This is the accessible text file for GAO report number GAO-03-218 
entitled 'IRS Contracting: New Procedure Adds Price or Cost as a 
Selection Factor for Task Order Awards' which was released on January 
09, 2003.



This text file was formatted by the U.S. General Accounting Office 

(GAO) to be accessible to users with visual impairments, as part of a 

longer term project to improve GAO products’ accessibility. Every 

attempt has been made to maintain the structural and data integrity of 

the original printed product. Accessibility features, such as text 

descriptions of tables, consecutively numbered footnotes placed at the 

end of the file, and the text of agency comment letters, are provided 

but may not exactly duplicate the presentation or format of the printed 

version. The portable document format (PDF) file is an exact electronic 

replica of the printed version. We welcome your feedback. Please E-mail 

your comments regarding the contents or accessibility features of this 

document to Webmaster@gao.gov.



GAO: United States General Accounting Office:



Report to the Chairman and Ranking Minority Member, Committee on

Finance, U.S. Senate: 



December 2002: 



IRS Contracting: 



New Procedure Adds Price or Cost as a Selection Factor for Task Order 

Awards:



GAO-03-218:



GAO Highlights:



Highlights of GAO-03-218, a report to the Senate Committee on Finance: 



December 2002: 



IRS Contracting: 



New Procedure Adds Price or Cost as a Selection Factor for Task Order 

Awards:



Why GAO Did This Study: 



The Internal Revenue Service (IRS) is in the midst of a massive effort 
to 

reorganize its structure and modernize its technology. To help with 
this 

effort, IRS obtains services through task orders under its Treasury 

Information Processing Support Services (TIPSS-2) contracting program. 

In this study, GAO reviewed the 6 largest competitive task orders that 

IRS awarded between July 1, 2001 and December 31, 2001 to determine if 

IRS used price or cost as a selection factor in the award of these task 

orders.



What GAO Found: 



TIPSS-2 is IRS’s largest service contracting program, obligating $543 

million to 18 contracts from its beginning in June 2000 to June 20, 
2002. 

Through the award of TIPSS-2 task orders, IRS obtains needed services 

in the areas of information systems, telecommunications, 
organizational/

management, and operational support. IRS can continue ordering services 

under TIPSS-2 contracts into 2005. 



GAO found that IRS’s procedures used in the award of competitive task 

orders under the TIPSS-2 program did not require contracting officers 

to consider price or cost as a selection factor in the award of task 

orders. Although contracting officers could have considered price or 

cost at their discretion, they did not for 5 of 6 competitive task 

orders 

GAO reviewed.  



IRS’s procedures conformed to the version of the Federal Acquisition 

Regulation (FAR) that was in effect at the time the TIPSS-2 

solicitation 

was issued. However, since then the FAR was changed. As the timeline 

below 

explains, TIPSS-2 procedures conformed to the regulation in effect 

in 1999, 

but were not required to conform to the revised regulation.  



During our review, IRS developed and implemented a new procedure that 

provides for the consideration of price or cost as a selection factor 

for competitive task order awards. Additionally, the TIPSS-2 contract 

was changed to state that price or cost is a selection factor in the 

award 

of competitive task orders. 



Table: Timeline of TIPSS-2 program and policy events:



Date: August 1999; Item: Federal Acquisition Regulation (FAR); 

Significance:

Contracting offiers should consider price or cost as a selection 
factor, 

but are not required to.



Date: September 1999; Item; TIPSS-2 program solicitation; Significance: 

Timing of solicitation issuance places TIPPS-2 under August 1999 

regulation.



Date: April 2000; Item: Revised FAR; Significance: Contracting officers 

must

consider price or cost as a selection factor.



Source: GAO’s analysis:



[End of table]



www.gao.gov/cgi-bin/getrpt?GAO-03-218.



To view the full report, including the scope and methodology, 

click on 

the link above. For more information, contact Michael Brostek, 

Director, 

Tax Issues, at (202) 512-9039 or brostekm@gao.gov.



