Shutterstock_2549577143.jpg

Size Protest Considerations in Set-Aside Negotiated Procurements Lacking a Pre-Award Notice

In negotiated procurements set aside for small businesses, agencies are required to provide a pre-award notice of award to all offerors stating the name and address of the apparently successful offeror to permit size protests with the Small Business Administration (SBA). Upon receiving the pre-award notice, unsuccessful offerors have five business days to file a size protest with the contracting officer (CO), who must then forward it to the SBA Government Contracting Area office in the area where the successful offeror is headquartered. The relevant SBA Area office typically makes a size determination within 15 business days of receiving the protest. However, if the CO fails to provide a pre-award notice of award, the size protest must still be submitted to the CO within five business days of the oral notification or other public announcements regarding the identity of the apparently successful offeror. The Government Accountability Office (GAO) will not consider an award improper due to procedural deficiencies, such as a lack of pre-award notice, unless a timely post-award size protest is filed and the awardee is found to be other than small.

In B-419149.3, a decision issued on January 4, 2021, the GAO found the award proper, notwithstanding the agency’s lack of pre-award notice to offerors due to the protester’s failure to file a timely post-award size protest with the SBA. The Navy issued the underlying request for proposals (RFP) for transportation management and logistics support services at the Anderson Air Force Base in Guam. The agency received proposals from five offerors before the closing date, with the protester and the awardee both submitting revised final proposals following the seventh amendment. During the best-value evaluation, the source selection evaluation board assigned identical adjectival ratings to the protester and the awardee on all non-price factors. Eventually, the awardee was selected for the award due to its proposed price of $22.3 million, which was roughly $5 million less than the protester’s. Notably, the Navy failed to provide a pre-award notice to the protester, who only learned the awardee’s identity following the award. Among other arguments in its GAO protest, the protester argued that the Navy violated FAR 15.403(a)(2) by failing to provide it a pre-award notice regarding the agency’s intent to award the contract to the awardee.

The protester took the position that it was prejudiced by the Navy’s procedural failure because, had it received the pre-award notice, it would have challenged the awardee’s size status and eligibility for the small business set-aside award. Meanwhile, the Navy maintained that the protester was not prejudiced by the lack of pre-award notice because it still had the option to file a post-award size status protest with the SBA upon notification of the award, but chose not to exercise that option. In its decision, the GAO explained that the purpose of the pre-award notice contemplated in FAR 15.403(a)(2) is to permit size protests. Furthermore, the Small Business Act gives the SBA conclusive authority to determine matters of small business size status. Accordingly, in cases where the procuring agency fails to give the necessary pre-award notice to permit size protests, the GAO will not find the award improper unless the protester files a timely post-award size protest and the SBA determines that the awardee was not small. Here, the protester did not allege that it filed a post-award size protest with the SBA within five business days of receiving the award notification. Therefore, the GAO determined that the protester was not competitively prejudiced and denied the protest.

Under the procedural requirements of FAR part 15, agencies must provide a pre-award notice of award to all offerors once negotiations are complete and responsibility determinations are made. The notice includes the name and address of the apparently successful offeror and informs offerors that the government will not consider subsequent revisions of their proposals. The purpose of this pre-award notice is to allow unsuccessful offerors to challenge the size or small business status of the successful offeror. In cases where the procuring agency fails to meet this procedural requirement and does not provide a pre-award notice, unsuccessful offerors who wish to challenge the awardee’s small business status must still file their size protest with the CO within five business days of receiving actual or constructive notice of the award. Since the SBA is the conclusive authority to resolve matters of small business size status, in the absence of an SBA determination that the awardee is not small for the procurement at issue, the GAO will not entertain arguments concerning the awardee’s size status under its bid protest function.

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-77.jpg

The federal government must base its acquisition decisions on sufficiently supported facts and data. While acquisition decisions such as set-aside determinations are squarely within the government’s discretion as a matter of business judgment, the underlying data and analysis supporting such decisions must be accurate. Similarly, when the government makes set-aside decisions based on market research, any assumptions on which the market research is based must also be correct. Additionally, the results of the market research must themselves be current, accurate, and complete. When the government relies on flawed market research to support its set-aside determinations, prospective offerors may protest those decisions in the form of pre-award protests that challenge the terms of a solicitation.

