TLF-Bid-Protest-Insight-13.jpg

Protesting Task or Delivery Orders Exceeding the Scope of Underlying Master Contracts

The Competition in Contracting Act (CICA) mandates the use of procurement procedures enabling full and open competition in federal acquisition. Agencies may not place task or delivery orders that fall outside the scope of the underlying blanket purchase agreement (BPA) or indefinite delivery indefinite quantity (IDIQ) contract as such requirements are subject to full and open competition under CICA. In such protests, the protestors generally challenge the award against the master contract by alleging that the task or delivery order improperly exceeded the scope of the underlying master contract. The adjudicative forum must then decide whether material differences in scope exist between the order at issue and the relevant underlying master contract.

In B-412821, the Government Accountability Office (GAO) sustained such a bid protest challenging the issuance of an out-of-scope sole-source delivery order under a Government Services Administration (GSA) Federal Supply Schedule (FSS) Blanket Purchase Agreement (BPA). The protest involved the acquisition of Microsoft e-mail products for the Internal Revenue Service (IRS). The BPA was issued in 2013 for maintenance and software assurance services for the IRS’s existing inventory of Microsoft products and services for a period of three years. The BPA included a complete schedule of the Microsoft product licenses owned by the IRS and their quantities. Under the BPA, the IRS was expressly permitted to upgrade and use the latest version of each Microsoft product during the term of the BPA if it so chose. Additionally, if Microsoft products owned by the IRS became unsupported by the manufacturer, the IRS retained the right to convert its licenses to comparable, supported products at no cost. In other words, by utilizing this BPA, the IRS intended to keep its portfolio of Microsoft licenses up to date with the latest versions.

The delivery order subject to the protest was placed against the BPA by the IRS in June 2014. The protestor alleged that the IRS was exceeding the scope of the underlying BPA by improperly acquiring email-as-a-service (EaaS) capabilities on a sole-source basis. Notably, the IRS’s email capabilities at that point resided entirely on local agency computers and were obtained using more than 100,000 Office Professional Pro Licenses on a term basis. The protestor argued that since EaaS was a cloud-based product that did not install software on local IRS computers, it was distinct from what the IRS contemplated acquiring under the BPA. Therefore, the IRS should have competed its EaaS requirements among vendors capable of providing the service.

The IRS denied the protestor’s allegations and stated that it did not acquire a new EaaS capability. Instead, the IRS maintained that it simply upgraded its Microsoft licenses to the latest version of Microsoft products, as was its prerogative under the BPA. Specifically, the contracting officer (CO) stated that the IRS upgraded its “Office Professional Plus” licenses to “Office Pro Plus” licenses on a term basis, pointing out that the licenses would all reside locally on IRS computers. Notably, the “Office Pro Plus” product was a “hybrid” cloud email solution enabling the IRS to host most of its email users on the cloud while hosting certain user accounts requiring enhanced security locally on IRS servers. However, the government argued that despite this hybrid capability, the IRS did not deploy any user email accounts to the cloud. Additionally, the CO stated that the IRS did not purchase an EaaS capability or acquire a Microsoft 365 product. Therefore, the IRS argued that in acquiring “Office Pro Plus” licenses under the BPA, it was simply upgrading to the “latest and greatest” version of the “Office Professional” product as it had done for years.

The GAO disagreed, finding that the CO’s representations were factually inaccurate. Specifically, the GAO found that the “Office Pro Plus” product acquired under the BPA was an Office 365 cloud-based product distinct from the “Office Professional Plus” licenses owned by the IRS. In the decision, the GAO pointed to an IRS senior IT official’s email, which noted that the official had not been advised of the agency’s acquisition of Office 365 licenses. In the email, the agency official also referred to the “Office Pro Plus” product as a “cloud solution for email.” In addition to pointing to the hybrid nature of the cloud email solution, the GAO also noted the differences between Microsoft product literature for the hybrid cloud product licenses acquired and the licenses originally contemplated under the BPA.

Specifically, the IRS had “Exchange Standard Client Access Licenses” in its existing inventory under the BPA. Microsoft product literature described these licenses as enabling users to access an organization’s own network server. On the other hand, the protested delivery order placed an order for Microsoft’s “Exchange Online Service,” which was described by Microsoft as a product designed to host emails on Microsoft servers in the cloud. Therefore, the GAO found that the IRS had acquired a cloud-based Microsoft 365 EaaS product via the delivery order despite the underlying BPA not identifying any cloud-based products. Such an acquisition exceeded the scope of the BPA because the BPA’s terms limited acquisition under it to updated or replacement versions of preexisting software already installed locally on agency computers. Finally, the GAO also determined that the IRS’ decision not to utilize Microsoft cloud servers by deploying the acquired software product locally within the IRS computing environment was made in reaction to the subject protest. Therefore, the GAO sustained the protest by deciding that the IRS used the delivery order to acquire a “hybrid” cloud-based email solution materially different from the products contemplated under the BPA.

CICA's full and open competition requirements apply to task or delivery orders that exceed the scope of the underlying master contracts. Thus, FSS delivery orders outside the scope of the underlying BPA are subject to the requirement for competition. When protesting task or delivery orders that exceed the scope of the underlying master contract, protestors must demonstrate that the order is materially different from the underlying master contract. Protestors can prove this by showing that the task or delivery order could not have been reasonably anticipated when the underlying master contract was initially awarded. Protestors can find evidence of material difference by comparing the terms of the master contract at the time of award with the terms of the task or delivery order. If the terms of the master contract or its solicitation did not reasonably advise offerors of the potential for the type of work contemplated by the task or delivery order, the order may be protested for violating competition requirements.

