In our view, the protester's challenges to the adequacy of
the MEO, and to the IRO's certification of the MEO, have
been rendered academic by the agency's actions. The
decision of the Army's IRO to withdraw its certification
of the MEO means that the Army Audit Agency has determined
that additional changes to the MEO may be needed before
the MEO can be properly certified. Until the IRO concludes
that the MEO properly reflects the work required here,
including the work required by amendment 16 to the
solicitation, there is, in effect, no MEO to compare to
JCWS's offer to perform this work. For this reason, we
cannot grant the protester's request that we sustain this
protest and recommend award to JCWS. If and when the IRO
concludes that the MEO can be properly certified-- i.e. ,
if and when the IRO concludes that the MEO properly
provides for performance of the work solicited here--the
Army will be in a position to complete its cost comparison
study, and the protester again will be able to challenge
the outcome if it is not selected for award. In short, the
situation here is analogous to an agency decision, in the
context of a protest challenging the agency's evaluation
of proposals and selection decision, to reevaluate one of
the proposals and make a new selection decision. In such a
case, the protest is rendered academic by the agency's
action. See OEA, Inc. , B-226971, May 20, 1987, 87-1 CPD
paragraph 530 at 1-2. We do not consider academic protests
because to do so would serve no useful public policy
purpose. East West Research, Inc.--Recon. , B-233623.2,
Apr. 14, 1989, 89-1 CPD paragraph 379 at 2. (Johnson
Controls World Services, Inc., B-295529.2; B-295529.3,
June 27, 2005) (pdf)
In view of the foregoing, we sustain Career Quests
protest. As noted, we find that the agency unreasonably
evaluated the MEOs TPP based on a higher level of staffing
than was included in the calculation of the cost of
inhouse performance, and also may not have properly
considered the adequacy of the proposed level of staffing
for the MEOs quality control program. On the record before
us, we cannot determine the precise effect that these
flaws had on the evaluation, but since additional
staffing, if found to be required, could increase the MEOs
cost above the protesters, we find that the protester has
been prejudiced by the agencys errors. Accordingly, we
recommend that the agency obtain clarification of the MEOs
intended level of staffing. The agency should then
reevaluate the MEO to determine whether it includes
staffing adequate to meet the PWS requirements. Assuming
that the MEO as clarified or revised is found to satisfy
the PWS requirements, the agency should perform a new cost
comparison and award a contract to Career Quest if its
evaluated cost is lower than the MEOs. We further
recommend that Career Quest be reimbursed the costs
associated with its filing and pursuing its protest,
including reasonable attorneys fees. 4 C.F.R. 21.8(d)
(2004). (Career Quest, a
division of Syllan Careers, Inc., B-293435.2;
B-293435.3, August 2, 2004) (pdf)
As the agency points out, in reviewing bid protests
challenging an agency’s cost comparison, our Office has
previously considered revisions to an MEO that are made at
some point after the MEO and the private sector proposals
have been submitted. See, e.g., Symvionics, Inc.,
B‑281199.2, Mar. 4, 1999, 99‑1 CPD ¶ 48; BAE Sys.,
B‑287189, B-287189.2, May 14, 2001, 2001 CPD ¶ 86.
However, these cases address situations where the agency
made cost adjustments to the MEO during the course of
initially reviewing the MEO for compliance with the PWS,
or during the course of the administrative appeal. Such
adjustments are anticipated and authorized by the A-76
Revised Supplemental Handbook. Additionally, in performing
our Office’s bid protest function, we have considered
whether the addition of costs, improperly omitted from an
IHCE, would alter an agency’s cost comparison decision,
thereby providing a basis for our determination regarding
prejudice to the protester. Trajen, Inc., B- 284310,
B-284310.2, March 28, 2000, 2000 CPD ¶ 61. We have never
considered an agency’s post-protest MEO revisions which
contemplate addition of improperly omitted costs, along
with offsetting deletions of costs which the agency, in
the process of defending against the protest, for the
first time asserts are not required. Under the
circumstances presented here, we conclude that it would
not be appropriate to permit the agency’s post-appeal,
post protest modifications to the MEO’s performance
approach. Here, the Navy seeks to materially revise the
MEO, after the cost comparison with BAE has been
completed, in a manner that appears designed to maintain a
purported cost advantage that the record shows was based
on the MEO’s failure to cost all of the PWS requirements.
We view the integrity of the A-76 process as precluding
such material revisions to the proposed performance
approach at this stage of the process. This is
particularly true where, as here, the agency has declined
to comply with the PWS requirements--despite having been
presented, through the appeal process, with the precise
aspects of its proposed approach that it now acknowledges
are noncompliant. More specifically, the record shows that
the contracting officer, the MEO manager, the IRO, and the
AAA all failed to properly perform their required
functions. We view these combined, multiple failures as
damaging the integrity of the A-76 process, and allowing
revisions to the MEO now would only compound that damage.