In B-422433.2, the Government Accountability Office (GAO) sustained such a pre-award protest challenging the government’s small business set-aside determination based on an outdated market survey, which was conducted under an incorrect assumption. The request for proposal (RFP) subject to the protest was issued by the Navy’s Naval Undersea Warfare Center (Navy) to acquire SONAR sounding sets via a single award indefinite delivery indefinite quantity (IDIQ) contract. The acquisition implicated the “Rule of Two” and the “Nonmanufacturer Rule.” The interplay of these rules with the facts and circumstances surrounding the procurement ultimately rendered the Navy’s set-aside decision unreasonable.

more
TLF-Federal-Procurement-Insight-97.jpg

Under the Small Business Act and the Office of Federal Procurement Policy Act, federal agencies must publish notices of proposed contract actions and modifications exceeding $25,000 on the System of Award Management (SAM) unless an exception listed in Federal Acquisition Regulation (FAR) 5.202 applies. In other words, the government must publish all notices, which the FAR requires to be published via the governmentwide point of entry (GPE), SAM.gov. The SAM.gov GPE is the single point where contractors and the public can electronically access government business opportunities. Importantly, once the government publishes the synopses of a procurement action on SAM.gov, contractors are presumed to have “constructive notice” of the action. Under the doctrine of constructive notice, a party is imputed knowledge of a matter, even if it does not have actual knowledge of the matter at issue. Thus, as long as the government publishes the notice of an action via SAM.gov, contractors or interested offerors may not cite a lack of actual notice as prejudicial because they are presumed to have constructive notice of the published procurement action.

Thus, when an offeror fails to find or view a notice or a solicitation posted by the contracting officer (CO) on SAM.gov, that offeror is precluded by the presumption of constructive notice from subsequently filing a protest alleging it was denied a fair opportunity to compete. In B-416623, a small business contractor alleged that it was denied an opportunity to compete for a Department of Agriculture solicitation for the acquisition of foreclosure legal services and related technical support. In its protest filed at the Government Accountability Office (GAO), the protestor contended that the government never provided it with a copy of the solicitation and it could not locate the solicitation on the FedBizOpps website, which was the GPE before SAM.gov. The protestor took the position that it diligently pursued the subject opportunity through the FedBizOpps website by signing up for automatic updates and performing regular searches for relevant key terms. However, despite its best efforts, the protestor was unable to find or view the solicitation and thus failed to respond in a timely manner. In applying the presumption, the GAO charged the contractor with constructive notice and rejected the protestor's argument that the government had denied it a fair opportunity to compete.

more
Shutterstock_2579549875-2.jpg

The rule of two requires that all contracts above the micro-purchase threshold be set-aside for small businesses, provided there is a reasonable expectation that two or more responsible small business concerns would submit offers at fair market prices and those offers are competitive in terms of quality and delivery. Under the recent overhaul of the Federal Acquisition Regulation (FAR), the rule of two was retained for contracts above the simplified acquisition threshold (SAT), in addition to the statutory requirement that the rule apply to contracts between the micro-purchase and simplified acquisition thresholds. Notably, the revised FAR part 19 removes the requirement for the government to consider socioeconomic set-asides before small-business set-asides. Furthermore, the revised FAR 19.104, which was previously located at FAR 19.502-2, clarifies that, while small business set-asides are required at the master contract level under the rule of two, set-asides are encouraged but not mandatory at the order level for multiple-award contracts. It is also within the contracting officer’s (CO) discretion to follow the rule of two for orders issued under the Federal Supply Schedule (FSS).

more
Shutterstock_2625734049-2.jpg

At the time of issuance of a federal contract solicitation, the contracting officer (CO) must designate the single North American Industry Classification System (NAICS) code that best describes the principal purpose of the solicitation and specify the corresponding size standard. The Small Business Administration (SBA) establishes the size standard for various NAICS codes. To participate in small business set-aside procurements, contractors must qualify under the relevant size standard based on maximum annual receipts or employee count. The Small Business Act gives the SBA conclusive authority to resolve protests and other matters related to the small-business size status of contractors for federal procurements. Similarly, the SBA Office of Hearings and Appeals (OHA) has the exclusive authority to resolve NAICS code appeals. Accordingly, the Government Accountability Office (GAO), in its bid protest function, does not review protests challenging a contractor’s size status, SBA decisions on whether a contractor is a small business, or whether the procuring agency selected the appropriate NAICS code for a particular procurement.

In B-405417.2, the GAO declined to review a post-award challenge based on the awardee’s size status, along with the SBA’s determination regarding the same. The Army issued a small business set-aside invitation for bid (IFB) for solid waste services at Fort Lee, Virginia. The IFB contemplated an award to the lowest-priced, responsible, and responsive bidder. The awardee had the low bid of roughly $4.5 million, while the incumbent-protester had the second-lowest bid of roughly $4.6 million. The protester filed a size protest with the SBA, which was denied. Next, the incumbent contractor appealed the denial of the size protest to the SBA OHA, which remanded the matter for a new size determination. On remand, almost a year and a half later, the SBA again determined that the awardee qualified as a small business for the subject procurement. The protester again appealed to the OHA, but this time its appeal was denied, and the contract was awarded.

more

Size Protest Considerations in Set-Aside Negotiated Procurements Lacking a Pre-Award Notice

TILLIT LAW Bid Protest Insights