Contents: 



Letter: 



Results in Brief: 



Background: 



Scope and Methodology: 



TIPPS-2 Task Orders Were Awarded Using Proccedures That Did Not Require 

Considering Price or Cost as a Selection Factor:



Conclusions: 



Agency Comments and Our Evaluation:



Appendix I: Information on IRS’s and the Federal Government’s Contract

Obligations for Fiscal Years 1995 Through 2001:



Appendix II: Comments from the Internal Revenue Service:



Tables: 



Table 1: Competitive Selection Process Used, June 2000 though June 20, 
2002:



Table 2: Selection Factors and Obligations for Competitive TAsk Orders:



Table 3: IRS Contract Obligations by Service Category for Fiscal Year 
2001:



Table 4: IRS Contract Obligations by Supplies and Equipment Category 
for 

Fiscal Year 2001: 



Table 5: Total IRS TIPPS-2 Obligations by Contractor from June 2000 
through 

June 2002:



Figures:



Figure 1: IRS Contract Obligations for Fiscal Years 1995 through 2001:



Figure 2: Total Federal Government Contract Obligations for Fiscal 
Years 

1995 Through 2001:



Figure 3: Comparison of IRS to Total Federal Government Contract 
Obligations 

on a Percentage Basis, Fiscal Years 1995 through 2001:



Abbreviations:



FAR: Federal Acquisition Regulation:



FASA: Federal Acquisition Streamlining Act of 1994: 



FPDS: Federal Procurement Data System:



IRS: Internal Revenue Service: 



RFI: Request for Information:



TIPPS: Treasury Information Processing Support Services:



Letter:



December 10, 2002:



The Honorable Max Baucus, Chairman:



Senate Committee on Finance:



United States Senate:



The Honorable Charles E. Grassley, Ranking Member:



Senate Committee on Finance:



United States Senate:



The Internal Revenue Service (IRS) is in the midst of a massive and 

multifaceted effort to reorganize its structure and modernize its 

technology. Reorganization and modernization is intended to lay the 

foundation for IRS to respond to taxpayers faster and more accurately. 

To help with this effort, IRS obtains needed services through contracts 

that were awarded under its Treasury Information Processing Support 

Services (TIPSS-2) program. TIPSS-2 is a multiple award, task order 

contracting program through which 18 contractors provide IRS with 

information systems, telecommunications, organizational/management, 

and operational support services under 18 contracts. Successor to a 

similar program called TIPSS, TIPSS-2 covers contracts awarded in 2000 

under which task orders can be issued until 2005. Once IRS identifies a 

need for services, it can ask the contractors to compete for the 

specific task, or, if a statutory exception applies,[Footnote 1] it can 

award the task on a sole-source basis. From the beginning of the 

program in June 2000 through June 20, 2002, IRS obligated $543 million 

to TIPSS-2 contracts.



Given the importance of these services to the management and 

administration of the tax system and a change in the Federal 

Acquisition Regulation (FAR) regarding consideration of price or cost 

that occurred after the TIPSS-2 solicitation was issued, you asked us 

to report on whether IRS used price or cost as a selection factor in 

TIPSS-2 task order awards and how its use of these factors compares to 

federal contracting regulation. You also asked us to provide 

information on IRS’s overall contracting and how IRS’s data compares to 

government-wide contracting. This data appears in Appendix I. To report 

on IRS’s use of price or cost as a selection factor, we reviewed IRS’s 

procedures for issuing task orders under TIPSS-2 and federal policy on 

task order competitions, and interviewed IRS officials. To provide data 

on contracting trends, we obtained data from the Federal Procurement 

Data System (FPDS) and from IRS’s TIPSS-2 program office.



RESULTS IN BRIEF:



At the time of our review of task orders, IRS’s procedures for issuing 

competitive task orders under the TIPSS-2 contracts did not require 

contracting officers to consider price or cost in selecting a 

contractor. Under these procedures, contracting officers could have 

considered cost or price if they chose to do so. We reviewed the 6 

largest competitive task orders awarded in the final 6 months of 

calendar year 2001 and found that contracting officers did not consider 

price or cost as a selection factor for 5 of the 6 task orders.



