Shutterstock_696251473.jpg

Protesting the Scope of Agency Corrective Actions as Overly Broad

Procuring agencies often take corrective actions in response to bid protests, both following bid protest decisions and voluntarily before decisions are rendered on the merits of the protest. The scope of corrective actions is typically within the discretion of the procuring agency, provided the action is appropriate to remedy a flaw that the agency believes exists in its procurement process. Protesters may nevertheless challenge the scope of corrective actions as overly broad or too narrow, with the former challenge typically more difficult to sustain. When filing such protests at the Government Accountability Office (GAO), protesters should file within ten days of the announcement of the corrective action, if revised proposals are not required. Otherwise, protesters must file their protests before the deadline for submitting the revised proposals. In such protests, the GAO will generally not object to a particular corrective action taken by a procuring agency, provided the action reasonably relates to and remedies the concern that prompted it.

In B-423269.2, a protest decision issued on April 23, 2025, the GAO denied a bid protest challenging the scope of the procuring agency’s corrective action as overly broad. The underlying procurement involved a request for proposal (RFP) issued by the United States Marine Corps (USMC) for the acquisition of support services for its Program Manager Expeditionary Radars portfolio. The RFP contemplated a best-value tradeoff evaluation and was issued under Navy’s SeaPort indefinite-delivery, indefinite-quantity (IDIQ) contract. The USMC received two timely proposals in response to the RFP, which were subsequently evaluated. The agency assigned the protester’s technical proposal an overall rating of “acceptable” with a total evaluated price of approximately $35.5 million. Meanwhile, the awardee’s proposal received a technical rating of “outstanding” with an evaluated total price of approximately $54 million and was determined to represent the best value to the government. In its initial protest, the protester challenged the USMC’s evaluation of its technical proposal and argued that the agency had failed to adequately explain why the awardee’s proposal justified a 52% price premium.

In response, the agency decided to undertake voluntary corrective action, providing that it would reevaluate the technical proposals and again conduct a tradeoff analysis to issue a new source selection decision. Additionally, as part of the corrective action, the USMC decided to amend the solicitation to request revised price proposals and include a solicitation provision permitting the agency to conduct price realism analysis. Following the agency’s notice of intent to take voluntary corrective action, the protester filed a second protest challenging the scope of the agency’s proposed corrective action as overly broad. Specifically, the protester argued that it was unreasonable for the amended solicitation to include a price realism provision because the protester’s prior protest did not allege that USMC had failed to evaluate proposals for realism. The protester maintained that the agency’s corrective action could not be justified because there was no need to remedy a perceived defect that did not exist in the first place.

The USMC responded by stating that, upon reviewing the initial proposals, the contracting officer (CO) determined that amending the RFP to include a price realism provision was in the best interests of the government. In his statement, the CO expressed concern that some of the prices in the original proposals were so drastically low that they indicated the offeror’s failure to comprehend the complexity and risks associated with the contract requirements. The CO explained that any concerns with unrealistic pricing during the initial evaluation were mitigated by the agency’s selection of the initial awardee’s higher-rated, higher-priced proposal, which was priced in line with the agency’s independent cost estimate. However, since the reevaluation following the initial protest could result in the consideration of significantly lower-priced proposals for award, the agency took the position that it was essential to assess whether the pricing of such proposals was realistic. Therefore, USMC asserted that adding a price realism provision to the RFP as part of the agency’s corrective action was reasonable to address its identified concerns.

The GAO agreed with the agency, noting that the USMC had adequately explained that, given the significant spread between the proposed prices in the initial proposals, the CO believed that some of the prices reflected a failure to fully comprehend the complexity and risks associated with the solicited requirements. Furthermore, due to the fixed-price nature of the task order, it was reasonable for the agency to seek to avoid a scenario where the awardee is unable to fulfill the contract requirements at the awarded price. In this context, amending the RFP to include a price realism evaluation provision was appropriate, as it would allow the USMC to address the risks identified by the CO. The GAO also determined that, under the circumstances, including the price realism provision in the amended RFP was well within the agency’s discretion. Therefore, finding no basis to object to USMC’s proposed corrective action, the GAO denied the protest.

Protesters may challenge the scope of the procuring agency’s corrective action as overly broad or too narrow. During such protests, the GAO’s review is limited to whether the corrective action is appropriate under the circumstances to remedy the flaws identified by the agency in the procurement process. It is of no consequence whether the corrective action is aimed at remedying the flaws alleged in a prior protest if the GAO did not issue a decision on the merits of the protest due to the agency’s decision to take voluntary corrective action. Protesters should remember that agencies have wide discretion to take corrective action, and the details of the corrective action are typically within the sound discretion and judgment of the contracting agency. Consequently, protests challenging the scope of the agency’s proposed corrective action as overly broad are generally more difficult to sustain than protests alleging that the corrective actions were too restrictive. In this regard, if the corrective action is reasonably related to the documented flaw in the procurement process identified by the procuring agency, the GAO will not disturb the details of the agency’s corrective action, as they are squarely within the agency’s discretion.

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 Portal or Contact Us to determine how the law would apply in a specific situation.

Related Insights

TLF-Bid-Protest-Insight-56.jpg

When evaluating the pricing of prospective contractors, the government must determine whether the proposed pricing is realistic for the work to be performed. The government performs price realism analysis to ensure that the offerors’ pricing reflects a clear understanding of the technical performance requirements. While the Federal Acquisition Regulation (FAR) does not provide agencies with a specific roadmap to conduct price realism analysis, the government must still conduct realism analysis on proposed pricing where the solicitation so requires. Furthermore, the government must also conduct such an analysis if the solicitation advises offerors that the government will review proposed pricing to ensure that the prices are not so low that they demonstrate a lack of understanding of the technical requirements. In the latter scenario, the solicitation must also warn offerors their proposed solution may be rejected if the government determines their proposed pricing as unrealistic. By conducting price realism analysis in such situations, the government ensures that offeror pricing is consistent with the proposed technical solution.

