This is the accessible text file for GAO report number GAO-03-369 
entitled 'Telecommunications: GSA Needs to Improve Process for Awarding 
Task Orders for Local Service' which was released on April 4, 2003. 

This text file was formatted by the U.S. Government Accountability 
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. 

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately. 

United States General Accounting Office: 
GAO: 

Report to the Chairman, Committee on Government Reform, House of
Representatives: 

April 2003: 

Telecommunications: 

GSA Needs to Improve Process for Awarding Task Orders for Local 
Service: 

GAO-03-369: 

GAO Highlights: 

Highlights of GAO-03-369, a report to the Chairman, Committee on 
Government Reform, House of Representatives. 

Why GAO Did This Study: 

The Metropolitan Area Acquisition (MAA) program, managed by the General 
Services Administration (GSA), provides local telecommunications 
services to government agencies in selected metropolitan areas. Of the 
25 cities in which MAA contracts were awarded as of January 2003, 15 
were awarded to two or more providers. Such multiple-award contracts 
are a means of promoting competition. To ensure equity in the award of
task orders under these contracts, the Federal Acquisition Regulation 
(FAR) requires that the government provide contractors a fair
opportunity to be considered. GAO was asked to review, among other
things, whether GSA’s implementation of the fair consideration process 
is consistent and the effect of any inconsistency, as well as the 
adequacy of GSA’s documentation to support the decisions reached. 

What GAO Found: 

GSA field offices take different approaches to awarding task orders 
under multiple-award MAA contracts, leading to variations both among 
cities and within cities. Although the FAR gives contracting officers 
broad latitude in ensuring that this process offers contractors a fair 
opportunity to be considered, GSA recognizes that consistency is 
important within the nationwide MAA program. However, GSA headquarters 
has not developed or implemented a uniform fair consideration process. 
As a result, GAO found variations in the processes used: principally, 
in the time frames used in contractor price comparisons (see table). 
Such inconsistencies frequently influenced the choice of contractor. 
Further, because oversight was not provided, in six cases agency 
preference was used as a criterion for selecting a contractor, which is 
a violation of the FAR. Because GSA did not consistently follow a 
common process that ensured compliance with the FAR, it cannot ensure 
the fairness of its decisions. 

Further, the documentation for about one-fifth of GSA’s fair 
consideration decisions was not adequate for determining how these 
decisions were reached. According to the FAR, sufficient documentation 
of all contractual actions must be maintained to provide (1) a basis 
for decisions reached and (2) information for subsequent reviews. Out 
of 483 fair consideration decisions from regional GSA offices in the 11 
cities that GAO assessed, the documentation furnished for 91 (19 
percent) was not adequate. Weaknesses observed include lack of stated 
rationale for decisions reached, price comparisons that did not support 
the choice of contractor selected by GSA, and lack of support for 
technical factors used in making the decisions. These weaknesses 
occurred because GSA did not establish and implement uniform guidelines 
for documenting its MAA fair consideration decisions. As a result, MAA 
stakeholders (GSA, agencies, and MAA contractors) do not have assurance 
that the fair consideration process was properly administered. 

Table: Variations in Time Frames Used in MAA Contractor Price 
Comparisons: 

Time frame used in price analysis: 

City: Atlanta[A]: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine: [Empty]. 

City: Boston: 
1 month: [Check]; 
1 year: [Check]; 
3 years: [Empty]; 
4 years: [Check]; 
Life cycle: [Empty]; 
Insufficient data to determine: [Empty]. 

City: Cleveland: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine: [Empty]. 

City: Dallas: 
1 month: [Empty]; 
1 year: [Check]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine: [Empty]. 

City: Denver: 
1 month: [Check]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine: [Empty]. 

City: Indianapolis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine: [Empty]. 

City: Los Angeles: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine: [Check]. 

City: Minneapolis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine: [Empty]. 

City: New York: 
1 month: [Empty]; 
1 year: [Check]; 
3 years: [Check]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine: [Empty]. 

City: Philadelphia: 
1 month: [Check]; 
1 year: [Empty]; 
3 years: [Check]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine:[Empty]. 

City: St. Louis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine: [Check]. 

Source: GAO, GSA. 

[A] No price comparison was completed in calendar year 2001. 

[End of table] 

What GAO Recommends: 

GAO is recommending that GSA follow a consistent fair consideration 
process, including uniform requirements for documentation. Deviations 
from this common process should be documented and communicated to
contractors so that all MAA stakeholders can understand the process. 

In written comments on a draft of this report, the Administrator of
General Services agreed with our recommendations and said that
GSA was acting to implement them. 

[hyperlink, http://www.gao.gov/cgi-bin/getrpt?GAO-03-369]: 

To view the full report, including the scope and methodology, click on 
the link above. For more information, contact Linda Koontz at (202) 512-
6240 or koontzl@gao.gov. 

[End of section] 

Contents: 

Letter: 

Results in Brief: 

Background: 

GSA Has Not Established a Consistent Process or Provided Adequate 
Oversight: 

Numerous Fair Consideration Decisions Were Not Adequately Documented: 

Use of Requests for Quotations Produced Mixed Results, but Limited Data 
Preclude a Thorough Evaluation: 

Conclusions: 

Recommendations for Executive Action: 

Agency Comments and Our Evaluation: 

Appendix I: Termination Charges and Service Initiation Charges: 

Appendix II: Objectives, Scope, and Methodology: 

Appendix III: Comments from the General Services Administration: 

Tables: 

Table 1: MAA Multiple-Award Cities in Which GSA Made Fair Consideration 
Decisions in 2001: 

Table 2: Comparison of Time Frames Used in MAA Contractor Price 
Comparisons: 

Table 3: Comparison of 1-Year and Life-Cycle Price Analyses for Dallas: 

Table 4: Effect of Including Reconfiguration Charges in MAA Contractor 
Price Comparisons (Dallas): 

Abbreviations: 

ASP: Aggregated Switch Procurement: 

FAR: Federal Acquisition Regulation: 

FTS: Federal Technology Service: 

GSA: General Services Administration: 

MAA: Metropolitan Area Acquisition: 

RFQ: Request for Quotations: 

SIC: service initiation charge: 

[End of section] 

United States General Accounting Office: 
Washington, DC 20548: 

April 4, 2003: 

The Honorable Tom Davis: 
Chairman: 
Committee on Government Reform: 
House of Representatives: 

Dear Mr. Chairman: 

The Metropolitan Area Acquisition (MAA) program provides local
telecommunications services to federal agencies in selected metropolitan
areas. The MAA program manager, the General Services Administration
(GSA), initiated this nationwide program in 1997 to achieve immediate,
substantial, and sustained price reductions for agencies’ local
telecommunications services; to expand agencies’ choices of high-quality
services; and to encourage cross-agency sharing of resources. In 15 of 
25 metropolitan areas in which MAA contracts had been awarded as of
January 2003, GSA had awarded contracts to two or more 
telecommunications providers. The intent of such multiple-award
contracts is to sustain competition and obtain the best value on task
orders awarded throughout the contract period. For these contracts, the
Federal Acquisition Regulation requires agencies to provide the 
multiple-award contractors a fair opportunity to be considered for task 
orders; GSA refers to this process as its fair consideration process. 
Fair consideration decisions may be based on price alone, or they may 
be based on consideration of price plus other factors, such as 
technical requirements or the contractors’ past performance. This 
report responds to your request that we determine (1) whether GSA’s 
fair consideration process is consistent within and among metropolitan 
areas, and if not, whether or not inconsistencies affect the process 
results; (2) whether GSA’s documentation properly and appropriately 
supports its fair consideration decisions; and (3) whether the use of 
Requests for Quotations [Footnote 1] in the fair consideration 
processes followed by GSA is cost-effective. In response to concerns 
raised at an oversight hearing on the MAA program, you also requested 
that we determine whether contract termination charges and service 
initiation charges had affected GSA’s fair consideration decisions;
these results are reported in appendix I. 