IRS’s procedures and the task orders we reviewed conformed with the FAR 

that was applicable at the time the TIPSS-2 solicitation was issued. 

That version of the FAR said that price or cost should be considered as 

a selection factor but did not specifically require consideration of 

price or cost. After the solicitation for the TIPSS-2 contracts was 

issued, the FAR was revised to state that price or cost must be 

considered as a selection factor for awarding task orders under 

contracts awarded through solicitations issued on or after April 25, 

2000. Therefore, TIPSS-2 is covered by the earlier version of the FAR 

that states that contracting officers should consider rather than must 

consider price or cost as a selection factor.



During our review, IRS developed and implemented a new TIPSS-2 

competitive procedure that provides for the consideration of price or 

cost as a selection factor. Additionally, IRS modified the TIPSS-2 

contract so that cost will be a selection factor in the award of 

competitive task orders. In a November 27, 2002 letter, the Acting 

Commissioner of Internal Revenue generally agreed with the observations 

in this report but said that our recommendation to make IRS’s procedure 

final was unnecessary because new procedures have been adopted. Since 

IRS finalized its procedure for including price or cost as a selection 

while developing its comments on our draft report, we agree the 

recommendation is no longer necessary and revised the report 

accordingly.



BACKGROUND:



TIPSS-2 is IRS’s largest service contracting program. Through 18 task 

order contracts, IRS obtains needed services in four broad areas: 

information systems, telecommunications, organizational/management, 

and operational support. Information systems covers software, security, 

training, and quality assurance. Telecommunications includes network 

traffic and trend analysis, systems design, and related disciplines. 

Organizational/management involves business process reengineering, 

process analysis, and project management support. Finally, operational 

support relates to main frames, personal computers, local area 

networks, file servers, installation, and training and help desk 

support.



SCOPE AND METHODOLOGY:



To determine whether IRS used price or cost as a selection factor in 

the issuance of TIPSS-2 task orders, we first obtained and reviewed 

IRS’s TIPSS-2 contract and award procedures. For each of the three 

procedures for competitive task orders under TIPSS-2, we also obtained 

data on the frequency with which each procedure was used in issuing 

TIPSS-2 task orders between the beginning of TIPSS-2 in June 2000 and 

through June 20, 2002.



Secondly, from the 51 task orders that IRS issued between July 1, 2001, 

and December 31, 2001, we selected the 6 competitive task orders that 

had the largest dollar value obligations. These 6 task orders had $21.4 

million obligated and represented 29 percent of dollar obligations for 

the period.[Footnote 2] We selected the last 6 months of calendar year 

2001 as our universe because that was the most recent data available at 

the time we did our work. We reviewed documentation for these 6 awards 

to determine the extent that IRS considered price or cost as a 

selection factor. Thirdly, we discussed the task order award process 

with TIPSS-2 program office staff and IRS contracting officials 

responsible for the TIPSS-2 program. We did not assess whether there 

would be an impact resulting from contracting officers considering 

price or cost as a selection factor for the award of task orders.



To compare IRS’s procedures for awarding task orders under TIPSS-2 with 

federal contracting policy, we reviewed applicable laws and regulations 

and analyzed how IRS’s procedures compared to the requirements in them.



At your request, we limited our work to the price or cost issue because 

of its importance to the task order selection process and because of a 

change in the FAR since the issuance of the TIPSS-2 solicitation that 

now requires consideration of price or cost as a selection factor.



To compile the contracting information found in Appendix I, we obtained 

data from the FPDS and from IRS’s TIPSS-2 program office. We discussed 

this data with officials in IRS’s TIPSS-2 program office. Our analysis 

uses current dollar obligations for the year in which funds were 

obligated. We did not apply any index to normalize the obligated 

amounts.



Our work was performed between May 2002 and November 2002 in accordance 

with generally accepted government auditing standards.



