HOME  |  CONTENTS  |  DISCUSSIONS  DISCUSSION ARCHIVES  |  BLOG  |  QUICK-KITs|  STATES

Loading

FAR 9.104-2:  Responsibility - Special Standards

Comptroller General - Key Excerpts

Areaka, which holds the required BOA, challenges the failure of the solicitation to include a requirement that an offeror demonstrate, as a precondition of award, that the offeror is authorized by the [Royal Jordanian Air Force] RJAF to sell JP8 fuel in Jordan. Protest at 14-15. Specifically, the protester asserts that the sale of JP8 fuel to U.S. and U.S.-friendly forces in Jordan requires authorization by the RJAF, and failure to have this authorization is contrary to Jordanian law and thus the terms of the solicitation. Id. at 14 citing Federal Acquisition Regulation (FAR) clause 52.212-4 (requiring contractor compliance with local law). Because the terms of the RFP require immediate contract performance, and obtaining the required RJAF authorization is a lengthy process, Areaka claims that only a contractor that has the authorization prior to award will be able to begin immediately. Id. at 14-15. Here, Areaka argues that the agency should view the RJAF authorization as a definitive responsibility criterion, and that the RFP’s failure to require offerors to obtain the RJAF authorization prior to award is arbitrary, capricious, and contrary to procurement law. Id. at 16.

A definitive responsibility criterion is a specific and objective standard, qualitative or quantitative, that is established by a contracting agency in a solicitation to measure an offeror’s ability to perform a contract. An agency may include definitive responsibility criteria in a solicitation so long as the criteria used reflect the agency’s legitimate needs. Software City, B-217542, Apr. 26, 1985, 85-1 CPD ¶ 475 at 2.

Here, the agency states that it did not include the requirement in its prior solicitation for JP8 fuel and that in the absence of prior problems with performance, the contracting officer acted reasonably in deciding not to include this term in its solicitation. AR at 8. The agency also explains that the solicitation requires the awardees to comply with local law, and, in any event, the protester has failed to identify the specific law that imposes the requirement for the RJAF authorization. Id. Finally, the agency argues that the protester’s attempt to seek more restrictive requirements is inconsistent with our Office’s role in reviewing bid protests. Id.

We find the agency’s decision not to include this restriction as a definitive responsibility criterion unobjectionable. Additionally, we agree that this aspect of the protest essentially is an allegation that the solicitation should be more restrictive of competition. The role of our Office in reviewing bid protests is to ensure that the statutory requirements for full and open competition are met, not to protect any interest a protester may have in more restrictive specifications. Supreme Foodservice GmbH, B-405400.1, B-405400.2, Oct. 31, 2011, 2011 CPD ¶ 244 at 14; Virginia Elec. & Power Co; Baltimore Gas & Elec. Co., B-285209, B‑285209.2, Aug. 2, 2000, 2000 CPD ¶ 134 at 7-8. This Office does not generally permit a protester to use a protest to advocate for more restrictive, rather than more open, competitions for government requirements. DNC Parks & Resort at Yosemite, Inc., B-410998, Apr. 14, 2015, 2015 CPD ¶ 127 at 13; Virginia Elec. & Power Co.; Balt. Gas & Elec. Co., supra, at 8 (noting that our Office “will not consider contentions that specifications or other terms and conditions should be made more restrictive”); Loral Fairchild Corp.--Recon., B‑242957.3, Dec. 9, 1991, 91-2 CPD ¶ 524 at 3 (noting that our Office “will not review a protest that an agency should have drafted additional, more restrictive specifications in order to meet the protester’s perception of the agency’s minimum needs”).

The protester cites several of our decisions that grant an agency discretion to include such requirements in a solicitation. Protest at 15-16 citing The Mary Kathleen Collins Trust, B-261019.2, Sept. 29, 1995, 96-1 CPD ¶ 164 at 3; Caswell Int’l Corp., B-278103, Dec. 29, 1997, 98-1 CPD ¶ 6 at 2; Indus. Maint. Servs., Inc., B-261671, Oct. 3, 1995, 95-2 CPD ¶ 157 at 2; Comments at 20‑21 citing Louis Berger Servs., Inc., B-410024, Oct. 10, 2014, 2014 CPD ¶ 303 at 3. However, discretion to include a requirement does not mean that an agency must include the requirement. See, e.g., New Mexico State Univ., B-409566, June 16, 2014, 2014 CPD ¶ 228 at 5 (denying protest challenging an agency’s decision to not require pricing for certain components); Honeywell Tech. Solutions, Inc., B-407159.4, May 3, 2012, 2013 CPD ¶ 110 at 3 (denying protest that the solicitation should have included more stringent minimum relevance levels under the past performance evaluation factor).  (Areaka Trading & Logistics Company B-413363: Oct 13, 2016)

SGG contends that USACE erroneously found the firm non-responsible. SGG maintains that it properly registered in the JCCS database but was given no reason for being found non-responsible. Protest at 3.

The agency states that the decision to eliminate SGG from the competition was in accordance with the terms of the solicitation. USACE explains that the contracting officer checked SGG’s registration in the [Joint Contingency Contracting System] JCCS database and found that the firm had been determined ineligible for base access, which mandated a non-responsibility determination. AR Legal Memorandum at 3. The agency states that a determination of installation access is a matter of inherent command authority and is not at the discretion of the contracting officer. Id. at 6.

