Forest City Military Communities, LLC
Highlights
Forest City Military Communities, LLC protests the award of a contract to GMH/Centex Military Communities (GMH) under request for qualifications (RFQ) No. W912DR-06-R-0006, issued by the U.S. Army Corps of Engineers for housing and community development at the U.S. Military Academy (USMA) in West Point, NY. The protester contends that the agency's evaluation of offerors' proposals was unreasonable.
B-299577, Forest City Military Communities, LLC, June 29, 2007
DOCUMENT FOR PUBLIC RELEASE
The decision issued on the date below was subject to a GAO Protective Order. This redacted version has been approved for public release.
Decision
Matter of:
Robert H. Koehler, Esq., and Jennifer S. Zucker, Esq., Patton Boggs LLP, for the protester.
E. Sanderson Hoe, Esq., and Jennifer M. Morrison, Esq., McKenna Long & Aldridge LLP, for GMH/Centex Military Communities, an intervenor.
Matthew R. Keiser, Esq., U.S. Army Corps of Engineers, for the agency.
Jonathan L. Kang, Esq., and Ralph O. White, Esq., Office of the General Counsel, GAO, participated in the preparation of the decision.
DIGEST
1. Protest challenging the agency's use of an arbitrary plug number in evaluating the awardee's proposed cost is denied where the protester's own calculation of the awardee's cost demonstrates that there was no likelihood of prejudice.
2. Protester's supplemental challenges to the agency's evaluation of its proposal are dismissed as untimely where the protester could have, but did not, raise the arguments in its initial protest based on information made available to the protester during its debriefing.
DECISION
Forest City Military Communities, LLC protests the award of a contract to GMH/Centex Military Communities (GMH) under request for qualifications (RFQ) No. W912DR-06-R-0006, issued by the U.S. Army Corps of Engineers for housing and community development at the U.S. Military Academy (USMA) in West Point, NY. The protester contends that the agency's evaluation of offerors' proposals was unreasonable.
We dismiss the protest as untimely in part, and deny the protest in part.
BACKGROUND
In 1996, Congress enacted legislation authorizing the Military Housing Privatization Initiative with the goal of improving Department of Defense military family housing more economically and more quickly than traditional military construction approaches. This initiative allows private sector financing, ownership, and operation and maintenance of military housing. National Defense Authorization Act for Fiscal Year 1996, Pub. L. No. 104-06, sect. 2801 et seq., 110 Stat. 186 et seq., codified at 10 U.S.C. sections 2871-2885 (2000). The Army's program under this initiative is the Residential Communities Initiative (RCI).
Under the RCI, the Army selects a contractor to build, renovate, manage, and maintain family housing communities at Army installations. The contractor will be responsible for owning, developing, redeveloping, managing and marketing housing units at a particular installation so that military personnel and their families will choose to become residents. The RCI uses a 2-phase approach for privatizing housing that the Army has employed in 27 projects to date. Agency Report (AR) at 2. In phase 1, project planning, the Army conducts a competition to identify a qualified contractor to develop a community development and management plan (CDMP) for family housing and community facilities at an installation. In phase 2, project implementation, the Army authorizes the contractor to implement the CDMP, subject to several approval authorities, as follows:
During Phase 2, the developer will implement the CDMP, provided the installation, Headquarters, Department of the Army (HQDA), Office of the Secretary of Defense (OSD), Office of Management and Budget (OMB), and the Congress approve the plan, and approval is given to consummate the CDMP and begin the transition / transfer of assets and operations.
RFQ at 7.
The RFQ here sought proposals for the improvement of Army family housing at three installations: (1)
The RFQ divided the competition into two steps to award the phase 1 (project planning) contract. In step 1 of the competition, offerors were required to demonstrate minimum experience and qualification requirements. Offerors meeting these requirements were eligible to compete in step 2 of the competition, in which offerors submitted written proposals and participated in oral presentations. The offeror selected for award in step 2 would be awarded a contract for $350,000 to prepare the CDMP in collaboration with the Army. After completion of CDMP, the awardee then implements its plan, subject to the approvals described above. This protest addresses the step 2 evaluation for the USMA portion of this work.
The evaluation factors for the step 2 portion of this competition were, in descending order of importance: project finance, preliminary project concept statement, organization capabilities (including past performance), small business utilization plan, and risk. RFQ at 36. The agency explains that, because the successful offeror would be awarded a lump sum contract of $350,000 to perform the project planning portion of the work, offerors' cost or price was not separately evaluated, apart from the offeror's approach to financing the project. AR at 9 n.1. The RFQ stated that the agency would make award to the offeror whose proposal represented the best value to the government. RFQ at 19.