TIPSS-2 TASK ORDERS WERE AWARDED USING PROCEDURES THAT DID:



NOT REQUIRE CONSIDERING PRICE OR COST AS A SELECTION FACTOR:



At the time of our review of task orders, IRS’s competitive procedures 

for awarding task orders under the TIPSS-2 contracts did not require 

contracting officers to consider price or cost in selecting a 

contractor. Contracting officers could have considered price or cost at 

their discretion but did not for 5 of 6 large task orders we reviewed. 

IRS’s TIPSS-2 procedures conformed to the applicable federal regulation 

at the time the TIPSS-2 solicitation was issued. However, that 

regulation was revised after the issuance of the TIPSS-2 solicitation 

to state that price or cost must be considered for the award of task 

orders issued under contracts that were awarded through solicitations 

issued on or after April 25, 2000.



For the competitive task order awards we reviewed, the TIPSS-2 contract 

stated that selection factors may include, but are not limited to, such 

factors as past performance, quality of deliverables, cost control, 

price, cost, or other factors that the contracting officer believes are 

relevant to the task order. In addition, the contract stated that the 

contracting officer shall select one of the following three procedures, 

or any combination of these procedures, for any requirement under the 

contract. As described in the contract and program documents, the three 

procedures are:



Standard: generally used for relatively simple, low dollar value items. 

Contracting officers make a selection from an assessment of some or all 

of the selection factors listed above.



Request for Information (RFI): generally used for items of moderate 

complexity and estimated dollar value. The RFI is sent to all 

contractors qualified to provide services under a task area, and the 

selection is based on go/no-go or pass/fail factors stated in the RFI. 

If more than one competitor meets all factors, the contracting officer 

makes the selection using the Standard procedure above.



Best Value: generally used for complex items with higher dollar 

estimates. Formal proposals will usually be requested and more formal 

source selection factors may be used. The TIPSS-2 contract states that 

price competition might be warranted for best value acquisitions, and 

that this methodology may be used in conjunction with an RFI.



TIPSS-2 competitive procedures did not require that the contracting 

officer consider price or cost in selecting a contractor for a task 

order. The procedures left the use of price or cost to the discretion 

of the contracting officer. Table 1 shows that most competitive task 

orders from the beginning of TIPSS-2 in June 2000 to June 20, 2002 were 

issued under the RFI procedure.



Table 1: Competitive selection process used, June 2000 through June 20, 

2002.



[See PDF for image]



[1] One task order with obligations of $29,990 was classified as 

unknown.



[2] The calculation of the percentages included the one task order that 

was classified as unknown and the percentages do not equal 100 because 

of rounding.



Source: GAO’s analysis of data from IRS.



[End of table]



IRS had developed internal standard selection factors for the RFI 

procedure which included: (1) demonstrating work similar in type and 

scope as the task order; (2) demonstrating successful management of 

similar tasks; and (3) ability to obtain employees or subcontractors 

with the special skills and experience to perform the work.



All 6 of the competitive task orders we reviewed used the RFI 

procedure. Based on our review of the task order files, the contracting 

officer did not choose to use price or cost as a selection factor in 5 

of the 6 task orders. The contracting officer considered price and cost 

as a selection factor for the task order in which IRS acquired services 

and equipment for its website--The Digital Daily. This task order 

appears in the first row of Table 2 below. Table 2 shows the selection 

factors and the dollar obligations for the task orders.



Table 2: Selection factors and dollar obligations for Competitive Task 

Orders.



[See PDF for image]



[1] These obligations include obligations that were made during our 

sample period from July 1, 2001 through December 31, 2001. The actual 

obligations to these task orders may be higher when they are completed.



Source: GAO’s analysis of data from IRS.