In making a negative responsibility determination, a contracting officer is vested with a wide degree of discretion and, of necessity, must rely upon his or her business judgment in exercising that discretion. Torres Int’l, LLC, B-404940, May 31, 2011, 2011 CPD ¶ 114 at 4. Although the determination must be factually supported and made in good faith, the ultimate decision appropriately is left to the agency, since it must bear the effects of any difficulties experienced in obtaining the required performance. For these reasons, we generally will not question a negative determination of responsibility unless the protester can demonstrate bad faith on the part of the agency or a lack of any reasonable basis for the determination. Colonial Press Int’l, Inc., B-403632, Oct. 18, 2010, 2010 CPD ¶ 247 at 2. Our review is based on the information available to the contracting officer at the time the determination was made. Acquest Dev. LLC, B-287439, June 6, 2001, 2001 CPD ¶ 101 at 3.

We recognize that, under these circumstances, the contracting officer’s judgment is limited by a military command decision to deny SGG access to a military installation. It is well established that the commanding officer of a military base has wide discretion as to whom he can exclude from the base. Cafeteria & Restaurant Workers v. McElroy, 367 U.S. 886, 893, (1961). Moreover, as the Court of Federal Claims has stated, the requirements of due process vary given the circumstances and, in the environment of a war zone, when the required notice would necessarily disclose classified material and could compromise national security, normal due process requirements must give way to national security. Afghan Premier Logistics, B-409971, Sept. 26, 2014, 2014 CPD ¶ 293 at 3 citing NCL Logistics Co. v. United States, 109 Fed. Cl. 569, 620 (2013).

Here, in considering SGG’s protest, and the agency response thereto, our Office reviewed classified information supporting the agency’s non-responsibility determination. Based on our review, we find the agency’s decision reasonable.

The protest is denied.  (
Sohail Global Group B-413132: Aug 9, 2016.)


Bannum asserts that the agency improperly concluded that Dismas' proposal was eligible for award when Dismas' documentation that it had satisfied the solicitation's zoning requirement failed to include a subdivision plan for the awardee's proposed parcel. In this regard, Bannum asserts that Dismas was required to furnish, prior to award, notice of the approved subdivision of its proposed parcel in order to meet the solicitation proof of zoning requirement. Bannum concludes that since Dismas, even as late as the time of award, had not provided to the agency a subdivision approval, Dismas could not have satisfied the solicitation requirement that within 60 days of proposal submission the offeror provide the agency with proof of all zoning and local ordinance requirements necessary for the operation of a RRC. Protest at 2-3. BOP maintains that it reasonably considered the protester's proposal to be in conformance with the requirements of the solicitation, including the proof of zoning requirement. AR at 8.

Generally, evidence of compliance with zoning laws relates to the ability of the successful offeror to perform rather than to whether the offer is acceptable, and, therefore, is a matter of responsibility. See Western Alternative Corrections, Inc., B‑409315, B-409315.2, Mar. 10, 2014, 2014 CPD ¶ 94 at 6-7; Public Facility Consortium I, LLC; JDL Castle Corp., B-295911, B-295911.2, May, 4, 2005, 2005 CPD ¶ 170 at 1, 3. We have found zoning to be an aspect of an offeror's responsibility even where the solicitation expresses the requirement in terms of responsiveness or technical acceptability. Western Alternative Corrections, Inc., supra; TRS Design & Consulting Servs., B-218668, Aug. 14, 1985, 85-2 CPD ¶ 168 at 4. An agency's affirmative determination of a contractor's responsibility will not be reviewed by our Office absent a showing of possible fraud or bad faith on the part of procurement officials, or that definitive responsibility criteria in the solicitation may have been misapplied. 4 C.F.R. § 21.5(c); Public Facility Consortium I, LLC; JDL Castle Corp., supra, at 3. A definitive responsibility criterion is a specific and objective standard, qualitative or quantitative, that is established by a contracting agency in a solicitation to measure an offeror's ability to perform a contract. Federal Acquisition Regulation § 9.104-2; Firma Hermann Leis, B-295956, B-295956.2, May 19, 2005, 2005 CPD ¶ 102 at 3; The Mary Kathleen Collins Trust, B-261019.2, Sept. 29, 1995, 96-1 CPD ¶ 164 at 3.

As discussed above, the solicitation here provided that "offerors shall provide the Contracting Officer with valid proof of all zoning and local ordinance requirements necessary for the operation of a Residential Reentry Center (RRC)." RFP at 34; see RFP at 201. In addition, the solicitation stated that, under the site location factor of the technical/management area, the agency would "consider[] the validity of the offeror's . . . zoning approval." RFP at 37; see RFP at 201. Finally, the solicitation cautioned that an "offeror's failure to establish . . . proof [of zoning approval] may result in elimination from the competitive range prior to award." RFP at 201. We construe these provisions to collectively constitute a definitive responsibility criterion rather than a general standard of responsibility. See Western Alternative Corrections, Inc., supra, at 7; The Mary Kathleen Collins Trust, supra, at 2.

