Outdoor Venture Corporation; Applied Companies
Highlights
Outdoor Venture Corporation and Applied Companies protest the terms of request for proposals No. W31P4Q-07-R-0052, issued by the U.S. Army Aviation and Missile Command anticipating the award of an indefinite-delivery/indefinite-quantity (ID/IQ) task order contract for the Standardized Integrated Command Post System Family of Trailer Mounted Support Systems (SICPS/TMSS) in support of the U.S. Army's Tactical Operations Centers. The protesters argue that the SICPS/TMSS solicitation is improperly bundled and that DHS Systems LLC (DHS), the incumbent, has an unfair competitive advantage in this procurement.
B-299675; B-299676, Outdoor Venture Corporation; Applied Companies, July 19, 2007
DOCUMENT FOR PUBLIC RELEASE
The decision issued on the date below was subject to a GAO Protective Order. This redacted version has been approved for public release.
Matter of: Outdoor Venture Corporation; Applied Companies
David J. Taylor, Esq., William J. Spriggs, Esq., and Stephanie J. Dawson, Esq., Spriggs & Hollingsworth, for the protesters.
Jeffrey I. Kessler, Esq., and Glenda J. Collins, Esq., U.S. Army Materiel Command, for the agency.
Linda C. Glass, Esq., and Ralph O. White, Esq., Office of the General Counsel, GAO, participated in the preparation of the decision.
DIGEST
1. Contention that a consolidated procurement violates the bundling provisions of the Small Business Act, 15 U.S.C. sect. 631(j)(3) (2000), is denied where the record shows that all of the requirements covered by the solicitation were already being procured as a single system.
2. Protest that agency's bundling of requirements violated the Competition in Contracting Act of 1984, 10 U.S.C. sect. 2305(a)(1) (2000), as amended, is denied where the agency has established in the record that its consolidated approach is needed to satisfy its needs, and the protester has not shown that the approach will not provide the benefits claimed, or is unreasonable.
DECISION
Outdoor Venture Corporation and Applied Companies protest the terms of request for proposals No. W31P4Q-07-R-0052, issued by the U.S. Army Aviation and Missile Command anticipating the award of an indefinite-delivery/indefinite-quantity (ID/IQ) task order contract for the Standardized Integrated Command Post System Family of Trailer Mounted Support Systems (SICPS/TMSS) in support of the U.S. Army's Tactical Operations Centers. The protesters argue that the SICPS/TMSS solicitation is improperly bundled and that DHS Systems LLC (DHS), the incumbent, has an unfair competitive advantage in this procurement.
BACKGROUND
The RFP, issued on an unrestricted basis on
In 2005, the SICPS/TMSS was procured for the Army through
a Defense Logistics Agency (DLA) ID/IQ contract awarded to DHS through full and
open competition. CO's Statement at
3. The Army states that it purchased
all its requirements for the SICPS/TMSS from the DLA contract which were
delivered fully integrated. While the
DLA ID/IQ contract is still available to fulfill additional SICPS/TMSS
requirements, the Army has decided to establish a separate contract for the
system since the agency's projected requirements exceed the maximum ordering
quantity under the DLA contract.
The protesters argue that this solicitation violates the Federal Acquisition Regulation (FAR) and the Small Business Act by improperly bundling requirements previously awarded to small businesses; that the solicitation is unduly restrictive; and that DHS, the incumbent, has an unfair competitive advantage. The protesters state that they cannot submit a proposal under the solicitation because they are not able to provide all of the required products. Outdoor can provide the tents and Applied can provide the ECUs.
BUNDLING
The protesters first contend that this requirement violates the bundling restrictions under the Small Business Act, and that the agency failed to conduct appropriate market research to show that the bundling was necessary; failed to reasonably justify the bundling of requirements; and failed to timely notify the Small Business Administration (SBA) of its decision to bundle the requirements and provide a statement regarding its justification for bundling.
In response, the agency explains that the TMSS routinely has been purchased as a packaged system under the earlier DLA contract. The agency further explains that the TMSS components cannot be purchased separately in a cost effective manner but rather, must be procured as an integrated package. The agency states that its market research consisted of reviewing vendors' literature, pamphlets, specifications, and face-to-face briefings/meetings, as well as observing and discussing vendors' evolving capabilities and products at exhibitions, symposiums, and trade shows. The agency also argues that any challenge to bundling in this solicitation is untimely. [1]
The Small Business Reauthorization Act of 1997, Pub. L. No. 105-135 (1997), provided that to the maximum extent practicable, each agency shall avoid unnecessary and unjustified bundling of contract requirements that precludes small business participation in procurements as prime contractors. 15 U.S.C. sect. 6319 (j)(3) (2000). Bundling, for purposes of the Act means consolidating 2 or more requirements for goods or services previously provided or performed under separate smaller contracts that is likely to be unsuitable for award to a small-business concern. 15 U.S.C. sect. 632(o)(2); see FAR sect. 2.101. Separate smaller contract . . . means a contract that has been performed by 1 or more small business concerns or was suitable for award to 1 or more small business concerns. 15 U.S.C. sect. 632(o)(3); see FAR sect. 2.101.