[End of table]



To preserve simplicity and flexibility, Congress provided contracting 

officers with broad discretion to define evaluation and selection 

procedures for placing orders. The Federal Acquisition Streamlining Act 

of 1994 (FASA)[Footnote 3] authorizes the use of multiple award task 

order contracts like TIPSS-2. The FAR further describes the fair 

opportunity process for competitive task order awards. The August 1999 

version of the FAR, applicable to the TIPSS-2 contracts, states that

contracting officers should consider factors such as past performance 

on earlier tasks, quality of deliverables, cost control, price, cost, 

or other factors that the contracting officer believes are relevant to 

the award of a task order; and procedures and selection factors that 

an agency uses to provide a fair opportunity to be considered for award 

must be set forth in the solicitation and contract.[Footnote 4]



Although the August 1999 FAR language says that agencies should 

consider the selection factors listed, including price or cost, 

agencies were not required to do so. The solicitation for the award of 

the 18 contracts under TIPSS-2 was issued on September 13, 1999 and 

fell under these provisions. Thus, the TIPSS-2 procedures and the 

specific task orders we reviewed are acceptable under the applicable 

FAR provision. However, the FAR was changed to state that contracting 

officers must consider price or cost as a selection factor for 

competitive task orders. All multiple award task order contract 

programs, like TIPSS-2, that had solicitations for contracts issued on 

or after April 25, 2000 are required to consider price or cost as 

selection factors for competitive task orders.[Footnote 5] Since the 

TIPSS-2 solicitation was issued before April 25, 2000, TIPSS-2 is 

covered by the earlier version of the FAR.



We discussed the lack of price or cost as a standard selection factor 

in the task order awards with IRS’s TIPSS-2 program officials, IRS’s 

contracting officials responsible for the TIPSS-2 program, and IRS 

contracting officials responsible for IRS contracting policy. These 

officials recognized the benefit of considering price or cost as a 

selection factor. During our review, IRS developed and implemented a 

new procedure that uses price or cost as a selection factor in 

competitive task orders under TIPSS-2. Additionally, the TIPSS-2 

contract was modified so that cost will be a selection factor in 

competitive task orders awards.



CONCLUSIONS:



The competitive task order awards under TIPSS-2 from its beginning in 

June 2000 through June 20, 2002 were awarded using procedures that did 

not require price or cost as a selection factor, but left this to 

contracting officers’ discretion. In 5 of 6 cases we reviewed, 

contracting officers did not use that discretion to consider price or 

cost in making selections. Because consideration of price or cost helps 

agencies to ensure that they obtain the best value in awarding 

contracts, the FAR now requires that price or cost must be used as a 

selection factor in awarding task orders. Although this provision does 

not apply to the TIPSS-2 program because the TIPSS-2 solicitation was 

issued before the regulation was effective, the FAR provision 

applicable to the TIPSS-2 program states that the contracting officer 

should consider factors such as price or cost in awarding a task order. 

IRS recognized that including price or cost as a selection factor would 

improve the task order selection process and developed and implemented 

new procedures that consider price or cost as a selection factor in the 

award of task orders.



AGENCY COMMENTS AND OUR EVALUATION:



On November 27, 2002, we received written comments on a draft of this 

report from the Acting Commissioner of Internal Revenue (see Appendix 

II). The Acting Commissioner stated that IRS generally agreed with the 

draft report but believed our recommendation that IRS finalize 

procedures for including price or cost as a selection factor was 

unnecessary.



Specifically, the Acting Commissioner stressed that IRS’s contracting 

officials agreed with our observations in the draft report about the 

value of considering price or cost as a selection factor for 

competitive task order awards. He explained that, during our review, 

IRS had taken steps to include price or cost as a selection factor in 

TIPSS-2 task order awards and that IRS issued its final procedure on 

November 19, 2002. Since IRS finalized the procedure while commenting 

on our draft, we agree that this action made our recommendation 

unnecessary and we deleted it from this report.



As agreed with your office, unless you publicly announce its contents 

earlier, we plan no further distribution of this report until 30 days 

from the date of this letter. At that time, we will send copies of this 

report to the Chairman and Ranking Minority Member of the House 

Committee on Ways and Means and the Chairman and Ranking Minority 

Member of the Subcommittee on Oversight, House Committee on Ways and 

Means. We are also sending copies to the Secretary of the Treasury; the 

Acting Commissioner of Internal Revenue; the Administrator of Federal 

Procurement Policy, and other interested parties. We will make copies 

available to others on request.