Where an allegation is made that a definitive responsibility criterion has not been satisfied, we will review the record to ascertain whether evidence of compliance has been submitted from which the contracting official reasonably could conclude that the criterion has been met; generally, a contracting agency has broad discretion in determining whether offerors meet definitive responsibility criteria since the agency must bear the burden of any difficulties experienced in obtaining the required performance. Western Alternative Corrections, Inc., supra, at 7; Firma Hermann Leis, supra. The relative quality of the evidence is a matter for the judgment of the contracting officer, as is the determination of the extent to which an investigation of such evidence may be required. Western Alternative Corrections, Inc., supra, at 7; Motorola, Inc., B-234773, July 12, 1989, 89-2 CPD ¶ 39 at 5.

Here, the agency's conclusion that Dismas met the solicitation's proof of zoning requirement was based on a letter from the City of Clarksburg's Code Enforcement Department stating that the City of Clarksburg's Codified Ordinances would permit an RRC in parcels zoned I-1, AR, Tab 9, Dismas Technical Proposal at 11, Letter from Clarksburg Code Enforcement Department to Dismas, Jan. 9, 2012; and an email from the City of Clarksburg city clerk with an attached copy of an ordinance approving the change in zoning for Dismas' proposed property from I-2 to I-1, AR, Tab 10, Dismas' 60‑day Zoning Submission, at 4. COS at 2. Further, the record does not establish that, as alleged by the protester, the rezoning of Dismas' proposed parcel to I-1 would not be effective until the parcel was subdivided. Further, nothing in the transmittal of the ordinance amending the zoning map to rezone Dismas' proposed parcel, nor in the ordinance itself, indicated that the amendment, and therefore the rezoning, was in any way contingent, including contingent on any subdivision of the parcel.

We conclude that the agency reasonably relied on the documentation and assurances from the City of Clarksburg provided by Dismas that its proposed parcel had been properly rezoned such that an RRC could be located on it. In this regard, the determination of the correct zoning for a site is a matter for the local zoning authorities, and any questions regarding zoning are an issue to be resolved between the offeror and the zoning authorities. A.C. Bulls and Sons, Inc., B‑239948, Oct. 12, 1990, 90-2 CPD ¶ 285 at 3. If Dismas does not comply with applicable local zoning laws, and, as a result of enforcement action by the cognizant authorities, Dismas chooses not to perform the contract or is enjoined from doing so, the contract may be properly terminated for default. Calian Tech. (US) Ltd., B‑284814, May 22, 2000, 2000 CPD ¶ 85 at 10-11. On this record, we see no basis on which to question the reasonableness of the agency's determination that Dismas' proposal was eligible for award.  (Bannum, Inc. B-407079.2, B-407079.3: Jul 14, 2015)  (pdf)


Bode refers to the FAA certification requirement in the solicitation’s SOW, quoted above, and asserts that “the solicitation required bidders to have certification for the contract aircraft at the time of the bid proposal.” Bode’s Comments on AR at 2. We disagree.

In the absence of a solicitation requirement that offerors provide proof of qualifications or certifications prior to award, such requirements contained in a solicitation’s SOW constitute performance provisions rather than preconditions for award. See, e.g., Ronsons SDVOSB P&L JV-1, B-410605, Jan. 6, 2015, 2015 CPD ¶ 1 at 5-6; Evergreen Fire & Sec., B-296510, Aug. 22, 2005, 2005 CPD ¶ 165 at 3; Central Air Service, Inc., B-242283, B-242283.4, June 26, 1991, 91-2 CPD ¶ 8 at 9; United HealthServ Inc., B-232640 et al., Jan. 18, 1989, 89-1 CPD ¶ 43 at 6-7. Whether an offeror complies with such qualification and certification requirements is a matter of contract administration, which we do not review as part of our bid protest function. See, e.g., 4 C.F.R. § 21.5(a); SIMMEC Training Solutions, B‑406819, Aug. 20, 2012, 2012 CPD ¶ 238 at 6.

Here, we reject Bode’s assertion that the terms of the solicitation required vendors to obtain the FAA certification prior to contract award. Specifically, the solicitation’s SOW provided that “Contractors” must hold the required certificate, and nothing in the solicitation’s instructions to vendors or its evaluation criteria provided that certification must be obtained prior to award. In this context, the fact that the SOW required the certificate to reflect the make, model, series, and registration number of the “aircraft offered” did not convert this performance requirement into a precondition for award. Since we reject Bode’s assertion that the solicitation required vendors to obtain the FAA certification prior to award, we also reject Bode’s assertion that award to Dynamic was improper.

The protest is denied.  (Bode Aviation, Inc. B-411265: Jun 26, 2015)  (pdf)


As a preliminary matter, DOL argues that Waterfront is not an interested party to challenge the award to 21st Century because the protester did not meet a mandatory solicitation requirement to have an interim secret facility clearance.