This report is based on work we performed at GSA’s Federal Technology
Service (FTS) headquarters and at our Washington, D.C., office, using
documentation furnished by GSA’s regional FTS offices. We reviewed all
fair consideration decisions made by GSA during calendar year 2001 as
part of the MAA contracts’ service ordering process, including 
supporting documentation maintained by GSA, the MAA contracts, 
applicable federal acquisition guidelines, and any further GSA guidance 
on this process. We conducted our work from May 2002 through February 
2003, in accordance with generally accepted government auditing 
standards. Appendix II contains a detailed discussion of our 
objectives, scope, and methodology. 

Results in Brief: 

Although GSA officials have stated that the nationwide MAA program
should be consistently administered, GSA did not establish and follow a
consistent process when making its fair consideration decisions. 
[Footnote 2] During calendar year 2001, fair consideration processes 
varied both within and across MAA cities. Variations occurred in the 
lengths of time over which contractor prices are compared and in the 
use of additional estimated costs for changing telecommunications lines 
or service features over time. Both variations influenced which 
contractors received task order awards to provide services to agencies 
under these contracts. Further, because GSA has not provided adequate 
oversight, regional offices in six instances incorrectly used agency 
preference as a basis for selecting a contractor—violating the Federal 
Acquisition Regulation—and selected a higher priced incumbent service 
provider. 

Of the fair consideration decisions made by GSA during calendar year
2001, 19 percent were not fully supported by documentation. According to
the Federal Acquisition Regulation, all contractual actions must be
documented in a manner sufficient to provide a basis for decisions
reached in the acquisition process, and to provide information for 
subsequent reviews of those decisions. Weaknesses observed included
lack of stated rationale for decisions reached, price comparisons that 
did not support the choice of contractor selected by GSA, and lack of 
support for technical factors used in making the decisions. These 
weaknesses were allowed to occur because GSA did not establish and 
implement uniform guidelines for documenting its MAA fair consideration 
decisions. As a result, for 91 out of 483 decisions made in 2001, MAA 
stakeholders (GSA, agencies, and MAA contractors) do not have assurance 
that the fair consideration process was properly administered. 

GSA’s use of Requests for Quotations in the fair consideration process
may be cost-effective for some local telecommunications services, but
limited data preclude a comprehensive evaluation. By pursuing this
additional competition, GSA may receive cost proposals from contractors
that could include more favorable terms than those in the published
contract, such as lower monthly prices, or waived or reduced service
initiation charges. Examination of this process in Denver revealed that
although it produced substantial savings when one type of service was
acquired, it did not result in savings when a second type of service was
obtained. GSA did not measure the costs and benefits of this process to
determine where the use of Requests for Quotations was most suitable for
acquiring local telecommunications services or to identify improvements
that could make the process more cost-effective. 

In addition, we determined that the inclusion of contract termination
charges may have changed the choice of contractors in 5 of 16 GSA fair
consideration decisions in the one MAA city in which these charges
applied, [Footnote 3] and service initiation charges were a deciding 
factor in the choice of contractors in 61 out of 272 decisions in seven 
cities (details are given in app. I). 

In light of the inconsistencies in the MAA fair consideration process, 
we are recommending to the Administrator of General Services that GSA
establish and follow a uniform process for fair consideration. We are 
also recommending that GSA develop and implement uniform guidelines for 
documenting its fair consideration decisions, and that it establish the
measures needed to ensure the cost-effectiveness of its process and to
provide a basis for improvement. 

In written comments on a draft of this report, the Administrator of 
General Services agreed with our recommendations and said that GSA was 
acting to implement them. 

Background: 

The MAA program comprises contracts offering local voice and certain
data telecommunications services to federal agencies in selected
metropolitan areas across the country. GSA began planning this program
just a few months after the passage of the Telecommunications Act of
1996, which was intended to increase competition and reduce regulations
in the telecommunications industry, particularly for local services.
Recognizing that this competition would create an opportunity for the
government to gain an immediate price reduction in local 
telecommunications services, GSA developed and launched the MAA
program to take advantage of this emerging competition. Further, it
envisioned the MAA contracts as a complement to existing local service
contracts in metropolitan areas, as well as a solution for contracts 
that were expiring. As of January 2003, GSA had awarded MAA contracts 
in 25 cities, with a total maximum value of $5.1 billion. 

Each MAA contract is a fixed-price, indefinite-delivery, indefinite-
quantity contract with a base term of 4 years (48 months) from date of 
award, with four successive 1-year options. In 15 of the 25 MAA cities, 
GSA awarded these contracts to two or more telecommunications 
providers; such contracts are referred to as multiple-award contracts. 
The Federal Acquisition Streamlining Act (FASA) of 1994 established a 
preference for awarding contracts for indefinite quantities to multiple 
firms rather than to a single company. This approach was intended to 
provide agencies a means to procure goods and services quickly, using 
streamlined acquisition procedures, while obtaining the advantage of 
competition. 

Under multiple-award contracts, the Federal Acquisition Regulation (FAR)
requires that contractors be afforded “a fair opportunity to be 
considered” in the subsequent award of task orders issued to meet 
specific agency needs under these contracts. The process used to ensure 
this opportunity is referred to as the fair consideration process. In 
administering this process, contracting officers are given broad 
latitude by the FAR. 

The MAA contracts give a broad outline of the procedure to be followed 
by the government in conducting its fair consideration process. 
[Footnote 4] The government- or agency-designated representative is to 
consult the latest information about the contractors, including 
published contract prices, related analyses that aid decision making, 
information from contractors such as price quotes or technical 
analyses, and other relevant information. Using available information, 
the representative selects a contractor by one of two methods: basing 
the decision solely on relative prices without further consideration of 
other factors, or basing the decision on a combination of price, 
technical, and past performance considerations appropriate to the 
particular decision. After completing this decision process, the 
representative then places a task order with the selected contractor 
for the required telecommunications services. 

GSA contracting officers making task order decisions can obtain price
information from published contracts, or they can choose to issue a
Request for Quotations (RFQ) as an additional mechanism for lowering
prices. Using an RFQ process to support fair consideration decision 
making can offer additional competitive benefits by allowing 
contractors to lower prices beyond their contract offers and to reduce 
or waive service initiation and other charges. However, while the RFQ 
process is being pursued, agencies must continue to pay pre-MAA prices 
for telecommunications services, rather than the lower MAA contract 
prices. 

When making fair consideration decisions under the MAA contracts, in
addition to comparing monthly recurring charges for providing
telecommunications services, GSA may consider additional costs
associated with these services, such as the one-time termination charges
that may be associated with a pre-MAA telecommunications service
contract. GSA may also consider contractors’ service initiation charges 
[Footnote 5] for implementing service. When a contractor is also the 
incumbent, pre-MAA telecommunications provider in a city, it does not 
generally include a service initiation charge in its price quotes for 
existing lines and services to be transitioned to an MAA contract, 
because it does not incur new expenses to provide these lines and 
services. Where volume or types of services differ from existing 
services, incumbents may include service initiation charges in their 
pricing. All contractors can choose to waive these charges. 