If you have any questions or would like additional information, please 

call me at (202) 512-9039 or Joseph Jozefczyk at (202) 512-9053. Key 

contributors to this report are Michael Kassack, Christine Davis, and 

Katherine Davis.



Sincerely yours,



Michael Brostek:



Director, Tax Issues:



Signed by Michael Brostek:



[End of section]



Appendix I: Information on IRS and Federal Government Contract 

Obligations for Fiscal Years 1995 Through 2001:



IRS’s contract obligations increased, with some fluctuation, from about 

$735 million in fiscal year 1995 to about $1.4 billion in fiscal year 

2001--an increase of almost 86 percent. This increase, particularly 

that occurring after 1997, may be at least partially attributable to 

the systems and organizational changes resulting from the IRS 

Restructuring and Reform Act of 1998.[Footnote 6]





Figure 1: IRS Contract ObligationsA for Fiscal Years 1995 Through 2001



[See PDF for image]



[A] Only includes funds newly obligated in the given fiscal year.



[B] Service obligations include funding for TIPSS-2 contracts task 
orders 

since their inception in June 2000.



Source: GAO’s analysis of data from the Federal Procurement Data 

System.



[End of figure]



Figure 1 also shows that from fiscal years 1995 through 2001, IRS 

contracts for services consistently represented the largest proportion 

of dollar obligations--increasing from $392.2 million in fiscal year 

1995 to $879.2 million in fiscal year 1999 and declining somewhat to 

$787.8 million in fiscal year 2001. The overall increase between fiscal 

years 1995 and 2001 was almost 101 percent. Key services purchased by 

IRS include automatic data processing and telecommunications; 

professional, administrative, and management support; and utilities & 

housekeeping.



Total federal government contract obligations grew from $176.2 billion 

in fiscal year 1995 to $217.7 billion in fiscal year 2001--an increase 

of about 23.6 percent. Figure 2 shows that on a year-to-year basis, 

total federal government contract obligations increased every year, 

with the exception of the fiscal year period 1996 to 1997, when 

obligations decreased by about 1.3 percent. As with IRS, the purchase 

of services represented the largest proportion of federal government 

contract obligations from fiscal years 1995 to 2001. 



Figure 2: Total Federal Government Contract ObligationsA for Fiscal

Years 1995 Through 2001:



[See PDF for image]



[A] Executive branch only, including IRS.



[B] Only includes funds newly obligated in the given fiscal year.



Source: GAO’s analysis of data from the Federal Procurement Data 

System.



[End of figure]



Figure 3 shows that when compared with total federal government 

contract obligations on a proportional basis for fiscal years 1995 to 

2001, IRS’s percentages fluctuate more than they do for the federal 

government as a whole. For the total federal government, supplies and 

equipment contract obligations only range from a low of 35 percent of 

the total in fiscal year 1999 to a high of 37.7 percent in fiscal year 

2000. IRS supply and equipment contract obligations range from a low of 

24.5 percent of the total in fiscal year 1998 to a high of 44.4 percent 

in fiscal year 1995. Likewise, total federal government contract 

obligations for services ranged from a low of 48.3 percent of the total 

in 1995, to a high of 52 percent in fiscal year 1999. On the other 

hand, IRS contract obligations for service contracts range from a low 

of 53.3 percent of the total in fiscal year 1995 to a high of 74.6 

percent in fiscal year 1998.



Figure 3: Comparison of IRS to Total Federal Government Contract 

ObligationsA on a Percentage Basis,B Fiscal Years 1995 Through 2001



[See PDF for image]



[A] Only includes funds newly obligated in the given fiscal year.



[B] Percentages may not add to 100 due to rounding.



[C] The supply and equipment category includes funds obligated for the 

purchase of items ranging from ADP equipment and software; to books, 

maps, and other publications; and to office supplies and furniture.



[D] The services category includes funds obligated for the purchase of 

services ranging from ADP and telecommunications; to professional, 

administrative, and management support; to transportation, travel, and 

relocation; and to education and training.