As relevant here, the RFP stated that offerors would be required to hold “at a minimum, an interim secret facility clearance prior to the RFP closing date.” RFP amend. 1, at 7. The RFP did not expressly state that offerors were required to provide documentation concerning this requirement in their proposals. However, in an email to the protester on August 28, 2009, after receipt of proposals, the agency asked Waterfront to address the following question: “Does your company hold at a minimum an ‘INTERIM SECRET FACILITY CLEARANCE’ prior to the RFP closing date as referenced in paragraph 1.10.2 of the subject SOW?” AR (B-401948.13), Email from DOL Contract Specialist to Waterfront, Aug. 28, 2009. The protester responded that it did not have an interim secret facility clearance. AR (B-401948.13), Email from Waterfront to DOL Contract Specialist, Aug. 28, 2009. Based on the foregoing, DOL has argued throughout the various protests that Waterfront’s proposal did not meet a mandatory solicitation requirement and therefore should not have been considered eligible for award. See, e.g., CO Statement (B-401948.13), Oct. 7, 2010, at 3 (“In reviewing the procurement process for this award [in response to Waterfront’s protests], the Solicitor’s Office disclosed that DOL inadvertently evaluated Protester’s proposal, notwithstanding its failure to comply with the facility clearance requirement.”); AR (B-401948.13) at 15-16.

Our Office has held that the ability to obtain a security clearance is generally a matter of responsibility, absent an express requirement in the solicitation to demonstrate the ability prior to award. Calian Tech. (US) Ltd., B-284814, May 22, 2000, 2000 CPD ¶ 85 at 10; Ktech Corp.; Physical Research, Inc., B-241808, B-241808.2, Mar. 1, 1991, 91-1 CPD ¶ 237 at 3. Under the Small Business Act, 15 U.S.C. § 637(b)(7) (2006), the SBA has conclusive authority to determine the responsibility of small business concerns. Thus, when a procuring agency finds that a small business is not eligible for award based on a nonresponsibility determination or a failure to satisfy definitive responsibility criteria, the agency is required to refer the matter to the SBA for a final determination under its certificate of competency (COC) procedures. Specialty Marine, Inc., B-292053, May 19, 2003, 2003 CPD ¶ 106 at 3.  (Waterfront Technologies, Inc.--Protest and Costs, B-401948.16; B-401948.18, June 24, 2011)  (pdf)


The agency and the protester agree that the requirement for all companies in a joint venture to submit valid prefecture licenses to provide security guard services constituted a definitive responsibility criterion. Responsibility is a term used to describe the offeror’s ability to meet its contract obligations. See FAR subpart 9.1. A contracting officer may not make an award to a contractor unless the contracting officer makes an affirmative determination of responsibility. FAR sect. 9.103(b). In most cases, responsibility is determined on the basis of general standards set forth in FAR sect. 9.104-1, and involves subjective business judgments that are within the broad discretion of the contracting activities. Bryan L. and F.B. Standley, B-186573, July 20, 1976, 76-2 CPD para. 60 at 5.

However, in some solicitations, as is the case here, an agency will include a special standard of responsibility, referred to by our Office as a definitive responsibility criterion. See FAR sect. 9.104-2. In effect, definitive responsibility criteria represent an agency’s judgment that an offeror’s ability to perform in accordance with the contract must be measured against specific requirements, compliance with which at least in part can be determined objectively. The Mary Kathleen Collins Trust, B-261019.2, Sept. 29, 1995, 96-1 CPD para. 164 at 3. An offeror must show compliance with definitive responsibility criteria as a precondition to award. Coastal Elecs., Inc., B-250718, Feb. 16, 1993, 93-1 CPD para. 144 at 6-7.

Pond asserts that the determination that it was not responsible was unreasonable since the agency knew or should have known, had it made any effort to gather more information, that each of the companies in Pond’s joint venture possessed the required prefecture licenses. Specifically, Pond acknowledges that the required licenses were not included in its proposal, but asserts that regardless of the terms of the RFP, evidence pertaining to a definitive responsibility criterion may be obtained at any time prior to the award, and that the contracting officer was required to solicit further information on Pond’s licensing before making a determination of responsibility. According to Pond, it was improper for the agency to base its nonresponsibility determination solely on a “mechanical review” of the documents in Pond’s proposal.

We agree with the protester that matters of responsibility are to be determined at the time of award, and that regardless of the terms of the RFP, information pertaining to the protester’s responsibility could have been submitted at any time prior to award. LORS Med. Corp., B-259829, B-259829.2, Apr. 25, 1995, 95-1 CPD para. 222 at 4. It is well-established that the terms of a solicitation cannot convert a matter of responsibility into one of proposal acceptability. See Mobility Sys. and Equip. Co., B-243332, Apr. 25, 1991, 91-1 CPD para. 412 at 3. However, we do not agree that the contracting officer was required to seek out additional information pertaining to Pond’s responsibility, and we conclude that the contracting officer properly determined that Pond failed to meet a definitive responsibility criterion based on a review of the submitted documents.

To the extent Pond argues that the agency was obligated to contact it upon discovering that the prefecture licenses were not included in its proposal, we disagree. An agency is not required to contact an offeror prior to making its determination; a contracting officer may base a negative determination of responsibility on evidence in the record, without affording offerors the opportunity to explain or otherwise defend against the evidence. Victor Graphics, Inc., B-249297, Oct. 19, 1992, 92-2 CPD para. 252 at 3-4. It is the duty of the bidder to supply all necessary documentation to establish its responsibility. Yellowhorse Indus., B-250282, Jan. 12, 1993, 93-1 CPD para. 35 at 4. More specifically, whether an offeror has complied with a definitive responsibility criterion relating to the submission of a specific license or certification is an objective determination that is made on the basis of the documents submitted to the contracting officer prior to the time of the award. See The Mary Kathleen Collins Trust, supra.