Our review of the record here shows that the SICPS/TMSS is currently being purchased as a packaged system under a DLA contract with DHS, and that the system has not been provided under separate smaller contracts. Further, the record shows that the SBA and the Small and Disadvantaged Business Utilization Specialist agreed that this requirement was not suitable for award to 1 or more small business concerns. Accordingly there is no consolidation of two or more requirements in this procurement as contemplated by the Small Business Act and the Small Business Act requirements pertaining to bundling are therefore not applicable here.
The protesters also argue that this solicitation
represents an improperly bundled or total package procurement in violation of
the Competition in Contracting Act of 1984 (CICA). 10 U.S.C. sect. 2305 (a)(1) (2000). The protesters maintain that the Army has
consolidated these requirements for no reason other than convenience, which,
the protesters argue is not a sufficient rationale for bundling. The reach of the restrictions against total
package or bundled procurements in CICA is broader than the reach of
restrictions against bundling under the Small Business Act, Phoenix
Scientific Corp., B-286817,
The Army states that the SICPS/TMSS is a mission critical
system. CO's Rebuttal Comments at 1-
3. It is currently fielded for troops in
While the protesters disagree with the Army's need for the proven integration and compatibility of these systems, we think the agency has met its burden of showing a reasonable need for buying these items as a total system. We also see nothing unreasonable in the Army's rejection of the protesters' contention that the agency could enter into a separate integration contract. The Army responds that having a separate contract for an additional company to integrate all the separate components would not be time or cost effective, and that the Army would run the risk of not being able to procure enough systems in the event of a surge requirement.
RESTRICTIVE SPECIFICATIONS
The protesters argue that the solicitation is unduly restrictive of competition because it (1) unnecessarily consolidates these requirements; (2) does not provide enough information to permit potential offerors to submit a responsive offer; and (3) does not provide enough time for potential awardees to meet the government's requirements for delivery of the first shipment.
With respect to the protesters' argument that the bundling of this requirement was unduly restrictive of competition, as explained above, the agency's determination to procure the requirement as a total system does not violate either the Small Business Act, or the Competition in Contracting Act restrictions. Regarding the argument that the solicitation did not provide enough information to permit potential offerors to submit responsive offers, the protesters now acknowledge that additional information provided by the agency through amendments to the solicitation has addressed this concern.[2] Protesters' Comments at 16.
Further, concerning the protesters' argument that the time
allowed for the submission of proposals and the delivery schedule are such that
only DHS, the incumbent, can meet these deadlines, we note first that
contracting agencies are required by statute to allow a minimum 30-day response
period for all but a limited number of procurements. See 15 U.S.C. sect. 637(e)(3)(B). Here, since more than 30 days response time
was provided, we have no basis to object to the procurement on this basis
alone. American Contract Servs., Inc.,
B-231903,
This procurement was for non-developmental commercial
items and was initially synopsized on
Turning to the related contention that the delivery schedule essentially guarantees award to DHS and precludes small businesses from competing, we again disagree.
When a protester challenges a solicitation's delivery
schedule as unduly restrictive of competition, the burden initially is on the
procuring agency to establish prima facie support for its contention that the
restriction is reasonably related to meet its minimum needs. Once the agency establishes support for the
challenged solicitation terms, the burden shifts to the protester to show that
they are clearly unreasonable. Microwave
Radio Corp., B-227962,
The agency responds that since the SICPS/TMSS is needed in the field as soon as possible and since the system is comprised of commercial items, it was determined that a delivery requirement of 90 days after award was reasonable and not overly restrictive. Further, the agency points out that it received [DELETED] proposals that did not take exception to the 90-day delivery schedule. In its response to the agency's report, the protesters merely repeat their argument that the 90-day delivery schedule can only be met by DHS, the incumbent, and notes that the 90-day delivery schedule is not necessary since the agency is capable of purchasing the system through the DLA contract.
We find that the agency provided sufficient support for the short delivery schedule, and that the protesters have not met their burden of showing that the agency's requirements are unreasonable.
Unfair Competitive Advantage
The protesters argue that DHS, the incumbent, has an unfair competitive advantage from its involvement in developing the TMSS system. The protesters assert that only DHS possesses access to certain information pertinent to the solicitation, which it gained through its work and relationship with the Army under the current contract, and contend that the firm was involved in the Army's preparation of the contract specifications.
Given our conclusions on the other issues raised by these
protesters, we think neither is an interested party to pursue this complaint at
this juncture. Under the bid protest
provisions of the CICA, 31 U.S.C. sections 3551-3556 (2000 & Supp. IV 2004), only
an interested party may protest a federal procurement. That is, a protester must be an actual or
prospective supplier whose direct economic interest would be affected by the
award of a contract or the failure to award a contract. 4 C.F.R. sect. 21.0(a). Determining whether a party is interested
involves consideration of a variety of factors, including the nature of the
issues raised, the benefit of relief sought by the protester, and the party's
status in relation to the procurement. Four
Winds Servs., Inc., B-280714,
The protest is denied.
Gary L. Kepplinger
General Counsel
[1]
We disagree with the agency's contention that the bundling issue should be
dismissed as untimely because it was raised more than 10 days after the
protesters knew, from a
[2] Although in subsequent submissions, the protesters provided specific examples of alleged inadequate specifications, the record shows that the solicitation, as amended, adequately described the agency's requirement.