[E] The Research and Development (R&D) category includes funds 
obligated 

for any of the 6 R&D phases and is classified in areas ranging from 

agriculture and defense through transportation, social services, and 

space. Only a small proportion of IRS contract obligations were for 

R&D.



Source: GAO’s analysis of data from the Federal Procurement Data 

System.



[End of figure]



Table 3 identifies the major types of contractual services for which 

IRS obligated funds in fiscal year 2001, the most current year for 

which complete data are available. IRS’s 5 largest service contract 

categories combined represent about 95 percent of the total service 

dollar obligations. Automatic Data Processing (ADP) and 

Telecommunications services alone represented 70.7 percent of the total 

obligations of about $788 million.



Table : IRS Contract Dollar Obligations by Service Category for FY 

2001:



(Dollars in thousands).



[See PDF for image]



Source: GAO’s analysis of data from the Federal Procurement Data 

System.



[End of table]



Table 4 identifies the major types of contractual supplies and 

equipment purchases for which IRS obligated funds in fiscal year 2001, 

the most current year for which complete data are available. IRS’s 

contract dollar obligations for its 5 largest supply and equipment 

purchase categories combined represent about 98.6 percent of the total 

supplies and equipment obligations of about $579 million. Contractual 

obligations for ADP Equipment, Software, Supplies and Support Equipment 

alone accounted for about 81.2 percent of the total.



Table 4: IRS Contract Dollar Obligations by Supplies and Equipment 

Category for FY 2001:



(Dollars in thousands).



[See PDF for image]



Source: GAO’s analysis of data from the Federal Procurement Data 

System.



[End of table]



Table 5 lists the prime contractors for all 18 of the IRS TIPSS-2 

contracts and the funds that IRS has obligated to each of these 

contractors under the TIPSS-2 program.[Footnote 7] In our letter, we 

discuss our review of 6 competitive task order awards under IRS’s 

TIPSS-2 program. In terms of dollar obligations, Booz, Allen & Hamilton 

is the largest of the 18 TIPSS-2 contractors, with about 34 percent of 

the total contract dollars. Systems Research and Applications Corp., 

Northrup Grumman Information Technology, Inc., and Accenture LLP also 

have significant proportions of the total--10.9 percent, 10 percent, 

and 9.2 percent, respectively.



Table 5: Total IRS TIPSS-2 Obligations by Contractor from June 2000 

through June 2002:



(Dollars in thousands):



[See PDF for image]



Source: IRS’s TIPSS Program Office’s Contract Management System.



[End of table]



Appendix II: Comments from the Internal Revenue Service:



DEPARTMENT OF THE TREASURY INTERNAL REVENUE SERVICE WASHINGTON, D.C. 

20224:



COMMISSIONER:



November 27, 2002:



Mr. David M. Walker Comptroller General U.S. General Accounting Office 

441 G Street, NW Washington, D.C. 20548:



Dear Mr. Walker:



I am responding to your draft report titled, IRS Contracting: Task 

Order Selection Factors Should Include Price or Cost. The GAO reviewed 

selected task orders under the Treasury Information Processing Support 

Services (TIPSS-2) contracting program to determine if we used price or 

cost as a selection factor for award. We obtain information processing 

services to support modernization and other programs using this 

multiple-award, task order contracting program. The GAO found that our 

procedures for the TIPSS-2 program did not require contracting officers 

to consider price or cost. We generally agree with the draft report and 

we believe the recommendation is unnecessary.



In discussions with the GAO during the audit, our contracting officials 

emphasized they recognized the value of considering price or cost for 

competitive task orders and were developing a procedure requiring its 

use. On July 17, 2002, we changed all 18 TIPSS-2 contracts to reflect 

that cost is always a selection factor. As the GAO report indicates, we 

issued the draft “Standard Operating Procedure for TIPSS-2 

Competitions” on September 13, 2002. On November 19, 2002, we issued 

the final procedure. We have implemented and tested the revised 

competitive procedure and it is working well.



