Insight #25-7 -Bid Protests.jpg

Pre-Award Protests Challenging Methodologies for Exchanges in Federal Supply Schedule Solicitations

Government agencies utilize the simplified procedures in Federal Acquisition Regulation (FAR) 8.4 to acquire commercial products and services at negotiated discounted rates from pre-qualified vendors. Despite the simplified procedures, procuring agencies must be fair and equal when conducting exchanges with offerors under the FAR 8.4 Federal Supply Schedule (FSS) program. Notably, while the provisions of FAR part 15 governing contracting by negotiation include provisions relevant to post-proposal discussions with offerors, they do not apply to competitive FSS procurements. Under FAR part 15, when an agency conducts discussions with an offeror to obtain essential information relevant to the determination of acceptability of the offeror’s proposal or provides that offeror an opportunity to revise or modify its proposal, it must afford the same opportunity to all other offerors in the competitive range. In other words, the procuring agency may not conduct unequal discussions with offerors in the competitive range. Similarly, although specific procedures of FAR part 15 are inapplicable, solicitations for FAR 8.4 procurements must still contemplate procedures governing exchanges that are fair and equal, failing which the terms of the solicitation may be challenged during pre-award protests.

In B-422281.3, the Government Accountability Office (GAO) denied a pre-award bid protest challenging the terms of a FAR 8.4 solicitation as treating offerors unfairly and unequally when the relevant terms permitted the procuring agency to hold exchanges with only one downselected vendor and allowed that vendor to revise its quotations based on those exchanges. The Defense Information Systems Agency (DISA) issued the solicitation under the General Services Administration’s (GSA) FSS program for technology architecture governance services on a best-value basis. The request for quotation (RFQ) encouraged prospective offerors to submit their best quotations and warned that the government anticipated downselecting a “best-suited” contractor from the initial responses without engaging in exchanges with the offerors. An amendment to the RFQ also put offerors on notice that once the government downselected a best-suited offeror, it reserved the right to communicate with only that offeror. During the exchanges with the best-suited offeror, the government could address any remaining issues, including requiring revisions to technical or price quotations, if necessary, before finalizing a task order award. If the parties were unable to resolve any remaining issues, the government would then conduct exchanges with the next best-suited offeror, and so forth, until the task order was awarded. Before the deadline for the receipt of quotations had passed, the protestor filed a pre-award protest challenging the terms for exchanges included in the amended RFQ as unfair and unequal.

In its decision issued on December 20, 2024, the GAO began its analysis by noting that it had previously denied post-award protest grounds involving similarly worded solicitation provisions in FAR 8.4 procurements. In those protests, the GAO had ruled that challenges to the propriety of the scope of exchanges contemplated by solicitations had to be filed as pre-award protests before the deadline for submission of proposals. The GAO further noted that FAR part 15 negotiated procurement procedures did not apply to FAR 8.4 procurements. Therefore, as long as the terms of exchanges outlined in the solicitation were fair and equal, and the agency’s actions during the exchanges were consistent with the terms of the solicitation, there would be no basis on which to sustain the protest. In the present protest, the protestor timely challenged the terms of the solicitation by filing a pre-award protest a few hours before the deadline for submission of quotations. However, despite the timeliness of the protestor’s pre-award challenge, the GAO again denied the protest, finding that the solicitation provision at issue did not contemplate unfair or unequal agency action. The GAO reminded the protestor that agencies were not required to conduct exchanges or discussions following the procedures of FAR part 15 in FAR 8.4 procurements.

In support of its decision, the GAO also pointed to FAR 1.102-5(e) for the proposition that if a particular procedure or strategy is in the best interest of the government but is not specifically addressed in the FAR or otherwise prohibited by law, the government did not have to assume that it was prohibited. Consequently, since provisions of FAR part 15 were inapplicable to the FAR 8.4 solicitation at issue, the relevant solicitation language permitting exchanges with a lone downselected offeror and allowing that offeror to revise its quotations following exchanges, was proper as it treated all offerors equally up to the point a single “best-suited” offeror was downselected. Moreover, it was also noted that FAR 15.306 permits agencies to establish a competitive range of all the most highly rated proposals and then only conduct discussions with offerors in the competitive range. Additionally, nothing in FAR part 15 prevents procuring agencies from limiting the competitive range to only one offeror. Therefore, a scenario similar to the present procurement is technically permitted under FAR part 15, where an agency establishes a competitive range of only one offeror and then proceeds to conduct discussions with only that offeror, provided the other offerors are properly excluded from the competitive range. Therefore, the GAO denied the protest, holding that as long as the agency reasonably and fairly evaluated the quotations to downselect one “best-suited” offeror, the solicitation provision reserving the agency’s right to only conduct exchanges with that offeror and allowing that offeror to modify or revise its quotation following those exchanges, did not amount to unfair and unequal treatment.

While FAR part 15 procedures are not applicable to procurements conducted under the simplified procedures of FAR 8.4, agencies are still required to treat contractors fairly and equally. This broad requirement of fair and equal treatment governs the procuring agency’s exchanges with offerors in FSS procurements. Significantly, this protest was the first time the GAO resolved a pre-award challenge to the terms of a FAR 8.4 solicitation permitting the government to conduct exchanges that were the functional equivalent of FAR part 15 discussions with only one “best-suited” offeror. While the GAO found that solicitation language contemplating such exchanges was not inherently improper in this case, contractors should note that nothing in this decision prevents unsuccessful offerors in FAR 8.4 procurements from challenging the reasonableness of the procuring agency’s decision to not downselect them as the best-suited offeror. In other words, while the procuring agency may choose to downselect a single offeror and only hold exchanges analogous to FAR part 15 discussions with that one offeror, the other offerors may still protest underlying agency actions and decisions that led to the selection of the best-suited offeror. Additionally, as demonstrated in this decision, protests challenging specific provisions in a solicitation governing exchanges with offerors must be filed as pre-award protests. Ultimately, in resolving protests challenging methodologies for exchanges in procurements conducted under the streamlined procedures of FAR 8.4, the protest adjudicative forum will seek to ensure that the exchanges do not violate applicable laws or FAR provisions and that all offerors are treated fairly and equally.