Here, in light of the RFP’s clear admonition that an offeror was to submit all required documents with its initial proposal, and the fact that Pond did not submit the required prefecture licenses with its proposal or at any other time prior to award, we see no basis to object to the agency’s determination that Pond failed to meet a definitive responsibility criterion contained in the RFP.  (Pond Security Group Italia, JV, B-400149.3, December 22, 2008) (pdf)


Boyle argues that Visionary could not demonstrate that it was capable of passing the MCEP audit prior to the award due to the fact that Interstate Ventures, on whose operating experience Visionary relied, had unacceptably high SEA scores, which meant that Visionary was not able to demonstrate its ability to pass an MCEP audit. Boyle also contends that Visionary, which has no operating experience of its own, could not rely upon Interstate Ventures’ experience to satisfy this responsibility requirement because Visionary’s final revised proposal indicated that Interstate Ventures would have no role in the performance of the contract services.  Because the determination that an offeror is capable of performing a contract is largely committed to the contracting officer’s discretion, GAO generally will not consider protests challenging affirmative determinations of responsibility except under limited, specified exceptions. Bid Protest Regulations, 4 C.F.R. sect. 21.5(c) (2007); Verestar Gov’t Servs. Group, B-291854, B-291854.2, Apr. 3, 2003, 2003 CPD para. 68 at 3-4. The exceptions are protests that allege that definitive responsibility criteria in the solicitation were not met and those that identify evidence raising serious concerns that, in reaching a particular responsibility determination, the contracting officer unreasonably failed to consider available relevant information or otherwise violated statute or regulation. 4 C.F.R. sect. 21.5(c). A definitive responsibility criterion is a specific and objective standard, qualitative or quantitative, that is established by a contracting agency in a solicitation to measure an offeror’s ability to perform a contract. Moreover, in order to be a definitive responsibility criterion, the solicitation provision must reasonably inform offerors that they must demonstrate compliance with the standard as a precondition to receiving the award. Public Facility Consortium I, LLC; JDL Castle Corp., B-295911, B-295911.2, May 4, 2005, 2005 CPD para. 170 at 3. Contrary to Boyle’s contentions, the requirement for an offeror to demonstrate in its proposal the capability to pass the MCEP audit by completing and submitting MCEP prescreening audit forms is not a definitive responsiblity criterion. This provision did not contain a specific and objective standard. Moreover, amendment 4 to the RFP specifically deleted the requirement that made passing the MCEP audit a precondition to the award, and recognized that passing the MCEP audit would take place after the award. Thus, this provision only concerns the agency’s determination of the general responsibility of the awardee, that is, its ability to perform the contract consistent with all legal requirements. Id.  (T. F. Boyle Transportation, Inc., B-310708; B-310708.2, January 29, 2008) (pdf)


As a general rule, the experience of a technically qualified subcontractor or third party--such as an affiliate or consultant--may be used to satisfy definitive responsibility criteria relating to experience for a prospective prime contractor. In considering whether the experience of a third party subcontractor or affiliate may be relied upon by a prime bidder to meet an experience criterion, we examine the record for evidence of a commitment by the third party to the bidder’s successful performance of the work. MEI, Inc., supra, at 3; Tutor-Saliba., Perini Corp., Buckley & Co., and O & G Indus., Inc., A Joint Venture, B-255756, Mar. 29, 1994, 94-1 CPD para. 223 at 5-6. Here, the agency contacted ECI Northeast and requested that it provide information establishing that ECI Northeast had completed three S/S projects as required by the IFB. AR, Tab 2, Agency E-mail to ECI Northeast. ECI Northeast responded by providing information regarding three projects completed by ECI, which the contracting officer “accept[ed] . . . as valid,” based upon his understanding that “ECI Northeast [is] a branch office of ECI.” AR, Tab 2, ECI Project Summaries; Contracting Officer’s Statement at 4. The contracting officer explains here that when first reviewing ECI Northeast’s bid, he “could not retrieve a CCR [central contractor registration] registration for ECI Northeast,” so he “called the phone number on the bid and was informed that ECI Northeast is just a branch of [ECI].” Contracting Officer’s Statement at 2. The agency, while recognizing that ECI is the “parent company” of ECI Northeast, also points out that the bid, which was submitted by ECI Northeast, provided the name and address of ECI in block 16, remittance address, of Standard Form 1442, the IFB cover sheet. AR at 9, 13. The information received by the agency does not, in our view, provide sufficient evidence of ECI’s pre-award commitment to ECI Northeast’s successful performance of the contract. Specifically, we do not understand, and the agency has not explained, why the mention by an ECI Northeast employee that ECI Northeast is a “branch office” of ECI establishes such a commitment. As indicated by the agency, ECI and ECI Northeast appear to be separate corporate entities, with ECI being the parent company. Nor has the agency explained why the fact that ECI’s address appears in the remittance box of the IFB cover sheet establishes such a commitment. There is simply no information in the record providing a commitment on ECI’s part to ECI Northeast’s successful performance of the contract, and thus, no way to establish that ECI Northeast, and by extension, the agency, would reap the benefit of ECI’s experience. Accordingly, under the circumstances here, the agency could not properly consider the experience of ECI in determining whether ECI Northeast met the solicitation’s definitive responsibility criteria, and we sustain this aspect of Charter’s protest. (Charter Environmental, Inc., B-297219, December 5, 2005) (pdf)