In B-422309, the Government Accountability Office (GAO) sustained a protest alleging that the price realism analysis conducted by the Air Force was unreasonable. The April 2024 bid protest decision concerned a Request for Proposal (RFP) that contemplated the award of an indefinite-delivery, indefinite quantity (IDIQ) contract for base operations support services at the Homestead Air Reserve Base in Florida. Under the IDIQ contract, the Air Force planned to issue fixed-price, time and material (T&M) and cost-reimbursable task orders for the management of materiel, fuel, and services such as ground transportation, traffic operations and real property maintenance. The evaluation under the RFP was to be conducted in two phases, first of which involved an evaluation of proposed pricing. Notably, the RFP advised prospective offerors that their proposed pricing would be evaluated for price realism, if necessary. The RFP also warned prospective offerors that their proposed prices must be based on their corresponding technical approach and demonstrate a logical correlation to the staffing proposed in the technical approach. All offerors with unfavorable proposed pricing were to be excluded from the competition after the first phase. Under the second phase of the evaluation, the Air Force would evaluate the offerors’ proposals for technical acceptability, starting with the lowest priced proposal. To conclude the second phase, the technically acceptable proposals would be evaluated for past performance, with the Air Force finally awarding the contract to the proposal offering the most favorable combination of price and past performance.

more
TLF-Bid-Protest-Insight-71.jpg

Government agencies must document their evaluations decisions in sufficient detail to provide a reasonable basis to support an award. When a protestor challenges the reasonableness of the government’s evaluation in the form of a bid protest, adjudicative forums such as the Government Accountability Office (GAO) first question whether the government’s evaluation is adequately documented before determining whether the evaluation is consistent with the solicitation’s stated evaluation criteria. Therefore, when an agency fails to document its evaluation or retain evaluation materials, it bears the risk that there may not be sufficiently detailed supporting rationale in the record for the adjudicative forum to conclude that the government had a reasonable basis for the award decision. In such cases, the GAO will typically sustain the protest challenging the government’s evaluation decision and recommend that the agency reevaluate the proposals and sufficiently document its rationale. The adjudicative forum will also generally recommend that the procuring agency terminate the awarded contract for the government's convenience if as a result of the reevaluation, an offeror other than the awardee is in line for the award.

more
Shutterstock_2307202485.jpg

During the solicitation phase of a procurement, the government may disseminate information regarding the solicitation to prospective offerors. If the information is in writing, signed by the contracting officer, and provided to all prospective offerors, it contains the essential elements of a solicitation amendment and may operate as such. Bid protest adjudicative forums have previously held that questions and answers (Q&As) published with amendments to a solicitation are considered part of the amended solicitation’s requirements. Thus, if the government’s answers clarify or even modify existing solicitation requirements, prospective offerors must submit proposals that conform to those updated requirements. Furthermore, whether an answer the government provides imposes a particular requirement is ultimately a matter of solicitation interpretation. To resolve matters of interpretation in bid protests, adjudicative forums such as the Government Accountability Office (GAO) look to determine the plain meaning of the solicitation language. Similarly, the principle of whole-text interpretation is also employed, and the interpretation that gives meaning to all the solicitation’s requirements without creating conflicts or rendering parts of the solicitation superfluous prevails as reasonable.

more
Insight #25-10 - Bid Protests.jpg

Government Accountability Office (GAO) bid protest regulations provide government agencies and protestors 10 days to file their requests for reconsideration after the basis for reconsideration is known or should have been known. This typically means that in the absence of significant development or changes, the parties have 10 days from the issuance of the GAO’s protest decision to file their request for reconsideration. Requests to change or modify GAO’s recommended remedy are also considered requests for reconsideration and when filing such requests, the parties must adhere to the 10-day filing deadline. If the request for reconsideration is untimely, the GAO may not consider it, regardless of the party filing the request. This is because GAO regulations do not contain a provision granting the office discretion to consider untimely requests for reconsideration, even when a significant issue is involved or for good cause shown. Thus, unsuccessful protestors who wish to file requests for reconsideration with the GAO should ensure strict adherence to the 10-day filing deadline.

On December 12, 2024, the GAO sustained a post-award bid protest in B-422938; B-422938.2, finding that the government’s answer to a contractor question during the Q&A period amounted to a mandatory solicitation requirement that had to be met at the time of proposal submission, and which the awardee’s proposal had failed to satisfy. This protest was the subject of the year’s first TILLIT LAW Featured Insight article published on January 2, 2025. In that post-award protest decision, the GAO concluded that the Air Force had erred in awarding an approximately $180 M task order for portable satellite terminals to a small business holder of the National Aeronautics and Space Administration (NASA) Solution for Enterprise-Wide Procurement (SEWP) indefinite delivery, indefinite quantity (IDIQ) contract. The protestor’s solution, which was technically acceptable and met solicitation requirements at the time of proposal submission, had a total evaluated price of approximately $300 M. The GAO recommended that the Air Force either reevaluate the proposals and issue the award to an offeror that proposed a terminal assembly that met the solicitation requirements or amend the solicitation to reflect the government’s actual needs.

more

Protesting the Scope of Agency Corrective Actions as Overly Broad

TILLIT LAW Bid Protest Insights