Including these charges in fair consideration price comparisons may give
an advantage to an incumbent contractor (since the incumbent’s price
would generally not include such charges), but this advantage is
permissible. That is, acquisition case law has established that a 
contractor may have unique advantages and capabilities (because of its 
prior experience, for example), and the government is not required to 
equalize competition or compensate for these advantages, unless there 
is evidence of preferential treatment or other improper action. 

GSA’s FTS headquarters in Fairfax, Virginia, and its regional offices 
in the various metropolitan areas share responsibility for 
administering the MAA contracts. According to testimony by the FTS 
Commissioner in June 2001, [Footnote 6] FTS headquarters is responsible 
for developing solicitations, evaluating offers, awarding contracts, 
and supporting implementation activities, and the FTS regional offices 
are responsible for developing city-specific requirements and for 
contract implementation activities, including managing the process used 
to select among MAA contract awardees for placing task orders (that is, 
the fair consideration process). 

In calendar year 2001, fair consideration processes were conducted in 11
of the 15 MAA cities with multiple-award contracts. Table 1 lists these 
11 cities, their MAA contractors, and the number of fair consideration
decisions reached in 2001. 

Table 1: MAA Multiple-Award Cities in Which GSA Made Fair Consideration
Decisions in 2001: 

MAA multiple-award cities: Atlanta; 
Number of fair consideration decisions: 1; 
Contractors: WinStar; BellSouth. 

MAA multiple-award cities: Boston; 
Number of fair consideration decisions: 21; 
Contractors: AT&T; Southwestern Bell; Verizon; Winstar. 

MAA multiple-award cities: Cleveland; 
Number of fair consideration decisions: 71; 
Contractors: Ameritech; AT&T. 

MAA multiple-award cities: Dallas; 
Number of fair consideration decisions: 20; 
Contractors: AT&T; Southwestern Bell; Winstar. 

MAA multiple-award cities: Denver; 
Number of fair consideration decisions: 128; 
Contractors: AT&T; Qwest; WinStar. 

MAA multiple-award cities: Indianapolis; 
Number of fair consideration decisions: 50; 
Contractors: WinStar; AT&T; Ameritech. 

MAA multiple-award cities: Los Angeles; 
Number of fair consideration decisions: 44; 
Contractors: WinStar; Pacific Bell. 

MAA multiple-award cities: Minneapolis; 
Number of fair consideration decisions: 118; 
Contractors: WinStar; Qwest. 

MAA multiple-award cities: New York; 
Number of fair consideration decisions: 11; 
Contractors: AT&T; Verizon. 

MAA multiple-award cities: Philadelphia; 
Number of fair consideration decisions: 10; 
Contractors: AT&T; WinStar. 

MAA multiple-award cities: St. Louis; 
Number of fair consideration decisions: 9; 
Contractors: WinStar; Southwestern Bell. 

Source: GSA. 

[End of table] 

GSA Has Not Established a Consistent Process or Provided Adequate
Oversight: 

GSA management has stated its desire to ensure consistency throughout
the nationwide MAA program, but it has not established a common
process for fair consideration decisions. Because GSA headquarters has
not developed or implemented a uniform method to be followed by its
regional offices in conducting the fair consideration process, 
approaches vary among cities and, in some cases, within cities. 
Variations occurred in the periods of time over which contractor prices 
were compared and in the inclusion of reconfiguration costs [Footnote 
7] in price comparisons, which affected the choice of contractors. 
Further, because GSA did not oversee the application of this process, 
in some instances regional offices violated the FAR by incorrectly 
using agency preference as a basis, in part or as a whole, for 
selecting a higher priced contractor for an MAA task order. 

Although the FAR gives contracting officers broad latitude in
administering the fair consideration process, GSA recognizes that the 
MAA program and its contracts should be consistently managed and
administered. In her June 2001 testimony, the FTS Commissioner stated
that because MAA is a national program, communications and coordination 
among GSA staff with MAA program responsibilities (FTS headquarters, 
its regional offices, and MAA program management staff) were essential 
to ensure program continuity and consistency. [Footnote 8] Thus, GSA
views consistency as an important attribute within the nationwide MAA
program. 

The principal variation we identified in the fair consideration process
concerned the period of time selected by regional staff over which to
compare contractor prices. The different time periods that GSA regional
offices used for comparing contractor prices ranged from as short as
1 month to as long as the entire period remaining in the life of the 
contract (GSA documentation referred to the latter as a life-cycle 
analysis). In three cities—Cleveland, Indianapolis, and Minneapolis—GSA 
considered contract life as the evaluation period. GSA’s Denver staff 
usually used a 1-month evaluation period, [Footnote 9] but it used a 
life-cycle analysis to justify 17 percent of its decisions. In four 
other cities, this price comparison varied from decision to decision: 
specifically, the Dallas regional office alternated between use of 
contract life and a 1-year period in its analyses; the New York 
regional office used 1-year and 3-year periods; the Philadelphia staff
used a 1-month period and a 4-year period; and the Boston regional 
office used a 1-month period in some cases, and in others considered 
savings for both 1-year and 4-year periods. The reason for the specific 
comparison period used was not recorded in decision documentation. 
Table 2 summarizes the different price comparison periods used. 

Table 2: Comparison of Time Frames Used in MAA Contractor Price 
Comparisons: 

Time frame used in price analysis: 

City: Atlanta[B]: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]: [Empty]. 

City: Boston: 
1 month: [Check]; 
1 year: [Check]; 
3 years: [Empty]; 
4 years: [Check]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]: [Empty]. 

City: Cleveland: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine[A]: [Empty]. 

City: Dallas: 
1 month: [Empty]; 
1 year: [Check]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine[A]: [Empty]. 

City: Denver: 
1 month: [Check]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine[A]: [Empty]. 

City: Indianapolis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine[A]: [Empty]. 

City: Los Angeles: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]: [Check]. 

City: Minneapolis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Check]; 
Insufficient data to determine[A]: [Empty]. 

City: New York: 
1 month: [Empty]; 
1 year: [Check]; 
3 years: [Check]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]: [Empty]. 

City: Philadelphia: 
1 month: [Check]; 
1 year: [Empty]; 
3 years: [Check]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]:[Empty]. 

City: St. Louis: 
1 month: [Empty]; 
1 year: [Empty]; 
3 years: [Empty]; 
4 years: [Empty]; 
Life cycle: [Empty]; 
Insufficient data to determine[A]: [Check]. 

Source: GAO, GSA. 

Note: GAO analysis of GSA data. 

[A] Decision documentation did not identify the time frame used. 

[B] One fair consideration decision was reached in Atlanta during 
calendar year 2001. An RFQ was issued to the contractors to obtain a 
price quote for service. However, because a valid cost proposal was 
received from only one contractor, a complete price comparison was not 
necessary. 

[End of table] 

Although the MAA contracts state that contract price will always be a
factor in GSA’s fair consideration procedure, they do not specify the 
time period over which price comparisons should be made. However, a
consistent time period is important, because analyses over different 
time periods may lead to different results. For example, one-time costs 
such as service initiation charges have a less direct influence on 
decisions that compare prices over a longer period of time, because 
those additional onetime costs may be offset by lower prices over the 
life of the contract. Conversely, when prices are compared over a 
shorter period of time, such additional charges form a relatively 
greater portion of total costs compared; thus, their inclusion can 
favor the incumbent service provider (whose price does not generally 
include these charges). 

The effect of using different time frames in price comparisons is 
illustrated in table 3. This table summarizes the decisions reached in 
Dallas, where Southwestern Bell was the incumbent telecommunications 
provider. If GSA had used a contract life-cycle time frame in its price 
comparisons, then the decisions reached might have been different in 
half of those cases. [Footnote 10] Further, if it had consistently made 
these MAA task order awards to the contractors offering lower life-
cycle prices, GSA could have realized an additional estimated $459,000 
in savings for customer agencies in Dallas over the life of the 
contracts. 