This Bid Protests Insight provides 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 Portal or Contact Us to determine how the law would apply in a specific situation.

Related Insights

TLF-Contract-Claims-Insight-7.jpg

Contractors often face situations requiring them to enter bilateral contract modifications towards the end of a contract to close it out. To avoid incurring excessive costs and liability in such situations, contractors should carefully consider whether the modifications increase the scope of the contract beyond what was initially agreed upon. Federal contractors should review the impact of any applicable Federal Acquisition Regulation (FAR) provisions in their contract on the modification at issue, as recovery under future requests for equitable adjustments and claims may depend on it.

The Armed Services Board of Contract Appeals (ASBCA), in one of its first decisions of 2024, reminded contractors to carefully assess the scope and governing authority before agreeing to bilateral contract modifications. In ASBCA No. 61819, the contractor brought unsuccessful claims of contract changes based on economic waste theory and differing site conditions against NASA. The contract involved construction work on an aircraft parking apron and taxiway at a NASA flight facility in Virginia. It included the Default (Fixed-Price Construction) clause from FAR § 52.249-10(a) and an Inspection of Construction clause from FAR § 52.246-12. The contract also contained Technical Direction and Special Instruction provisions that prohibited the Contracting Officer’s Representative (COR), Government inspectors, or any other Government employees from issuing technical directions that waived or changed any contract provisions without written authorization from the Contracting Officer (CO).

more
TLF-Contract-Claims-Insight-47.jpg

While there are ways in which subcontractors may achieve privity of contract, they may not generally bring direct claims against the Government due to a lack of privity. Therefore, subcontractor claims against the Government are typically asserted by prime contractors as pass-through claims. However, prime contractors may only bring such pass-through claims if they meet the requirements of the Severin Doctrine. First articulated by the Court of Claims in 1943, the Severin Doctrine bars pass-through subcontractor claims unless the prime contractor itself remains liable to claims by the subcontractor. While the Severin Doctrine has evolved through its application to various pass-through claims scenarios, at its outset, it barred the assertion of pass-through claims unless the prime contractor either reimbursed the subcontractor due to the Government’s fault or was at least liable to make such a reimbursement in the future.

Based on the principles of sovereign acts immunity and privity of contract as applied to government contracts, the Severin Doctrine requires the prime contractor to have at least some demonstrable exposure to subcontractor liability. To prevent pass-through claims through this affirmative defense, the Government typically points to any provisions in the subcontract that tend to exculpate the prime contractor from liability to the subcontractor. When entering teaming arrangements, contractors should be aware that if the subcontract agreement contains a clause completely or specifically exonerating a prime contractor from liability to the subcontractor for pertinent damages, then the prime contractor may not assert a related pass-through claim against the Government. Prime contractors are similarly barred from asserting pass-through claims if the subcontract specifically extinguishes prime contractor liability upon the meeting of certain requirements, such as the subcontractor being granted additional time or the acceptance of final payment.

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
Expanded Protestor Standing for Potential Subcontractors under Percipient.jpg

Government agencies are required to acquire and use commercially available products and services to the maximum extent practicable. In the implementation of 10 U.S.C. § 3453, government agencies are required to ensure that prime and subcontractors at all levels incorporate commercially available products and services as components of items supplied to the government. Under the Tucker Act, 28 U.S.C. § 1491(b)(1), interested parties are permitted to file suit in the Court of Federal Claims (COFC) challenging (1) a solicitation issued by a federal agency, (2) an award or a proposed award of a contract, or (3) any alleged violation of statute or regulation in connection with a procurement or a proposed procurement. The Federal Acquisition Streamlining Act (FASA) of 1994 contains a “task order bar” that removes from Tucker Act coverage any protests in connection with the issuance or proposed issuance of task or delivery orders that are below the monetary threshold of $25M for defense procurements and $10M for non-defense procurements.

On June 7, 2024, in Percipient.AI v. U.S. (23-1970), the Court of Appeals for the Federal Circuit (CAFC) addressed the interplay of these statutes to carve out a new rule conferring standing upon manufacturers of commercially available products and services to bring a protest alleging harm to their direct economic interests due to the government’s violation of 10 U.S.C. § 3453 – when their product or service has a substantial chance of meeting the government’s needs, either partially or completely, and when they take care not to directly or indirectly challenge the solicitation, contract award, or proposed contract award. The decision may be of particular interest to commercial software manufacturers that produce software in emerging sectors that satisfy at least some of the government’s solicited requirements in large-value procurements. In Percipient.AI, the National Geospatial-Intelligence Agency (NGA) issued the “SAFFIRE” solicitation contemplating a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to sustain and improve its processes for obtaining and storing visual intelligence data and integrating those capabilities with a form of user-facing artificial intelligence (AI) called computer vision (CV). The NGA simultaneously solicited Task Order 1 of the IDIQ, which, in pertinent part, directed the contractor to develop and deliver the CV suite of systems. While the protestor produced commercial software that could meet the government’s CV system requirements, it could not meet the storage component of the contract. Therefore, in reliance on the government’s and the eventual awardee’s anticipated compliance with 10 U.S.C. § 3453, the protestor chose not to bid for or protest the SAFFIRE solicitation or the eventual contract award to a large systems integrator.

more

Protesting Task or Delivery Orders Exceeding the Scope of Underlying Master Contracts

TILLIT LAW Bid Protest Insights