We agree with the draft report’s observations on the value of 

considering price or cost for competitive task orders and have 

finalized our procedures implementing this approach. Therefore, we ask 

that you delete the recommendation to adopt a final procedure.



Sincerely,



Bob Wenzel:



Acting Commissioner:



Signed by Bob Wenzel:



[End of section]



FOOTNOTES



[1] Exceptions for sole-source awards involve unusually urgent needs; 

unique or highly specialized requirements; the promotion of economy and 

efficiency because the order is a logical follow-on to a previous 

order; and satisfaction of a required minimum guarantee amount. 41 

U.S.C. 253j(b)



[2] Although these task orders account for a large value, we cannot 

project our findings to the overall TIPSS-2 contracts because it is a 

judgmental sample.



[3] P.L. 103-355 (Oct. 13, 1994).



[4] FAR 16.505(b)(1), (3) (FAC 97-12).



[5] FAR 16.505(b)(1)(ii)(E). See Competition Under Multiple Award 

Contracts, 65 Fed. Reg. 24317 (2000).



[6] P.L. 105-206 (July 22, 1998)



[7] Eighteen TIPSS-2 contracts were awarded in the mid-2000 timeframe. 

TIPSS-2 task orders can be awarded through June 2005 and are 

categorized in 4 principal task service areas--information systems, 

telecommunications support, organizational management, and operational 

support. TIPSS-2 obligations are classified as automatic data 

processing and telecommunications services when reported in the Federal 

Procurement Data System. As such, the TIPSS-2 obligations are also 

included in Figures 1, 2, and 3 as a portion of the IRS and federal 

government obligations for services for fiscal years 2000 and 2001. 

Likewise, TIPSS-2 obligations are included as a portion of the ADP and 

Telecommunications Services category in Table 3 and as a portion of the 

IRS obligations associated with the corresponding contractors in Table 

5.



GAO’s Mission:



The General Accounting Office, the investigative arm of Congress, 

exists to support Congress in meeting its constitutional 

responsibilities and to help improve the performance and accountability 

of the federal government for the American people. GAO examines the use 

of public funds; evaluates federal programs and policies; and provides 

analyses, recommendations, and other assistance to help Congress make 

informed oversight, policy, and funding decisions. GAO’s commitment to 

good government is reflected in its core values of accountability, 

integrity, and reliability.



Obtaining Copies of GAO Reports and Testimony:



The fastest and easiest way to obtain copies of GAO documents at no 

cost is through the Internet. GAO’s Web site ( www.gao.gov ) contains 

abstracts and full-text files of current reports and testimony and an 

expanding archive of older products. The Web site features a search 

engine to help you locate documents using key words and phrases. You 

can print these documents in their entirety, including charts and other 

graphics.



Each day, GAO issues a list of newly released reports, testimony, and 

correspondence. GAO posts this list, known as “Today’s Reports,” on its 

Web site daily. The list contains links to the full-text document 

files. To have GAO e-mail this list to you every afternoon, go to 

www.gao.gov and select “Subscribe to daily E-mail alert for newly 

released products” under the GAO Reports heading.



Order by Mail or Phone:



The first copy of each printed report is free. Additional copies are $2 

each. A check or money order should be made out to the Superintendent 

of Documents. GAO also accepts VISA and Mastercard. Orders for 100 or 

more copies mailed to a single address are discounted 25 percent. 

Orders should be sent to:



U.S. General Accounting Office



441 G Street NW,



Room LM Washington,



D.C. 20548:



To order by Phone: 	



	Voice: (202) 512-6000:



	TDD: (202) 512-2537:



	Fax: (202) 512-6061:



To Report Fraud, Waste, and Abuse in Federal Programs:



Contact:



Web site: www.gao.gov/fraudnet/fraudnet.htm E-mail: fraudnet@gao.gov



Automated answering system: (800) 424-5454 or (202) 512-7470:



Public Affairs:



Jeff Nelligan, managing director, NelliganJ@gao.gov (202) 512-4800 U.S.



General Accounting Office, 441 G Street NW, Room 7149 Washington, D.C.



20548: