (81 UJ3.C. 71); see. 304, 42 Stat. 24. as amended (31 T7JS.C. 74). SOOTCE: 40 FB 17979. Apr. 24. 1976, unless otherwise noted. § 20.0 Definitions. (a) All "days" referred to In tills part are deemed to be "working days" of the Federal Government. The term "file" or "submit" In all sections except { 20.2 and 5 20.9 (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 Filing 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 8 20.2 (d) 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 then1 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 in paragraph (b) of this section, unless the contracting agency Imposes a more stringent time 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)(l) 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. (2) In cases other than those covered in subparagraph (1). bid protests shall be filed 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 79 ------- fifth day, or by mallgram 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 mallgram 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. (40 PR 17979. Apr. 24. 1976. aa amended at 40 FR 60035. Dec. 31.1975; 41 FR 2073. Jan. 14. 1976| § 20.3 Notice of protest, submission of agency report and time 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. id 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. te) 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 Hied. 140 FR 17979. Apr. 34.1975. as amended at 40 FR 60035, Dee. 31, 1975; 41 FR 2073, Jan. 14. 1976] § 20.4 Withholding of award. When a protest has been filed before award the agency will not make aa 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 protests. 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 n»nrimi1TT1 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 80 ------- to obtain additional Information from the agency, the General Accounting Of- fice will request that such information be furnished as expedltlously as possible. [40 FR 60036. Dee. 31.1976] § 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 time 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) Request 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 In 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. 81 ------- THE COMPTROLLER GENERAL DECISION [(0T*0'AM OP THE UNITED STATES WASHINGTON. O.C. 8OB48 FILE: B-189172 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 offeror 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 award of a contract under Request for Pro- posals (RFP) No. WA-76-B533, issued by the Environmental Protection Agency (EPA). The subject RFP requested proposals for assisting various regional offices of EPA with the preparation of Environmental Impact Statements. Fifteen proposals for Region IV were received by EPA. A technical evaluation concluded that three offerers, not including ESE, had submitted acceptable techni- cal proposals. ESE was informed by letter that it was not within the competitive range. A debriefing was held at which time ESE was informed of the reasons why EPA had found its proposal to be unacceptable. Subsequently, ESE protested to 33 ------- 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 Region 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(b)(l) of Title 4 of the Code of Federal Regulations requires that protests based upon alleged improprieties in tlic solicitation which are apparent prior to the closing date for initial proposals shall be filed prior to that date. Here, ESE's protcsl was received after the closing date for initial proposals and thus is untimely regarding objections to the evaluation criteria. However, ESE also asserts that, even if the 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: "OTHER EVALUATION FACTORS. Frequently there arc 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 84 ------- 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 offcror 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 basis 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, December 15, ISV6. 76-2 01J1T305; 48 Comp. Gen. 3f4 (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 waste water 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 85 ------- 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 waste-water 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 Ihe 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 Us 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 86 ------- 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. ESE contends that, even if its proposal was deficient, EPA was required to request clarification from ESE 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 which 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. October 8, 1976, 76-2 CPD 3!J5; Comten- Comrcss, "B-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 87 ------- B-189172 evaluation criteria clearly indicated that the contractor's experience with planning and/or designing wastcwater 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 R.FP. ESE's listing of the experience of its personnel did not remedy the lack of information as to company experience, because the RFP specified that both company and personnel experience would be scored. Also ESE's proposal con- tained no discussion of ESE's proposed methodology for identifying objectives and constraints of wastcwater systems and subsystems, as listed in the RKP. We find to be reasonable EPA's determination that it had no duty to request clarifications from ESE because ESF.'s pro- posal could be upgraded to an acceptable level only through major revisions and additions related to a basic requirement of the HFP. See 52 Comp. Gen. 382, 386 (1972). We 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. Because ESE's propoual was found to be technically unacceptable, ESE 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 to 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{b)(4). ESE has 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. 88 ------- B-189172 Accordingly, the protest is denied. .,, Deputy Comptroller General of the United States 89 ------- BID PROTEST REPORT FISCAL YEAR - 1977 October AGENCY AGENCY ACTION AGRIC. AIR FORCE AID ARMY CSC COMMERCE D.C. GOVT. DCA DLA DSA EDA EPA ERDA FCC FTC GPO GSA HEW mm INTERIOR IRS 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. 1976 - September GAO DAYS 64 660 2716 16 3413 35 618 416 50 1471 212 14 365 172 26 26 178 2322 617 74 710 90 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. 1977 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 - 91 ------- AGENCY GAO OTHER TOTAL PROTESTS AGENCY JUSTICE LABOR MAR. CORP 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 23663 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 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 3 7 5 16 110 1 1 11 1 3 2 26 5 4 2 16 1 724 S 2 3 1 2 4 - _ - - 1 1 2 - - - 4 - 1 96 92 ------- BID PROTEST REPORT FISCAL YEAR - 1977 RESUME Protests Denied Protests Sustained Advertised Procurements Negotiated Procurements Protests Received and Decided Before Award Protests Received and Decided After Award Protests Received Before Award and Decided After Award Corrective Action Recommended Corrective Action Recommended Under P.L. 91-510 Reconsiderations Contract Cancellation/Termination Recommended - Untimely Submissions j GAO Without Jurisdiction Protests Where Decisions Rendered Withdrawals Before Decision Miscellaneous Total Protests Closed During FY 1977 Total Protests Received During FY 1977 Review of Awards Under Grants 723 97 469 351 350 358 104 115 35 84 15 108 68 820 435 258 151 1,664 1,607 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 April 12, 1977 B-186962. EPA Mav 6. 1977 B-187999. EPA May 4. 1977 B-184562, HEW 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 93 ------- 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 offerer 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 the1 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 ^f proposal control number, and (3) transmit the proposal to the appropriate program office for evaluation. TH 2 (9-24-74) O.RJG-HATORS PM 214 PAR 1 95 ------- MANUAL 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 USE 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. 7. NOHCOMPETITIVE 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 iiiust be justified as prescribed in Chapter 3 of this Manual, Noncom- petitive Procurement. 96 TN 2 9-24-74 ------- CHAPTER 4 PHSOLICITBD PROPOSALS COHTRACTS MANAGEMENT ^s\ iSEeV UNITED STATES ENVIRONMENTAL PROTECTION AGENCY WASHINGTON. D.C. 20460 Re: Proposal Mo. Title: Receipt Date: Dear This is to inform you that your unsolicited^p^posal, as referenced by the title above* was received on the date Indicated. The proposal, which now bears the identifying' BKvl^pniBeittal Protection Agency number as shown above! is being /warded >to hrappropriata office for evaluation as a grant or jgpat for technical, merit and relevance^. It should be a notice to initiate you will be contacted unfavorable, you understood the In tion must be unsolicited prior to its proposal is suff proposal, is not itment of funds or review be favorable, proceed further; if the rev&nr is effect. procurement regulations, competi- yUtnim extent possible. While an a favorable technical evaluation, be determined that the substance of the que to Justify acceptance as an original from another source, or does not closely resemble that of a pending competitive solicitation. {aDle Ve appreciate your interest in our program; if we can be of further assistance, please do not hesitate to contact us. Sincerely yours, Referral Officer Grants Administration Division .. .74 . Figure 4-4. Acknowledgement tet * ter 97 ------- 6 1-3.802-1 Consideration of late pro. poaals. (a) Except as provided In 9 1-3.802-2. 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 OF PROPOSALS (a) Any proposal received at tbe office designated In tbe solicitation after tbe 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 tbe fifth calendar day prior to tbe date specified for receipt of offers (e.g.. an offer submitted In response to a solicitation requiring receipt of offers by tbe 20th of tbe month must b'ave been mailed by tbe 15th or earlier): (2) It was sent by mall (or telegram If authorized) and It Is determined by tbe Government that tbe late receipt was due solely to mishandling by the Government after receipt at the Government installation; or (3) It Is the only proposal received. (b) Any modification of a proposal, ex- cept a modification resulting from the Con- tracting Officer's request for "best and final" offer. Is subject to the same conditions as in (a)(l) and (a) (2) of this provision. (c) A modification resulting from tbe Contracting Officer's request for "best and final" offer received after the time and date specified In the request will not be consid- ered unless received before award and tbe late receipt Is due solely to mishandling by the Government after receipt at the Govern- ment Installation. (d) The only acceptable evidence to establish: (1) The date of mailing of a late proposal or modification sent either by registered or certified mall Is the U.S. Postal Service postmark on the wraoper or on the original receipt from the UB. Postal Service. If neither postmark shows a legible date, the proposal or modification shall be deemed to have been mailed late. (The term "postmark" means a printed, stamped, or otherwise placed Im- pression that is readily identifiable without further action as having been supplied and affixed on the date of mailing by employees of the U.8. Postal Service.) (2) The time of receipt at the Govern- ment Installation Is the time-date stamp of such installation on the proposal wrapper or other documentary evidence of receipt main- tained by the installation. (e) Notwithstanding (a), (b). and (c). of this provision, a late modification of an otherwise successful proposal which makes Its terms more favorable to the Govern- ment will be considered at any time It Is re- ceived and may be accepted. (f) Proposals may be withdrawn.by writ- ten or telegraphic notice received at any time prior to award. Proposals may be with- drawn in person by an offerer or his author- ized representative, provided his Identity Is made known and he signs a receipt for the proposal prior to award. NOTE.The term "telegram" Includes mailgrams. (b) Proposals and modifications of proposals received in the office designated In the request for proposals after the exact time specified are late proposals and shall be considered for award only If the circumstances set forth in the provision in § 1-3.802-1 (a), above, are aonllcab'e. When a lite proposal or mod- ification of proposal Is received and It Is 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 fifth 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 g 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 (3) 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. (d) 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 § 1-3.805. [38 PR 26914, Sept. 27,1973] EFFECTIVE DATE NOTE: The Note In § 1- 3.802-1 (a) becomes effective Aug. 22. 1972. 99 ------- |