This Bid Protest Insight is provided as a general summary of the applicable law in the practice area and does not constitute legal advice. Contractors wishing to learn more are encouraged to consult the TILLIT LAW PLLC Client Portalor Contact Us to determine how the law would apply in a specific situation.

Related Insights

TLF-Bid-Protest-Insight-12.jpg

Prospective contractors may raise pre-award protests challenging solicitations that contain flawed evaluation methodologies. While the government has discretion in selecting the appropriate evaluation methodologies for fulfilling its procurement needs, the stated evaluation scheme must generally provide a meaningful basis for differentiating between offerors, while supporting a reasonable award decision. Pre-award protests that challenge the government’s evaluation methodologies are distinct from post-award protests filed due to flawed agency evaluations or disparate treatment of offerors. Such pre-award challenges are raised in response to the agency's planned approach to evaluate one or more solicitation factors, rather than a failure to adequately evaluate the proposals.

While it is within the agency’s discretion to select an appropriate method to assess offeror pricing, the agency may not use an evaluation method that produces a flawed or misleading result. In B-409872.2, the GAO sustained a pre-award bid protest because it found that the solicitation’s price evaluation methodology could produce misleading evaluation results when analyzing the competitiveness of price proposals. The solicitation issued by the Defense Commissary Agency (DeCA), contemplated an indefinite-delivery requirements contract for fresh fruit and vegetables for military commissary stores in South Korea, Japan, and Guam. The commissary stores provided groceries and household items to members of the military and other authorized patrons. The incumbent contractor responsible for fulfilling the fresh fruit and vegetables requirement for the commissary store protested the solicitation terms for allegedly containing a flawed pricing evaluation methodology.

more
TLF-Federal-Procurement-Insight-13.jpg

The Federal Acquisition Regulation (FAR) encourages open communications between the government and its prospective contractors from the early stages of requirements identification up to the submission of proposals. Such exchanges of information between government stakeholders and prospective contractors often lead to early identification and resolution of procurement issues. These early-stage communications may relate to various topics, including acquisition strategy, planning schedules, requirements feasibility, suitability of proposal instructions, and evaluation criteria. Such open communications also provide prospective offerors and industry stakeholders an opportunity to resolve any questions or concerns about the upcoming procurement in a timely manner. The government utilizes several different techniques to provide information to and receive input from prospective contractors before the receipt of proposals.

Such methods include industry or small business conferences, public hearings, market research, one-on-one meetings with potential offerors, pre-solicitation notices, draft requests for proposals (DRFP), and requests for information (RFI). Depending upon the nature, scope, and size of the procurement, the procuring agency may employ one or more of these techniques to solicit industry input. For instance, since the FAR does not require a specific format for RFIs, the government may utilize RFIs when it does not intend to award a contract presently but nevertheless wishes to obtain price, delivery, capabilities, or other market information for acquisition planning purposes. Meanwhile, a complex multi-stage solicitation for a sizeable dollar-value procurement may require a combination of RFIs, pre-solicitation conferences, site visits, and industry days to gather the requisite input during the pre-solicitation and pre-award phases.

more
TLF-Bid-Protest-Insight-54.jpg

The General Services Administration (GSA) directs and manages the Federal Supply Schedule (FSS) program, which allows federal agencies to obtain commercial products and services through a simplified acquisition procedure under Federal Acquisition Regulation (FAR) part 8. When procuring services through the GSA FSS, government agencies use established procedures to place orders to pre-approved vendors, satisfying the Competition in Contracting Act’s (CICA) full and open competition requirements. In obtaining the FSS contract, service vendors provide functional descriptions for labor categories (LCATs) for the services they intend to offer via the GSA FSS. When procuring services through the GSA FSS, federal government agencies must ensure that the services are within the scope of an awardee’s applicable FSS contract LCATs. If the services being procured on the FSS task order are outside the scope of the awardee’s proposed LCAT functional descriptions, the award may be protested for being outside the scope of the vendor’s underlying FSS contract.

more
TLF-Federal-Procurement-Insight-100.jpg

Notifications and debriefings provided to offerors regarding the success or failure of their proposals play a key procedural role in negotiated procurements. For successful offerors, the contracting officer (CO) provides an executed contract or other such notice of award. Meanwhile, unsuccessful offerors receive notifications about their exclusion from award consideration and, if requested, debriefings that can provide valuable insight into why their proposals were not selected for award. Thus, pre and post-award notifications and debriefings play a vital role in promoting transparency and integrity of the procurement system. Accordingly, the Federal Acquisition Regulation (FAR) requires COs to provide timely notifications to offerors regarding the success or failure of their proposals. Pre-award notifications are provided to unsuccessful offerors when their proposal is excluded from the competitive range or otherwise eliminated from award consideration before the final award. On the other hand, post-award notifications are sent to both successful and unsuccessful offerors advising them of the award decision.

Notifications to Successful and Unsuccessful Offerors

more

Pre-Award Protests Challenging Methodologies for Exchanges in FSS Solicitations

TILLIT LAW Bid Protest Insights