A source selection evaluation board (SSEB) reviewed offerors' proposals and oral presentations. The SSEB provided its report on its evaluations to a source selection advisory council (SSAC), which reviewed the SSEB reports and prepared its own report to the source selection authority (SSA). The agency's evaluation of offerors' proposals addressed three areas that are relevant to the protest, and are discussed below.
First, the agency evaluated offerors' approaches to managing family housing. The solicitation anticipates that the Army will convey 628 family housing units and lease the land on which they sit to a private contractor.[1] In return, the contractor will provide for the new construction/renovation, operation, management and maintenance of the existing family housing inventory. This conveyance will be for a fifty-year period with a twenty-five year renewal clause. RFQ app. B, at B-7. Offerors' proposed CDMPs must specify the number, type, and size . . . of housing units that are to be renovated, rehabilitated, or newly constructed. RFQ at 10. Offerors were also required to state when during the 50-year period of the contract the new construction and renovation of housing units will occur.
The agency evaluated
Second, the agency evaluated offerors' vertical cost, i.e., the cost of new construction, exclusive of the costs of land and infrastructure. Vertical cost is a figure expressed as dollars per square foot of new construction. The agency contracted with Jones Lang LaSalle (JLL), a consultant, to prepare a benchmark assessment for the USMA housing project and to assist in the evaluation of offerors' proposals. AR at 10. The JLL benchmark was based on an industry construction cost guide, known as RS Means, recent construction data at the USMA, and information from contractors and construction experts in the
The agency calculated
Offeror's Vertical Cost per Square Foot appears low. Value would have been added if the offeror more clearly demonstrated through specific examples their ability to achieve this price in a manner that would maintain the architectural integrity ofWest Point .
AR, exh. 9, SSAC evaluation of
The SSD reiterated the SSAC's concerns, stating that [u]nfortunately, [
In its evaluation of GMH's proposal, the agency concluded that it could not determine the proposed square footage per unit of new construction. The agency's benchmark analysis states that since the evaluators were unable to locate square footage data for GMH's proposal, they instead used a plug number of 1,850 sq. ft. per unit--the figure used by the agency for its benchmark estimate. AR, exh. 10, Agency Benchmark Analysis, at 5. Using this plug number in its evaluation of GMH's proposal, the agency calculated that GMH's vertical cost was $[deleted]/sq. ft.
Third, the agency evaluated offerors' guarantees of the scope and price of their proposals. The RFQ originally stated that the agency would review proposals under the project finance evaluation factor as follows: Does the offeror demonstrate an understanding of the opportunities for and limitations on the revenue and expense associated with the project? Does the financial plan support the long-term maintenance of the project? RFQ at 43. This provision was subsequently amended, adding an additional question to be evaluated by the agency: To what degree is the offeror guaranteeing scope and price? RFQ amend. 7, at 1.
The SSAC concluded that for
Based on its evaluations, the agency rated the offerors' proposals as follows[3]:
| GMH | |
Project Finance | E- | E |
Concept Statement | E- | E |
Organization | E | E |
Small Business | E | E+ |
Overall Rating | E- | E |
Risk | Low | Low |
AR at 9-10.
The SSA explained that he relied upon the evaluation of the SSAC and adopted its findings in making his decision as follows:
Because of the size and complexity of this requirement, I [used] a Source Selection Advisory Council (SSAC) made up of high level agency officials and non-government advisors. The SSAC, examined the report prepared by the SSEB as well as each submission, performed a trade-off analysis between offerors using its expertise and prepared its findings in a report to me dated March 1, 2007. I find the analysis and conclusions within that report to be persuasive, to be supported by the facts and to be in harmony with the selection factors in the solicitation. I therefore adopt them in support of my decision.
AR, exh. 6, SSD, at 3.
The SSA concluded that GMH's proposal presented a cost structure that most closely represented the Army's benchmark and offered a Guaranteed Maximum Price which provided great confidence in the viability of the proposal. AR, exh. 6, SSD at 4. The SSA also found that GMH's creative plan and very reasonable cost assumptions gave the proposal the highest overall credibility, even though the SSA acknowledged that it was not the proposal with the most robust scope.