A definitive responsibility criterion is a specific and objective standard, qualitative or quantitative, that is established by a contracting agency in a solicitation to measure an offeror’s ability to perform a contract. In order to be a definitive responsibility criterion, the solicitation provision must reasonably inform offerors that they must demonstrate compliance with the standard as a precondition to receiving award. SDA, Inc.--Recon., B-249386.2, Aug. 26, 1992, 92-2 CPD para. 128 at 2-3. Here, the zoning provision cited by the protesters is not, in our view, sufficiently specific to establish a definitive responsibility criterion; rather, the provision essentially requires, in general terms, that each offeror comply with unspecified and unidentified “local zoning laws.” Further, the provision does not in any way reasonably inform offerors that the SFO imposes on offerors mandatory compliance with a specifically identified zoning law as a definitive precondition for award. SDA, Inc.--Recon., supra. Rather, as GSA and the intervenor argue, this zoning provision concerns the agency’s determination of the general responsibility of the awardee, that is, its ability to perform the contract consistent with all legal requirements. In this regard, it is clear that the SFO provision is not a matter of technical acceptability, since evidence of compliance with zoning laws was not a technical evaluation factor; compliance with the solicitation’s general requirement for zoning approval could be satisfied by the offeror as late as the time of performance. VA Venture; St. Anthony Med. Ctr., Inc., B-222622, B-222622.2, Sept. 12, 1986, 86-2 CPD para. 289 at 4-5. The real question, then, is whether GSA should have found Harwood to be nonresponsible. Because the determination that an offeror is capable of performing a contract is largely committed to the contracting officer’s discretion, GAO generally will not consider protests challenging affirmative determinations of responsibility except under limited, specified exceptions. Bid Protest Regulations, 4 C.F.R. sect. 21.5(c) (2005); Verestar Gov’t Servs. Group, B-291854, B-291854.2, Apr. 3, 2003, 2003 CPD para. 68 at 3-4. One specific exception is where a protest identifies “evidence raising serious concerns that, in reaching a particular responsibility determination, the contracting officer unreasonably failed to consider available relevant information or otherwise violated statute or regulation.” Id. This includes protests where, for example, the protest includes specific evidence that the contracting officer may have ignored information that, by its nature, would be expected to have a strong bearing on whether the awardee should be found responsible. Verestar Gov’t Servs. Group, supra, at 4; Universal Marine & Indus. Servs., Inc., B-292964, Dec. 23, 2003, 2004 CPD para. 7 at 2. While both protests were sufficient to satisfy the threshold requirement that a protest raise serious concerns that the contracting officer may have failed to consider relevant responsibility information suggesting that Harwood would not be able to obtain the necessary special exception, the fully developed record in this case shows that the protesters’ challenge is unfounded; the record shows that the contracting officer did consider the available information furnished in Harwood’s offer and reasonably determined Harwood’s capability to perform. In this regard, the record shows that the contracting officer was aware of, and specifically considered, the fact that, although Harwood’s offered site currently was zoned for light manufacturing permitting office space no greater than 20,000 square feet, local zoning laws permitted use of the site for the proposed SSA building with special exception. In this connection, Harwood’s proposal disclosed the zoning status of Harwood’s proposed site, and Harwood described the process it intended to follow to obtain the special exception from the City of Roanoke. The contracting officer reports that he considered the likelihood of Harwood obtaining the special exception approval in the context of Harwood’s representations of a probable rezoning by the City of Roanoke of its offered site from light manufacturing to industrial permitted use development, such that office buildings larger than 20,000 square feet would be permitted as of right. The contracting officer therefore concluded that Harwood had submitted acceptable evidence of its capability to perform. CO Statement of Facts at 2. (Public Facility Consortium I, LLC; JDL Castle Corporation, B-295911; B-295911.2, May 4, 2005) (pdf)


Where, as here, a protester asserts that a definitive responsibility criterion has not been satisfied, we will review the record to ascertain whether evidence of compliance has been submitted from which the contracting official reasonably could conclude that the criterion had been met; generally, a contracting agency has broad discretion in determining whether offerors meet definitive responsibility criteria. Carter Chevrolet Agency, Inc., B-270962, B-270962.2, May 1, 1996, 96-1 CPD para. 210 at 4. Further, literal compliance with definitive responsibility criteria is not required where there is evidence that an offeror has exhibited a level of achievement equivalent to the specified criteria. HAP Constr., Inc., B-278515, Feb. 9, 1998, 98-1 CPD para. 48 at 4; Western Roofing Serv., B-232666.3, Apr. 11, 1989, 89-1 CPD para. 368 at 4. We find no basis to question the agency’s position that experience managing or supervising the operation of the Cohen and Switzer buildings was qualifying experience. The Cohen and Switzer buildings, while having two separate street addresses, share many of the same basic operating systems. The agency reports, and the protester does not dispute, that many of the Cohen and Switzer buildings’ electrical, mechanical, and plumbing systems are unified operating systems with the equipment sized to operate the two buildings together. For example, the two buildings share a single, common chiller system for cooling the buildings. The two buildings are serviced by a single, common feed that supplies high pressure steam, and by a single, common electrical feed. (Indeed, the two buildings are billed by the steam and electrical providers as if they were one building.) The heating and air conditioning of the two buildings are controlled by a single, common energy management control system. Furthermore, contracted commercial facilities management services for the two buildings have always been obtained under one contract, and the buildings have always been serviced as one. Since the combined occupiable square footage of the two buildings is 971,425 square feet, and the two buildings function as one building in most important respects, we find that GSA has reasonably concluded that experience managing or supervising the operation of the two buildings could satisfy the IFB’s requirement for experience managing or supervising an 800,000 square foot building. (Vador Ventures, Inc., B-296394, B-296394.2, August 5, 2005) (pdf)