Table 3: Comparison of 1-Year and Life-Cycle Price Analyses for Dallas: 

Lowest cost contractor according to analysis (checks indicate analysis 
used): 

Customer: 1; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 2; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 3; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 4; 
1st year price analysis: Southwestern Bell; 
Life-cycle price analysis: Southwestern Bell [Check]; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 5; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 6; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 7; 
1st year price analysis: WinStar [Check]; 
Life-cycle price analysis: WinStar; 
Recipient of award: WinStar; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 8; 
1st year price analysis: Southwestern Bell; 
Life-cycle price analysis: Southwestern Bell [Check]; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 9; 
1st year price analysis: Southwestern Bell; 
Life-cycle price analysis: Southwestern Bell [Check]; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 10; 
1st year price analysis: Southwestern Bell; 
Life-cycle price analysis: Southwestern Bell [Check]; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 11; 
1st year price analysis: AT&T; 
Life-cycle price analysis: Southwestern Bell[A] [Check]; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Cannot predict[A]. 

Customer: 12; 
1st year price analysis: Southwestern Bell; 
Life-cycle price analysis: AT&T [Check]; 
Recipient of award: AT&T; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 13; 
1st year price analysis: WinStar; 
Life-cycle price analysis: WinStar [Check]; 
Recipient of award: WinStar; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 14; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 15; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: WinStar; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 16; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: WinStar; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 17; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T; 
Recipient of award: Southwestern Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Customer: 18; 
1st year price analysis: WinStar [Check]; 
Life-cycle price analysis: WinStar; 
Recipient of award: WinStar; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 19; 
1st year price analysis: WinStar [Check]; 
Life-cycle price analysis: WinStar; 
Recipient of award: WinStar; 
Decision would have differed if life-cycle price analysis had been 
used: No. 

Customer: 20; 
1st year price analysis: Southwestern Bell [Check]; 
Life-cycle price analysis: AT&T Southwestern; 
Recipient of award: Bell; 
Decision would have differed if life-cycle price analysis had been 
used: Yes. 

Source: GAO, GSA. 

Note: GAO analysis of GSA data. 

Southwestern Bell was the incumbent telecommunications service provider.
Check marks indicate the actual time frame used by GSA to compare 
contractor pricing. 

Analyses are ordered chronologically by date of first task order award 
issued following each associated fair consideration decision. 

[A] Fair consideration decision made by GSA based on price and 
technical consideration (agency preference). 

[End of table] 

A secondary inconsistency within fair consideration processes concerned
the use of reconfiguration costs (costs to move, add, or change 
telephone lines, services, or features) in contractor price 
comparisons. Although these charges are a part of all MAA contracts, 
only the Dallas regional office included estimates of these costs in 
the MAA price comparisons supporting its fair consideration decisions. 
Further, Dallas did not use these charges consistently: they appeared 
in only half the price comparisons completed, and they were calculated 
in two different ways. (In most cases, GSA staff based estimates on the 
assumption that 10 percent of the telecommunications lines ordered 
would move locations, add services, or change features during the 
course of a year; in two cases, GSA staff assumed that services or 
features associated with 25 percent of lines ordered would change 
annually.) The reason for the variations in the use of these charges 
and in their estimates was not recorded in decision documentation. 

Table 4 shows that in 5 of 10 decisions made in Dallas, a different
contractor might have been awarded the task orders if reconfiguration
charges had not been included in price comparisons. (Three of these five
decisions were based on price alone. Two of these decisions were based
on both price and technical considerations, and so we cannot predict the
effect of excluding reconfiguration charges.) 

Table 4: Effect of Including Reconfiguration Charges in MAA Contractor 
Price Comparisons (Dallas): 

Customer: 1; 
Actual result, including reconfiguration charge: Southwestern Bell; 
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
Yes. 

Customer: 2; 
Actual result, including reconfiguration charge: Southwestern Bell; 
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
Yes. 

Customer: 3; 
Actual result, including reconfiguration charge: Southwestern Bell; 
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
Yes. 

Customer: 4; 
Actual result, including reconfiguration charge: Southwestern Bell; 
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
Unknown[A]. 

Customer: 5; 
Actual result, including reconfiguration charge: AT&T; 
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
No. 

Customer: 6; 
Actual result, including reconfiguration charge: Winstar; 
Result if reconfiguration charge were not included, Result: Winstar; 
Result if reconfiguration charge were not included, Change in outcome: 
No. 

Customer: 7; 
Actual result, including reconfiguration charge: Southwestern Bell;
Result if reconfiguration charge were not included, Result: AT&T; 
Result if reconfiguration charge were not included, Change in outcome: 
Unknown[A]. 

Customer: 8; 
Actual result, including reconfiguration charge: Southwestern Bell[B]; 
Result if reconfiguration charge were not included, Result: 
Southwestern Bell; 
Result if reconfiguration charge were not included, Change in outcome: 
No. 

Customer: 9; 
Actual result, including reconfiguration charge: Southwestern Bell[B]; 
Result if reconfiguration charge were not included, Result: 
Southwestern Bell; 
Result if reconfiguration charge were not included, Change in outcome: 
No. 

Customer: 10; 
Actual result, including reconfiguration charge: Southwestern Bell
Result if reconfiguration charge were not included, Result: 
Southwestern Bell; 
Result if reconfiguration charge were not included, Change in outcome: 
No. 

Source: GAO, GSA. 

Note: GAO analysis of GSA data. 

Southwestern Bell was the incumbent telecommunications service 
provider. Comparisons are ordered chronologically by date of first task 
order award issued following each associated fair consideration 
decision. 

[A] Task order awarded based on price and technical considerations. 

[B] Analysis used reconfiguration estimate based on 25 percent of 
lines. In all other cases, the basis was 10 percent of lines. 

[End of table] 

These variations exist because GSA has not established a common process
for making fair consideration decisions. GSA did provide guidance on the
fair consideration process to be followed in MAA cities following each
contract award. This guidance provided general background, including the
basis of the requirement in the Federal Acquisition Streamlining Act of
1994; the exceptions to this requirement; and the procedure to be 
followed for issuing an MAA task order. However, it did not outline a 
common process or identify common costs to be considered other than 
contract prices. Rather, according to a GSA official, GSA permitted its 
regional offices to define and follow their own fair consideration 
processes in order to encourage innovation and to learn which process 
yields the best results. However, GSA headquarters has taken no action 
that would permit it to learn from any such experiences in order to 
address inconsistencies and determine the most suitable process. As a 
result, variations occur in the application of the fair consideration 
process, contrary to GSA’s stated interest in ensuring the consistency 
of the MAA program. 

Further, these variations led to a lack of transparency that could 
hinder GSA’s ability to obtain full value from the fair consideration 
process. Specifically, although the MAA contracts outline the fair 
consideration procedure in broad terms, they do not outline specific 
aspects of the process that vary across MAA cities, such as costs that 
may be considered by the government in addition to the price of 
services, or the length of time that may be used to compare contractor 
prices. Because these aspects of the process are not disclosed, the 
contractors may find it difficult to determine their most competitive 
offers. 