After
DISCUSSION
Forest City argues that the award determination was flawed because the agency: (1) unreasonably evaluated GMH's approach to the housing requirements, specifically the awardee's no work approach; (2) unreasonably evaluated Forest City's proposed vertical cost as too low and did not consider whether its scope guarantee addressed that concern; and (3) improperly used a plug number to calculate GMH's vertical cost when the agency was unable to determine GMH's cost from its proposal. As discussed in detail below, we conclude that the arguments raised by the protester are either untimely or lack merit.[4]
As a general matter, the evaluation of an offeror's proposal is a matter within the agency's discretion, since the agency is responsible for defining its needs and the best method for accommodating them. U.S. Textiles, Inc., B-289685.3,
GMH's No Work Approach
The protester raises two challenges to the agency's evaluation under the preliminary project concept statement evaluation factor. In its initial protest,
The protester initially argued that the agency did not recognize strengths in its proposal as compared to GMH's proposal. Specifically,
We agree. Where, as here, an agency provides a detailed response to a protester's assertions and the protester either does not respond to the agency's position or provides a response that merely references or restates the original allegation without substantively rebutting the agency's position, we deem the initially-raised arguments abandoned. Citrus College; KEI Pearson, Inc., B-293543 et al., Apr. 9, 2004, 2004 CPD para. 104 at 8 n.4. We conclude that
Again, we agree. Our Bid Protest Regulations require protests based on other than solicitation improprieties to be filed within 10 days of when the protester knew or should have known its bases of protest. Bid Protest Regulations, 4 C.F.R. sect. 21.2(a)(2) (2007). Where a protester initially files a timely protest, and later supplements it with independent grounds of protest, the later-raised allegations must independently satisfy the timeliness requirements, since our Regulations do not contemplate the unwarranted piecemeal presentation or development of protest issues.[5] University Research Co., LLC, B-294358.8 et al.,
As discussed above, the agency mistakenly provided
In any event, the record does not support
Next, the protester raises two challenges to the agency's evaluation of
The protester initially argued that the agency unreasonably determined that its vertical cost of $[deleted]/sq. ft. was too low. Protest at 15. Specifically,
The protester's supplemental argument--that its scope guarantee should have addressed or obviated the agency's concern regarding its vertical cost--is distinct from its initial protest argument, and thus was required to independently satisfy the requirements for timeliness. In answer to the agency's and intervenor's assertions that this supplemental argument is untimely, the protester contends that it could not have known prior to receiving the agency report that the agency did not consider its scope guarantee to address the concern regarding its vertical cost. The protester knew based on its debriefing, however, that the agency expressed a concern regarding
Separate and apart from the relationship between the vertical cost and scope guarantee, the protester also argues that certain SSEB and SSAC evaluation documents suggest that the agency failed to evaluate
The agency concedes that certain of the forms used by the SSEB did not address the offerors' scope guarantees, and that the SSEB and SSAC consensus evaluations did not contain separate pages to address scope guarantees. SAR at 6. As discussed above, however, the record shows that the SSAC expressly considered
Plug Number for GMH's Vertical Cost
Finally, the protester challenges the agency's evaluation of GMH's vertical cost. As discussed above, the agency was unable to calculate GMH's vertical cost, and instead used a plug number for square footage found in the agency's benchmark estimate.
The agency and intervenor contend that the agency's use of the plug number did not result in any possible prejudice to
The protest is denied.
Gary L. Kepplinger
General Counsel
[1] The RFQ originally identified 964 units; this number was subsequently reduced to 628 units.
[2] GMH's proposal states that it will perform no work for the [deleted] units during its IDP of [deleted] months.
[3] The agency used an evaluation scheme of Exceptional (E), Acceptable (A), Unacceptable (U), or Neutral (N)--and used plus and minus modifiers to capture distinctions between each rating category. Proposals were also rated as low, moderate, or high risk.
[4]
[5] Moreover, even if the protester's supplemental argument was arguably related to its initial protest ground, we would still consider it untimely as the facts regarding GMH's no work approach were clearly known to
[6] In answer to assertions by the agency and the intervenor that this basis of protest was untimely raised in
[7] As discussed above, GMH's proposal states that renovation will occur on those units from years [deleted]. AR, GMH Proposal at 7-13, 25.
[8] The protester also argues that the SSAC failed to brief the SSA regarding GMH's no work approach, and, as a result, the SSA did not consider whether this approach was technically acceptable. Again, the record does not support the protester's argument. As discussed above, the SSAC report to the SSA discusses the [deleted] no work units proposed by GHM. AR, exh. 5, SSAC Report, at 3. The SSD also discusses GMH's proposed approach to the work, including the no work units. AR, exh. 6, SSD, at 8.
[9] Although this issue is clearly related to the scope guarantee argument that we dismiss above, we believe that the protester's argument regarding a general failure to consider the scope guarantee as required by the solicitation is distinct from
[10] The protester also argues that the award decision was flawed because the SSD did not specifically mention