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-
        tion—a debriefing session, if requested in
        writing

B.  The Interests of the Unsuccessful

    1.  Proposal preparation requires time and money.

    2.  Proposal shortcomings may reside in 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 is—good or otherwise.
      I.  Correspondence
          1.  Keep it as simple as possible and be certain to
              commit a copy to the contract file.
          2.  Remember that you are communicating within a 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 contractors—all
   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 15-1.3—General 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. 244—TUESDAY, 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. 244—TUESDAY, DECEMBER 20. 1977

-------
                                 RULES AND REGULATIONS
  Subpart  15-1.6—Debarred.  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 15-1.7—Small Business Concerns

    1.  Section 15-704 is amended by add-
  ing new text as follows:
  § 15—1.704  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. 244—TUESDAY, 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. 244—TUESDAY, 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 15-1.23—Environmental
               Protection

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

 § 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  15-1.50—Closing  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  Definition—Completed con-
     tract.
   A -completed contract is one that Is
 both physically   and  administratively
 complete and in which all aspects of con-
 tractual performance have been accom-
 plished or formally waived. A contract is
 physically complete only after  all prop-
 erty and services called for under the
 contract, including such  related items
 as reports, materials, data, and exhibits,
 have been  delivered to and accepted by
 the Government including property and
services for which no specific compensa-
tion may have been stipulated or a no-
tice of complete contract termination has
been given the contractor by the Govern-
ment.  A  contract  is  administratively
complete when all payments have been
made and all administrative actions ac-
complished. A contractor accorded lim-
ited administration  and having  a face
value of $10,000 or under is closed when
evidence  of  physical completion  is re-
ceived by the contracting officer.

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. 144—TUESDAY, 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. 244—TUESDAY. 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 15-1.53—Code 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. >44—TUESDAY, DECEMBER SO. 1977
                                          13

-------
                                RULES AND REGULATIONS
    TMa 41—Public Contract* and Property
              Management

 CHAPTER IS—ENVIRONMENTAL PROTECTION
                AGENCY
              tPRL 810-51

       PART 15-3—PROCUREMENT 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
 Development—Independent   Agencies
 Appropriations  Acts which do contain
 requirements for cost sharing  when
 contracts  result from proposals not
 specifically solicited by  the Govern-
 ment Cost sharing is a financial ar-
 rangement under which a contractor
 bears a portion of costs  of performing
 a contract. The Intended effect of this
 regulation Is to require cost sharing in
 an amount that will reflect the mu-
 tuality of interest  of the contractor
 and the Government.
 EFFECT DATE: January 12.1978.
 FOR  FURTHER  INFORMATION
 CONTACT:
   Frank Boyer, Contracts Policy and
   Review Branch (PM-214).  Environ-
   mental Protection Agency. Washing-
   ton. D.C. 20460, 202-755-0900.
 SUPPLEMENTARY INFORMATION:
 Prior to  fiscal  year'1978. money  for
 the EPA was appropriated under the
 provisions of  the  Agriculture—Envi-
 ronmental and Consumer Protection,
 Appropriation Acts. These  Acts did
 not  contain  requirements   for  cost
 sharing.
   It is the general policy of the EPA to
 Invite comments regarding the devel-
 opment of proposed  rules;   however.
 this action consists only  of a revision
 of an existing  regulation to bring it
 into  conformance  with  provisions of
 law and no useful  purpose  would be
 served by inviting comments.
 (Sec. 205(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 15-3.4—Types 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 Plan—A 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 20—BID 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

-------