Definitive responsibility criteria are specific and objective standards, qualitative or quantitative that are established by a contracting agency in a solicitation to measure an offeror's ability to perform a contract. AT&T Corp., B-260447.4, Mar. 4, 1996, 96-1 CPD para. 200 at 5. In order to be a definitive responsibility criterion, the solicitation provision must reasonably inform offerors that they must demonstrate compliance with the standard as a precondition to receiving award. Id. Here, the provisions pointed to by the protester are not sufficiently specific to establish definitive responsibility criteria; rather the provisions essentially require in general terms that each offeror have the appropriate expertise, training and licenses in order to successfully perform the contract requirement. The cited provisions do not specify any particular experience level or specify any particular time, prior to award, by which an offeror must demonstrate the necessary experience or meet the licensing requirement. Accordingly, the cited provisions do not represent preconditions to award, but rather performance obligations, enforceable by the agency as a matter of contract administration. Compro Computer Servs., Inc., B-278651, Feb. 23, 1998, 98-1 CPD para. 58 at 4.  (AJT & Associates, Inc., B-284305; B-284305.2, March 27, 2000)

Comptroller General - Listing of Decisions

For the Government For the Protester
Areaka Trading & Logistics Company B-413363: Oct 13, 2016 Charter Environmental, Inc., B-297219, December 5, 2005 (pdf)
Sohail Global Group B-413132: Aug 9, 2016.  
Bannum, Inc. B-407079.2, B-407079.3: Jul 14, 2015  (pdf)  
Bode Aviation, Inc. B-411265: Jun 26, 2015  (pdf)  
Waterfront Technologies, Inc.--Protest and Costs, B-401948.16; B-401948.18, June 24, 2011  (pdf)  
Pond Security Group Italia, JV, B-400149.3, December 22, 2008 (pdf)  
T. F. Boyle Transportation, Inc., B-310708; B-310708.2, January 29, 2008 (pdf)  
Public Facility Consortium I, LLC; JDL Castle Corporation, B-295911; B-295911.2, May 4, 2005 (pdf)  
Vador Ventures, Inc., B-296394, B-296394.2, August 5, 2005 (pdf)  
AJT & Associates, Inc., B-284305; B-284305.2, March 27, 2000  
Buckeye Park Services Inc., B-282282, April 27, 1999  

U. S. Court of Federal Claims - Key Excerpts

The contractor responsibility section of the disputed IFB does not include any other responsibility standards, aside from those described above. However, plaintiff argues that provisions located in other sections of the IFB do contain definitive responsibility criteria that must be satisfied by the successful bidder prior to award. Specifically, part 1.6 in section 31 63 26.00 10 of the IFB provides the following with respect to contractor qualifications for drilled shaft experience:

1.6 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Drilled shafts shall be constructed only by a Contractor who has been regularly engaged in the performance of this type of specialized work. The Contractor shall have successfully completed large-diameter drilled shaft foundation projects, with an emphasis on those projects completed in-water, or demonstrate that the company has the key personnel from a former company in which these personnel successfully met the same requirements.

AR at 567.

Similarly, part 1.6 in section 31 63 26.00 20 of the IFB sets forth nearly identical language for the required contractor experience in casing installation for the mooring dolphin:

1.6 CONTRACTOR QUALIFICATIONS AND EXPERIENCE The Mooring Dolphin shall be constructed only by a Contractor who has been regularly engaged in the performance of this type of specialized work. The Contractor shall have successfully completed largediameter casing foundation projects, with an emphasis on those project[s] completed in-water, or demonstrate that the company has the key personnel from a former company in which these personnel successfully filled the same role and successfully met the same requirements. AR at 610.

Plaintiff argues that both of the sections noted above contain definitive responsibility criteria, and that the government was required to determine, before contract award, that TSS-Garco satisfied those requirements. The court further notes that AAC’s interpretation of those sections provides the foundation for each of its challenges to the government’s set-aside decision. Plaintiff argues that the Corps was required to determine, before offering the contract to the SBA, that at least two 8(a) firms met the experience requirements discussed above. Plaintiff also asserts that the agency was required to perform market research regarding the ability of 8(a) firms to meet those requirements, and that the agency was required to document the results of its research on that issue. Finally, plaintiff argues that the 8(a) firm may not rely on subcontractors, joint venturers, or post-award hires to meet those experience requirements. Rather, according to plaintiff, the 8(a) firm must meet those requirements itself. Plaintiff is incorrect on all counts.