GSA’s lack of oversight also hampered its ability to ensure that its 
fair consideration processes always complied with appropriate federal
acquisition guidelines. Specifically, in six instances GSA violated the 
FAR by incorrectly using agency preference as a basis, in part or as a 
whole, for selecting a contractor for an MAA task order. According to 
this regulation, designating preferred awardees is not permissible in 
the award of task orders valued at more than $2,500. For orders that 
exceed that threshold, all contractors in a multiple-award contract 
must be given a fair opportunity to be considered. However, we 
identified six cases in Boston, Dallas, Denver, and Indianapolis where 
decisions explicitly cited agency preference as a factor for choosing a 
contractor for task orders above the $2,500 threshold. [Footnote 11] 
These violations of the FAR were allowed to occur because GSA did not 
provide adequate oversight to ensure that staff were correctly applying 
regulations when conducting fair consideration processes. As a result, 
the integrity of the fair consideration process could not be ensured, 
and potential savings were lost. In all six cases the incumbent 
provider was selected, which was also the higher priced service 
provider; selecting the lowest priced contractor in these cases would 
have yielded $76,000 in additional estimated cost savings to those 
agencies over the life of the contracts. 

Numerous Fair Consideration Decisions Were Not Adequately Documented: 

About one-fifth of GSA’s fair consideration decisions were not 
adequately documented. According to the FAR, documentation of all 
contractual actions must be maintained in a manner sufficient to 
provide a basis for decisions reached in the acquisition process, and 
to provide information for subsequent reviews of those decisions. 
[Footnote 12] Out of 483 fair consideration decisions from regional GSA 
offices in the 11 cities that we assessed, the documentation furnished 
for 91 (19 percent) did not adequately support the task order award 
that was made. 

One or more of the following four weaknesses were present in
documentation for these 91 decisions: 

* An explanation of how the fair consideration decision was made was
absent. Although contracting offices are required by the FAR to maintain
documentation sufficient to constitute a complete history of contracting
actions, this documentation was not available in 66 of the 483 decisions
assessed. Specifically, the documentation of decisions reached during
calendar year 2001 in Boston, Denver, Indianapolis, Los Angeles, New
York, and St. Louis did not include a stated rationale for the decisions
reached. As a result, in these cases it is not possible to determine 
whether or not the fair consideration decisions reached by GSA were 
justified. A GSA program officer stated that a decision rationale was 
not prepared for 53 decisions in Los Angeles and St. Louis that were 
based on price alone because of a lack of clarity pertaining to 
documentation requirements for those cases. She also stated that 5 
decisions in New York were not documented because of urgency, as those 
decisions were made shortly after the September 11th terrorist attacks 
in that city. Further, the GSA program officer stated that a decision 
rationale was not prepared for the balance of decisions because of 
administrative oversight. 

* The price analysis did not support the decision reached. As part of 
fair consideration decision making, GSA usually included in each task 
order file an analysis that compared the service prices offered by each
contractor over some defined period of time. In Dallas, Denver, and
Indianapolis, eight task order awards were justified by price 
comparisons that did not support the decisions reached. Although price 
was the sole factor considered in these cases, the lowest priced 
contractors, as revealed by the price comparisons, were not awarded 
task orders. GSA’s decision documentation does not explain why these 
awards were made to higher priced contractors. 

* Technical factors were cited but not supported. According to the
procedure defined in the MAA contracts, fair consideration decisions may
be based on price or on a combination of price, technical factors, and 
past performance. How these technical factors are weighted depends on 
the particular circumstances of each decision. Technical factors were 
cited as the reason for fair consideration decisions, either as a whole 
or in part, in four MAA cities: Boston, Dallas, Indianapolis, and New 
York. For three of these cities, Boston, Dallas, and Indianapolis, we 
were not able to determine how these technical factors were applied to 
support a total of 20 decisions. Contract documentation for these 20 
decisions included a statement that both price and technical factors 
were considered. However, in one case, the specific factor considered 
was not identified. In the other 19 cases, the specific technical 
factor was identified, but the documentation did not specify how it 
supported the decision reached. 

* Other documentation weaknesses were identified in Boston.
Documentation prepared to support fair consideration decisions in Boston
contained two additional weaknesses. In three cases, the decision
documentation suggests that not all MAA contractors were included in
those fair consideration evaluations, but it does not indicate why not 
all contractors were considered. Further, the documentation in three 
other decisions indicates that price was not considered in these cases, 
although price must be considered in all fair consideration decisions. 

In three regional offices, GSA has taken some action to improve its fair
consideration documentation. Specifically, in response to concerns that
we initially raised during our prior review of early MAA contract
implementation efforts, [Footnote 13] GSA improved its decision 
documentation in Cleveland and Indianapolis by including additional 
analyses and clarifying memorandums in those contract files. In 
addition, Denver staff have also taken action to correct their files. 

Nevertheless, GSA has yet to take nationwide action to improve its fair
consideration documentation. Currently, weak documentation of fair
consideration decisions makes it difficult to determine the basis upon 
which a contractor was selected for a task order. These problems were
permitted to occur because GSA did not establish uniform guidelines to
ensure that all regional offices were documenting fair consideration
decisions in a manner consistent with the FAR. As a result, in 19 
percent of the cases we reviewed, GSA, customer agencies, MAA 
contractors, and the Congress do not have assurance that the procedure 
followed by GSA to award MAA task orders was properly applied. 

Use of Requests for Quotations Produced Mixed Results, but Limited Data 
Preclude a Thorough Evaluation: 

In MAA multiple-award cities, GSA attempted to reduce the cost of
telecommunications services by asking contractors to submit price
quotations to compete for task orders. However, the process had mixed
results in the only MAA city in which we could do a partial evaluation. 
(We could not do a comprehensive evaluation because of limitations in
documentation.) For acquiring some types of services, substantial 
savings were realized by the use of Requests for Quotations (RFQ), but 
for others, the savings were not sufficient to offset the cost of 
paying pre-MAA prices during the time taken to complete the process. 

GSA’s most common approach to selecting contractors for task orders was
to issue an RFQ, rather than basing decisions on published contract 
prices alone: specifically, GSA followed this process in 347 out of the 
394 decisions reached in the 11 MAA cities in which fair consideration
processes were conducted. [Footnote 14] Of the 11 cities, GSA issued 
RFQs to support fair consideration in 8. (In the 3 other cities—Boston, 
Los Angeles, and St. Louis—the documentation was not sufficient to 
determine whether GSA issued RFQs.) Denver was the only city, of the 11 
reviewed, where GSA staff documented their actions while reaching most 
fair consideration decisions. As a result, Denver was the only city 
where we could make an assessment (although still partial[Footnote 15]) 
of the cost-effectiveness of the RFQ process. We were not able to 
comprehensively evaluate the cost-effectiveness of the RFQ process 
across all 11 MAA cities, or to partly assess processes in any other 
city, because the documentation maintained was not sufficient for that 
purpose. 

Despite their limitations, data available on the RFQ process in Denver
indicate substantial differences in savings realized, depending on the 
types of local telecommunications services acquired; therefore, this 
process may not be cost-effective for acquiring all types of local 
telecommunications services. GSA used its MAA contracts in Denver to 
acquire two types of services: one type is a large telephone line, 
known as a trunk, which is used to interconnect a customer-owned 
switch, called a private branch exchange (PBX), [Footnote 16] to the 
contractor’s network; the second type is a voice telephone line served 
by a switch that is owned and operated by the contractor. According to 
our evaluation of Denver’s records for 119 fair consideration decisions 
[Footnote 17] that preceded award of task orders for these two types of 
services, the benefit of the RFQ process (over the life of the 
contracts) varied between the two. Specifically, in five of the eight 
cases where GSA sought to buy PBX trunks, the MAA contractor waived or
reduced service initiation charges, reduced its monthly recurring cost, 
or both (no additional benefits were derived by this process in the 
three other cases). For PBX services, the net savings were 
substantial—an estimated $790,000. [Footnote 18] 

In contrast, for switched voice services, the benefits of using the RFQ
process were less substantial, and the available data suggest that they
were not sufficient to offset the savings deferred while the process was
completed. In 23 of 111 cases, additional cost or price reductions were
obtained in the form of waived or reduced service initiation charges 
that did offset the value of savings deferred. However, in 88 cases, 
the benefit realized did not offset the deferred savings. Thus, using 
the RFQ process to acquire all switched voice services instead of 
taking immediate advantage of low MAA contract prices was not cost-
effective. 