Moreover, the failure of the various government officials
to properly perform their respective roles has unduly
prolonged the A-76 process, thereby improperly extending
the agency’s in‑house performance. In any event,
even if we were to consider the agency’s post-appeal,
post-protest rearrangement of the MEO staffing, the
revisions proposed by the agency in response to BAE’s
protest fail to provide a basis for denying the protest or
for retaining performance in-house. As discussed above,
when the costs associated with meeting all of the PWS
requirements are properly added to the IHCE, it is clear
that the expected cost of performance by BAE, even after
the conversion differential is applied, will be lower than
the expected cost of performance by the MEO. Accordingly,
we recommend that the agency award a contract to BAE under
the RFP. We also recommend that BAE be reimbursed the
reasonable costs of filing and pursing the protest,
including reasonable attorneys’ fees. Bid Protest
Regulations, 4 C.F.R. § 21.8(d)(1)(2003). BAE’s certified
claim for costs, detailing the time expended and costs
incurred, must be submitted to the agency within 60 days
of receiving this decision. (BAE
Systems Technical Services, Inc., B-293070, January
28, 2004) (pdf)
It is true
that the RSH requires that the in-house management plan
for an MEO explain and document the assumptions that an
agency relies upon in developing the MEO and in-house
cost estimate, including "[a]n overall comparison
of the current organization with the MEO and a review of
any special initiatives or assumptions, including
equipment or productivity changes." RSH, part I, ch.
3, sect. E.4. Rather than the detailed
position-by-position comparison the protester maintains
is required, however, the RSH thus provides that the MEO
is to include "an overall comparison" with the
current operation, and that the MEO is to "reflect
the scope of the PWS." Id. The RSH further provides
that the management plan "should identify the
organizational structures, staffing, and operating
procedures, equipment, transition and inspection plans
necessary to ensure that the in-house activity is
performed in an efficient and cost effective
manner." Id. sect. E.1. The RSH thus simply
requires that in forming the MEO, agencies determine
what positions will be needed to perform the work
reflected in the PWS. (Johnson
Controls World Services, Inc., B-288636; B-288636.2,
November 23, 2001)
In the first instance, the RSH requires that both the in-house offer and the private-sector proposals must
comply with the minimum PWS requirements. RSH, part II,
ch. 2, ¶ A.1.b. This determination must be made before there is any consideration as to whether the
successful private-sector proposal offers quality and performance exceeding the
PWS requirements, such that the in-house offer must be brought up to the
private-sector proposal’s level of performance and quality.
RSH, part I, ch. 3, ¶ H.3.d. It is the IRO’s responsibility prior to sealing the government’s in-house offer to
ensure that the in-house offer satisfies the minimum PWS requirements and that the
adjustments necessary to satisfy the PWS requirements are made. See
RSH, part I, ch. 3, ¶¶ H, I, J. Here, the record indicates that the IRO failed to properly carry out
its responsibility.
Secondly, the PWS was significantly revised after the in-house offer was certified by
the IRO and sealed. The IRO did not consider whether the in-house offer complied
with the revised PWS, although that was the basis on which BAE’s proposal was
prepared and evaluated. See, e.g., Tr. at 672, 678, 697-98. Because of the PWS
revisions, the TPP should have been opened prior to the receipt of private-sector
offers, examined against the revised requirements and adjusted, as required, and
certified anew as satisfying the revised PWS requirements. This was not done here.
Thirdly, the agency apparently believed that no revisions could be made to the
in-house offer once it was initially sealed, except to the extent necessary to bring it
up to the level of the private-sector offeror’s proposal. However, even after
completion of the private-sector competition, the agency must ensure the
compliance of the in-house offer with the PWS requirements (unless these
requirements are also waived for the private-sector offeror). Yet here, even though
they found the in-house offer was noncompliant with the PWS requirements, the
SSEB and SSA apparently believed that it was inappropriate for them to compare the
in-house offer to the PWS requirements to determine what was needed to make the
in-house offer compliant. See, e.g., Tr. at 39, 122, 161, 320-22. In our view, there
was no reasonable basis for this belief; once the SSEB or the SSA determined that
the in-house offer did not satisfy the PWS requirements, that deficiency needed to be
resolved before the agency could proceed to the public/private cost comparison.
Fourthly, the failure to focus on the in-house offer’s compliance with the PWS
requirements led to a further deficiency. In our view, the SSEB and SSA erred in
simply adopting the private-sector offeror’s proposed staffing levels to determine the
amount of staffing required by the in-house offer to comply with the PWS
requirements. Just as two competing private-sector offerors may reasonably
propose different levels of staffing, depending on each offeror’s technical approach
and proposed efficiencies, so, too, the in-house offer may be based on a level of
staffing different from that offered by the private-sector proposal. Neither the SSEB
nor the SSA should impose the private-sector proposal’s staffing level on the
in-house team.
Finally, the agency unreasonably failed to determine the in-house offer’s compliance
with the PWS key personnel experience requirements in the face of evidence
indicating noncompliance. (BAE
Systems, B-287189, B-287189.2, May 14, 2001)
|