First, as noted above, the IFB clearly sets forth the responsibility standards that apply in this case, and those standards do not include the experience requirements described above. Rather, the responsibility standards in the IFB closely track the general standards of responsibility set forth in the FAR. Compare AR at 150 with 48 C.F.R. § 9.104-1.

Second, the experience requirements referenced by plaintiff are contained in a section of the IFB addressing the post-award submittal process for the contractor. The IFB explains that the contractor must obtain government approval for the drilled shaft and casing installation experience described above in accordance with the submittal procedures of the IFB. See AR at 563, 607. Those procedures, in turn, require the contractor to prepare a schedule of its submittals within fifteen calendar days of receiving a notice to proceed with the project. Id. at 241; see also id. at 168 (requiring the contractor to commence work within ten days of receiving a notice to proceed).

Thus, the experience requirements described above cannot be viewed as responsibility requirements – either general or special – because they are not required to be satisfied by the contractor until after the contract is awarded. See 48 C.F.R. § 9.103(b) (2012) (“No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.”); Centech Grp. v. United States, 554 F.3d 1029, 1034 n.2 (Fed. Cir. 2009) (“Responsibility refers to an offeror’s apparent ability and capacity to perform all contract requirements and is determined, not at proposal opening, but at any time prior to award of the contract based on any information received by the agency up to that time.”); Advanced Tech. Sys., B-296493.6, 2006 CPD ¶ 151, 2006 WL 2975357, at *3 (Comp. Gen. Oct. 6, 2006) (“The concept of responsibility expressly applies to ‘prospective contractors’ – not ‘current’ or ‘existing’ contractors – a limitation that is repeated throughout the applicable statutes and regulations, and that indicates that the requirement for a responsibility determination applies before award of a contract.”) (citations omitted); Matter of Charter Environmental, Inc., B-297219, 2005 CPD ¶ 213, 2005 WL 3288200, at *2 (Comp. Gen. Dec. 5, 2005) (noting that definitive responsibility criteria “must be met as a precondition to award”).

Plaintiff also argues that responsibility standards are not required to be located in any particular section of the IFB, and that “the substance of the provision, not its label or location in the IFB, determines whether it is a definitive responsibility criterion.” Pl.’s Reply at 11. However, FAR 9.104-2 states that special standards of responsibility “shall be set forth in the solicitation (and so identified), and shall apply to all offerors.” 48 C.F.R. § 9.104-2(a) (emphasis added); see also News Printing Co. v. United States, 46 Fed. Cl. 740, 746 (2000) (“Two characteristics thus mark . . . definitive responsibility criteria. They must be specific and objective, and the bidders have to be warned of them.”). Because the experience requirements were not contained in the responsibility section of the IFB and were not otherwise specified as responsibility standards, the court may not treat them as responsibility standards.

An additional contention set forth by plaintiff is based largely on this court’s earlier decision in Chas. H. Tompkins Co. v. United States, 43 Fed. Cl. 716 (1999). AAC contends that a procuring agency may actually establish definitive responsibility criteria even if it had no intention of doing so. That argument is inapposite for two reasons. First, the government’s intent is not at issue in this case; rather, the court concludes, based on the language and structure of the IFB, that the contractor experience sections cited by plaintiff are not responsibility standards. Moreover, in Chas. H. Tompkins, there was no dispute over whether the provisions at issue were responsibility standards; rather, the disagreement between the parties turned on whether those responsibility standards were general or special. See id. at 717 (quoting language from the solicitation indicating that “[t]his information will be used by the Government to assist in its determination of responsibility in accordance with Subpart 9.1 of the FAR”), 720 (noting that the plaintiff in that case “view[ed] the disputed provision . . . as setting forth definitive responsibility criteria or special standards as described in FAR 9.104-2, while the government characterize[d] the same provision as setting forth general responsibility standards as described in FAR 9.104-1”). Here, the court holds that the experience requirements cited by plaintiff are not responsibility standards, either general or special, at all.  (Advanced American Construction, Inc. v. U. S., No. 12-694C, June 5, 2013)  (pdf)


For example, a requirement that a contractor produce documentation demonstrating three projects of similar scope to the IFB has been held to be a definitive responsibility criterion. See M & M Welding and Fabricators, Inc., B- 271750, 96-2 C.P.D. 37, 1996 WL 413250 at *3. The CO can only impose special standards, however, if they are "set forth in the solicitation (and so identified)." Two characteristics thus mark a definitive responsibility criteria. They must be specific and objective, and the bidders have to be warned of them.

This exercise in taxonomy matters. The presumption against special standards translates into a presumption of non-review of responsibility determinations. (News Printing Company, Inc., v. U.S., No. 00-262C, June 8, 2000  (.pdf))

U. S. Court of Federal Claims - Listing of Decisions
For the Government For the Protester
Advanced American Construction, Inc. v. U. S., No. 12-694C, June 5, 2013  (pdf) Chas. H. Tompkins Company, v. U.S., No. 99-122C, May 12, 1999
News Printing Company, Inc., v. U.S., No. 00-262C, June 8, 2000  (.pdf)  
Legal

Protests

Bona Fide Needs Rule
Public Laws
Legislation
Courts & Boards


Rules & Tools
Workforce
Reading

Small Business
 

   
 
 

ABOUT  l CONTACT