GSA was not able to maximize the value of the RFQ process for the 
benefit of its customers, however, because it did not institute 
performance measures that would allow it to gauge cost-effectiveness 
and determine where the RFQ process would be most suitable for 
acquiring local telecommunications services, or that would aid in 
identifying where its processes could be improved. Furthermore, because 
adequate documentation of fair consideration decisions was not 
maintained throughout this program, GSA does not have the data it would 
need to evaluate its processes throughout its MAA cities and to make
improvements. As a result, GSA is unable to direct the most suitable and
cost-effective use of the RFQ process in the administration of its MAA
contracts. 

Conclusions: 

Inconsistencies in GSA’s process and practices for determining how it
awards MAA task orders to its contractors are hampering its ability to 
appropriately administer these contracts; because these inconsistent
processes are not transparent, contractors may not be able to compete
most effectively. In addition, weaknesses in documenting fair
consideration decisions and inadequate oversight of the process
undermine GSA’s ability to assure customer agencies, MAA contractors,
and the Congress that the procedures it followed to award MAA task
orders were always appropriately and fairly applied. Further, because it
did not establish measures that would enable it to learn from the fair
consideration experiences in its regional offices, GSA was unable to 
gauge the cost-effectiveness of RFQ processes so that it could make the 
most suitable and effective use of RFQs to acquire local 
telecommunications services. As a result, GSA cannot provide assurance 
that its MAA fair consideration processes are sound, and that they 
provide the government the maximum benefit from the MAA contracts. 

Recommendations for Executive Action: 

We recommend that the Administrator of General Services establish a
common process for GSA to consistently follow in reaching its fair
consideration decisions under the MAA contracts, and that he direct the
FTS Commissioner to oversee the proper application of this process. This
common process should include a uniform time frame for comparing MAA
contractor prices, and it should specify the cost elements (such as
reconfiguration costs) to be considered in those comparisons. Should
local conditions warrant deviation from this common process, we
recommend that GSA document these deviations and communicate them
to GSA’s MAA contractors, so that all MAA stakeholders have a clear and
consistent understanding of the process being followed. This process
should include the management oversight necessary to ensure adherence
to the FAR prohibition against the use of agency preference in decisions
on task orders valued at more than $2,500. 

We also recommend that the Administrator of General Services direct the
FTS Commissioner to establish and apply uniform guidelines for
documenting fair consideration decisions that are sufficient to ensure 
that GSA appropriately reaches its decisions to award task orders. For 
each fair consideration decision, this documentation should include: 

* the rationale for the decision;
* the supporting contractor price comparison; and; 
* support for other factors considered in reaching the decision, such as
technical and past performance considerations, as appropriate. 

We further recommend that the Administrator of General Services direct
the FTS Commissioner to develop performance measures to determine when 
the RFQ process best achieves program goals. Once GSA has outcomes for 
these measures, it should evaluate the results of its RFQ process to 
identify potential improvements and to determine its most suitable and 
cost-effective use. 

Agency Comments and Our Evaluation: 

In written comments on a draft of this report, the Administrator of 
General Services agreed with our recommendations and indicated that GSA 
was acting to implement them. Specifically, GSA has created draft 
guidance on its fair consideration process under MAA procurements, and 
it plans to disseminate this guidance to all its FTS regional offices 
by April 11, 2003. According to the Administrator, this guidance 
addresses all our recommendations and will ensure consistency in the 
fair consideration process and supporting documentation. GSA also 
provided technical comments that we have incorporated into this report 
as appropriate. GSA’s written comments are presented in appendix III. 

As agreed with your office, unless you publicly announce the contents of
this report earlier, we will not distribute it until 30 days from its 
issue date. At that time, we will send copies of this report to the 
Ranking Minority Member, Committee on Government Reform, and interested 
congressional committees. We will also send copies to the Director of 
the Office of Management and Budget and the Administrator of the 
General Services Administration. Copies will be made available to 
others on request. In addition, this report will be available at no 
charge on our Web site, at [hyperlink, http://www.gao.gov]. 

Should you or your staff have any questions on matters discussed in this
report, please contact me at (202) 512-6240. I can also be reached by 
Email at koontzl@gao.gov. Other key contributors to this report are 
Scott Binder, Harold Brumm, Barbara Collier, Kevin E. Conway, Frank 
Maguire, Mary Marshall, Charles Roney, and Michael Stiltner. 

Sincerely yours, 

Signed by: 

Linda D. Koontz: 
Director, Information Management Issues: 

[End of section] 

Appendix I: Termination Charges and Service Initiation Charges: 

At your request, we evaluated the effect of contract termination charges
and contract service initiation charges (SIC) [Footnote 19] on the 
results of fair consideration decisions for awarding task orders in 
cities with multiple-award Metropolitan Area Acquisition (MAA) 
contracts. Under acquisition contract law, agencies are permitted to 
consider termination charges and SICs in contract award decisions. 

Our analysis of termination charges showed that they had minimal impact
on fair consideration decisions. The General Services Administration
(GSA) included these charges in 16 contract price comparisons in Dallas,
the only city in which they were relevant. [Footnote 20] Termination 
charges had a direct effect on 5 of 16 fair consideration decisions; in 
other words, those 5 decisions might have resulted in an award to 
another contractor if Dallas had not included the termination charges 
as part of its contract price comparisons. [Footnote 21] 

Our analysis of SICs showed that they were included as a cost factor in
GSA’s fair consideration price comparisons in 7 of 11 MAA cities: 
Boston, Cleveland, Dallas, Indianapolis, Minneapolis, New York, and 
Philadelphia. In these 7 cities there were 272 fair consideration 
decisions that included SICs in price comparisons, and SICs were a 
deciding factor in 61 of these decisions. That is, if SICs had not been 
part of GSA’s analyses, the award decision would have been issued to 
another contractor in 22 percent of those decisions. SICs did not 
affect more decisions primarily because of the period of time used in 
comparing contractor prices. In 90 percent of fair consideration 
decisions where SICs were identified as a cost factor, GSA used the 
contract life-cycle period as the evaluation time frame. When SICs were 
amortized over the life of the contract, these charges were usually not 
large enough to influence fair consideration decisions. 

For the balance of the decisions, SICs were not included in price 
comparisons, the treatment of SICs could not be determined, or cost
comparisons were not completed: 

* In all 44 decisions in Los Angeles and in 9 decisions in Boston, no 
SICs were included in fair consideration price comparisons. 

* Contract price comparisons were not completed to support four fair
consideration decisions in Boston, one in Philadelphia, and one in 
Atlanta, because only one MAA contractor was responsive to their RFQs. A
contractor price comparison was also not completed to support one fair
consideration decision in New York City, where the award was based on
the urgency of the requirement. 

* In all nine decisions in St. Louis, seven decisions in Boston, five 
decisions in New York City, and two decisions in Indianapolis, we could 
not determine whether SICs were used in making fair consideration 
decisions because the documentation was not sufficient to permit us to 
make that determination. 

In the remaining MAA city, Denver, SICs were not included in comparisons
of contractor prices; only monthly recurring charges were included for
comparison purposes. However, in 22 of its 128 price comparisons in
Denver, GSA did cite the value of SICs in recommending that task order
awards be made to contractors with a higher monthly recurring cost for
services, because the agency could save more money over the contract
life; we verified the accuracy of those analyses. To show the total 
cost of the MAA service in those cases where the recommended contractor
charged SICs, GSA staff in Denver disclosed these charges as a separate
item in the decision results presented to customer agencies. This
disclosure was an amortization analysis indicating the time that it 
would take for monthly MAA contract savings to amortize that one-time 
cost. 

[End of section] 

Appendix II: Objectives, Scope, and Methodology: 

In our review of the Metropolitan Area Acquisition (MAA) contracts 
managed by the General Services Administration (GSA), our objectives
were to determine (1) whether GSA’s fair consideration process varies
within or among cities, and if so, whether or not variations affect the
process results; (2) whether GSA’s documentation properly and
appropriately supports its fair consideration decisions; and (3) whether
the use of Requests for Quotations in the fair consideration processes
followed by GSA is cost-effective. We also determined whether contract
termination charges and service initiation charges affected GSA’s fair
consideration decisions. 

We reviewed all fair consideration decisions made by GSA during calendar
year 2001 as part of the MAA contracts’ service ordering process. To
determine whether there were variations in the fair consideration 
process, we reviewed the fair consideration procedure outlined in the 
MAA contracts, applicable acquisition guidelines, and GSA Federal 
Technology Service guidance and direction on the fair consideration 
procedure. Using the decision documentation maintained by the GSA 
regional offices, we then reviewed the steps taken by those offices in 
conducting their fair consideration processes. We gathered and assessed 
documentary and testimonial explanations for variations within or among 
MAA regional offices in their fair consideration processes. 

To determine whether GSA’s documentation properly and appropriately
supports its fair consideration decisions, we reviewed appropriate 
federal contract administration guidelines including the Federal 
Acquisition Regulation (sections 4.801 and 16.505) and Office of 
Federal Procurement Policy guidance (May 4, 1999, Memorandum for Agency 
Senior Procurement Executives regarding “Competition and Multiple Award 
Task and Delivery Order Contracts”), as well as MAA contract language
outlining the fair consideration procedure. We then reviewed the
documentation maintained by GSA’s regional offices to support fair
consideration decisions. This documentation included, where available,
contractor price information, GSA’s analyses that compared contractor
prices, and other memorandums supporting and documenting the decision
process. We also reviewed the task order documentation prepared by GSA
following its fair consideration decision, in order to match the service
ordered with the decision reached. 

To determine whether the use of Requests for Quotations (RFQ) in the 
fair consideration processes followed by GSA is cost-effective, we 
reviewed regional offices’ documentation to determine whether data were 
available that would permit the evaluation of time taken to complete 
the fair consideration process. Following our review of the 
documentation, we selected Denver as a multiple-award MAA city where 
the documentation available was sufficient to permit evaluation of key 
aspects of that process, such as determining the approximate time taken 
to complete the RFQ process and the benefits derived from that 
additional competition. Specifically, we used data regarding the RFQ 
issue date and the date when Denver completed its analysis to determine 
the time taken to complete that process in the 79 decisions where those 
data were available. In the 40 other decisions where data were not 
available regarding the complete process (3 cases pertaining to PBX 
service and 37 cases pertaining to switched voice services), we assumed 
that the process was completed at the same time that GSA received the 
final contractor RFQ response. [Footnote 22] We also examined 
documentation to determine, for each decision, any additional benefit 
realized as a result of the RFQ process, such as lowered monthly prices 
or waived or reduced service initiation charges. Where data were 
available to determine whether the value of benefits derived from the 
RFQ process justified the time required to complete that process, we 
compared pre-MAA prices for services with MAA prices, in order to 
calculate a baseline savings provided by the MAA contracts. We then
evaluated the cost of the RFQ process exclusively in terms of the 
monthly savings that were deferred until the fair consideration process 
was completed. We did not include the labor cost expended by GSA or its 
MAA contractors in completing this process. 

To determine the effect of contract termination charges and service
initiation charges on fair consideration decision results, we reviewed 
the price comparisons that were prepared by GSA regional offices. Where
applicable, we calculated prices for services with and without these
additional charges to determine whether the decision supported was
influenced by these charges. 

We conducted our review from May 2002 through February 2003, in
accordance with generally accepted government auditing standards. 

[End of section] 

Appendix III: Comments from the General Services Administration: 

GSA Administrator: 
U.S. General Services Administration: 
1800 F Street, NW: 
Washington, DC 20405-0002: 
Telephone: (202) 501-0800: 
Fax: (202) 219-1243: 
[hyperlink, http://www.gsa.gov]: 

March 31, 2003: 

The Honorable David M. Walker: 
Comptroller General of the United States: 
General Accounting Office: 
Washington, DC 20548: 

Dear Mr. Walker: 

Thank you for the opportunity to respond to the General Accounting 
Office (GAO) draft report entitled: "GSA Needs to Improve Process for 
Awarding Task Orders for Local Services." The report addressed three 
primary areas: whether GSA's implementation of the fair consideration 
process is consistent, the effect of any inconsistency, and the 
adequacy of GSA's documentation to support the decisions reached. 

Prior to responding to the recommendations, I would like to outline 
some significant factors that impacted our efforts as we undertook the 
implementation of the Metropolitan Area Acquisition (MAA) program. The 
MAA program broke new ground in that it was the first full-scale 
implementation in the deregulated competitive telecommunications 
marketplace; therefore, it was the first true multi-vendor environment 
in the local telecommunications arena. This environment was new for the 
Federal Technology Service (FTS), our customers, and our industry 
partners. It created the need for significant process changes over the 
pre-MAA environment. The application of fair consideration in the 
service order process was a significant operational change. GSA has 
learned a great deal as we have worked through the myriad of issues we 
faced in this new environment, and we have ongoing efforts underway to 
continue to improve our management of this program. 

Overall, I agree with the GAO recommendations and will implement 
additional actions to improve our program. In response to the 
recommendation regarding the establishment of a common process for GSA 
to consistently follow in reaching its fair consideration decisions 
under the MAA contracts, GSA has implemented corrective measures. The 
GSA MAA Program Management Office has created a document entitled 
"Guidance for Fair Consideration under the Metropolitan Area 
Acquisition Procurements," which will be disseminated to all FTS 
regional offices no later than April 11, 2003. The guidance addresses 
all elements of each recommendation. This guidance will ensure 
consistency in the fair consideration process and in supporting 
documentation. 

Regarding the six instances cited in your report where "GSA violated 
the Federal Acquisition Regulation (FAR) by incorrectly using agency 
preference as a basis...for selecting a contractor for an MAA task 
order," there often is an acceptable underlying reason for a customer 
to request a particular service provider, however, it may not be 
properly articulated and reflected in documentation. We are confident 
that the aforementioned guidance, which specifically reminds our 
organizational components that agency preference cannot be a criterion 
for an award, will ensure future FAR compliance. 

I agree with the GAO recommendation regarding the establishment and 
application of uniform guidelines for documenting fair consideration 
decisions. The aforementioned fair consideration guidance outlines the 
documentation requirements for all decisions. The guidance addresses 
all elements of this recommendation and will ensure uniformity and 
thoroughness of documentation as we move forward in the MAA program. 
The MAA Request for Proposal and early implementation documents did not 
clearly state the documentation requirements for decisions that were 
solely based on lowest contract price. For this reason, approximately 
40 percent of the decisions cited in your report were inadequately 
documented but were clearly awarded to the lowest cost service 
provider. The guidance specifically addresses the documentation 
requirements for decisions based solely on lowest contract price. 

I also agree with the GAO recommendation regarding the value of 
determining when the Request-for-Quote (RFQ) process best achieves 
program goals. We have begun an initial assessment to identify and 
summarize the conditions for which an RFQ would produce the most 
favorable results. Upon completion of this assessment, we will 
determine appropriate guidance to be disseminated to the FTS regional 
offices that addresses the RFQ process. In the interim, the fair 
consideration guidance document advises regional officials to assess 
the cost/benefit of the RFQ process prior to issuance. 

In conclusion, Ms. Sandra N. Bates, Commissioner, Federal Technology 
Service, and I want to thank the GAO Review Team for their 
professionalism and their recommendations. The depth of the review and 
the willingness of the GAO Review Team to delve below the surface of 
issues have contributed to the continued success of the MAA program. As 
we approach 100 percent MM transition completion, we are very proud of 
the MAA program and the many benefits it has brought to our Federal 
customers. 

Sincerely, 

Stephen A. Perry: 
Administrator: 

[End of section] 

Footnotes: 

[1] Requests for Quotations are used in acquisitions to communicate 
government requirements to prospective contractors and to solicit 
quotations from them regarding price and other factors. In this report, 
the term “Request for Quotations” refers to a request from GSA to MAA 
contract vendors for price and other information. These Requests for
Quotations are authorized by section G.2.1, “Service Price Quotes,” of 
the MAA contract, as follows: “The contractor shall provide price 
quotes for specific services and features when requested by the GDR or 
ADR prior to submitting a service order request. The price quote shall 
identify all recurring and nonrecurring charges, the service 
availability date, the date when the price quote will become 
nonbinding, and appropriate technical information that describes the 
service.” 

[2] Consistent with the request letter, we use the term “fair 
consideration” for the task order award process established by the 
Federal Acquisition Regulation, Part 16, requiring that each vendor be 
accorded “a fair opportunity to be considered for each order.” 

[3] Three of these decisions were made based on price alone, and 
therefore would have been directly affected. The two other decisions 
were made based on price and technical considerations; it is unclear 
from the documentation, however, how the technical considerations 
supported those decisions. Therefore, in those two cases, we are unable 
to predict whether inclusion of termination charges resulted in a 
different choice of contractor. 

[4] The MAA service ordering process is outlined in Section G.2 of the 
MAA contracts, including the prescribed procedure to give fair 
consideration to contractors for task order awards under the contract. 

[5] A service initiation charge is a charge to a customer by a 
telecommunications provider for the initiation of a new 
telecommunications service, such as the installation of a new
telephone line. 

[6] Testimony of Sandra Bates, FTS Commissioner, General Services 
Administration, before the Subcommittee on Technology and Procurement 
Policy (June 13, 2001). 

[7] Reconfiguration costs are associated with the need to move, add, or 
change telephone lines, services, or features after they have been 
installed. 

[8] Testimony of Sandra Bates, FTS Commissioner, General Services 
Administration, before the Subcommittee on Technology and Procurement 
Policy (June 13, 2001). 

[9] Although Denver used a 1-month price comparison period for 83 
percent of its fair consideration decisions, it also identified life-
cycle cost savings to customer agencies. 

[10] In 16 of 20 cases, GSA cites price and technical considerations as 
the basis for its decisions. 

[11] We identified two additional cases in Boston citing agency 
preference as a factor; however, because adequate documentation was not 
maintained, we are unable to determine what services were ordered and 
therefore whether those decisions breached the $2,500 threshold. 

[12] Contract documentation requirements are outlined in section 4.801 
of the FAR. The FAR and Office of Federal Procurement Policy guidance 
require that task order awards be documented adequately in the contract 
file to provide a history of the transaction and a complete background 
for informed decisions at each step in the acquisition process. 

[13] The results of that review were reported earlier: U.S. General 
Accounting Office, Telecommunications: GSA Action Needed to Realize 
Benefits of Metropolitan Area Acquisition Program, GAO-02-325 
(Washington, D.C.: Apr. 4, 2002). 

[14] Documentation in 89 cases was not sufficient to determine whether 
or not an RFQ process was used. 

[15] In general, the complete RFQ process has four segments. In the 
first segment, GSA prepares and issues the RFQ to the MAA contractors. 
In the second, the contractors prepare and submit their RFQ responses. 
In the third, GSA reviews and accepts the RFQ responses. Finally, GSA 
compares contractor prices and awards task orders. The documentation in 
40 of 121 cases in Denver was not sufficient to allow a complete 
assessment, because it did not permit us to determine the time it took 
to complete all discrete segments of the process, such as the time to 
compare contractor prices, which would be essential to a complete 
assessment. Because of this limitation, we could not comprehensively 
evaluate this process, nor can we present results in precise terms. In 
2 of the 121 decisions, sufficient data were not available to permit 
any analysis. The available data for the other 119 decisions do 
suffice, however, to permit general observations. Additional 
information on our methodology is disclosed in appendix II. 

[16] A private branch exchange (PBX) is a communications switching 
system serving an organization and normally located on the 
organization’s premises. 

[17] Denver made 128 fair consideration decisions, but they issued RFQs 
to contractors in only 121 of those decisions. In 2 of those 121 
decisions, sufficient data were not available to permit any analysis. 

[18] To estimate net savings, we identified those fair consideration 
decisions where the government benefited either through waived or 
reduced service initiation charges or through further reductions in 
contract pricing, and we estimated the total value of these benefits. 
In all cases, we then estimated the value of monthly savings deferred 
until the RFQ process was completed. We evaluated the difference 
between these two figures to determine the net cost or net savings 
associated with the RFQ process. In 40 of the 119 decisions evaluated, 
complete data were not available regarding the final segment of this 
process (3 cases pertaining to PBX service and 37 cases pertaining to 
switched voice services). In those cases, we assumed that the process 
was completed at the same time that GSA received the final contractor 
RFQ response. Because this assumption may reflect a shorter time period 
than use of an actual process completion date for these cases, the 
effect of this assumption is to minimize the value of savings deferred, 
and as a result, our estimates may overstate the potential net savings 
and may understate any potential net loss. The value of net savings is 
expressed in constant year 2001 dollars. 

[19] Service initiation charges are charges to a customer by a 
contractor for the initiation of a new telecommunications service, such 
as the acquisition of a new line or a new feature. 

[20] Contract termination charges were a factor in Dallas because 
termination charges were part of a Southwestern Bell Aggregated Switch 
Procurement (ASP) contract that was awarded before the MAA contracts. 
That contract imposes a $25.90 charge to disconnect each line from the 
ASP service when the customer transitions to a contractor other than
Southwestern Bell. (Specifically, the contract identifies a charge of 
$19.92 per line. After applying its surcharge to that amount, GSA 
charges the agency a disconnect charge of $25.90.) 

[21] Three of these decisions were based on price alone, and two were 
based on price and technical considerations. It is unclear from the 
decision documentation, however, how technical considerations supported 
these decisions. 

[22] Because this assumption may reflect a shorter time period for 
these cases, the effect of this assumption is to minimize the time 
taken to complete the RFQ process, and therefore the value of savings 
deferred during that period. As a result, our estimates may overstate
the potential net savings and may understate any potential net loss. 

[End of section] 

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 [hyperlink, 
http://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 
[hyperlink, http://www.gao.gov] and select “Subscribe to daily E-mail 
alert for newly released products” under the GAO Reports Order GAO 
Products 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: [hyperlink, http://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: