Shutterstock_2344307019-2.jpg

Contractor Responsibility Considerations in the GSA FSS Program

The General Services Administration (GSA) Federal Supply Schedule (FSS) program provides federal agencies with a streamlined process for acquiring commercial goods and services. The GSA awards indefinite-delivery contracts after following the contractor responsibility requirements outlined in the Federal Acquisition Regulation (FAR). Under FAR 9.1, contracting officers (COs) must determine a prospective contractor’s responsibility, or capability to perform, before awarding a contract. The requirement for an affirmative responsibility determination applies to the award of the FSS contract, not to orders placed under it. This is because responsibility determinations must be made for prospective contractors rather than existing ones, and the GSA makes an affirmative responsibility determination before the contractor’s overarching indefinite-delivery FSS contract is awarded. This approach is consistent with the regulatory framework governing responsibility determinations, which renders the concept of responsibility inapplicable once a contract has been awarded. However, if the CO nevertheless elects to make a responsibility determination before placing an FSS order, he must do so in a reasonable manner.

In B-296493.6, the Government Accountability Office (GAO) first explained that agencies are not required to make responsibility determinations when placing orders under pre-existing FSS contracts. The Department of Housing and Urban Development (HUD) issued a task order under a contractor’s FSS contract for operational support and corrective maintenance services for the HUD Tenant Rental Assistance Certification System (TRACS). The request for quotation (RFQ) contemplated a best value award of a fixed-price task order with a two-month base period and two one-month options. The agency received two quotations by the closing date of receipt of quotations, with the awardee bidding a total price of $264,202 and the protester submitting a quote of $529,627. When the agency found the two offers technically equal and awarded the task order to the lower-priced quote as representing the best value to the government, the protester filed its protest. Among other arguments, the protester alleged that the CO failed to consider available information bearing upon the awardee’s responsibility before making an award. The protester pointed to the awardee’s Dun and Bradstreet (D&B) report as indicating that the awardee lacked the required financial resources for performance, particularly given the deep discounts being offered. The protester also argued that the discounts should have prompted HUD to reassess the validity of GSA’s initial responsibility determination.

Meanwhile, the agency argued that it was not required to make a responsibility determination because it was simply placing an order under the awardee’s FSS contract for which the GSA had already made a responsibility determination. The GAO agreed with the procuring agency on this aspect of the protest, noting that once an offeror is deemed responsible and awarded a contract, the government need not make an additional responsibility determination during contract performance. In support of its decision, the GAO noted that the concept of responsibility expressly applied to prospective contractors rather than current ones. It also pointed to a prior decision holding that the CO did not need to make a new responsibility determination before deciding whether to exercise a contract option. The GAO also explained that after the GSA awarded the schedule contract, the contractor’s responsibility no longer affected the procuring agency’s ability to place orders under that contract, since the responsibility determination was already made. Consequently, the GAO concluded that the GSA’s initial determination of responsibility satisfied FAR requirements and that HUD was not required to make an additional determination when awarding the task order.

The FAR requires procuring agencies to ensure that prospective contractors are capable of performing federal contracts. As a result, COs must make an affirmative determination of responsibility before making an award. These determinations are prospective and apply only to offerors, so agencies are not required to reassess contractor responsibility during performance. In the context of the FSS program, because GSA makes an affirmative responsibility determination before the indefinite-delivery FSS contract is awarded, procuring agencies that utilize the FSS program need not make additional responsibility determinations when placing orders under schedule contracts. Therefore, responsibility determinations at the order level do not form a valid basis for protest. One notable exception to this rule is when a CO decides to make a responsibility determination at the task order level, even though it is not required. As a clarification of its holding in B-296493.6 described above, the GAO later ruled in B-401438 that such discretionary responsibility determinations may constitute a valid basis for protest. In these cases, if the CO’s discretionary responsibility determination is challenged, the GAO will review the determination to ensure that it is reasonable and adequately documented.

This Federal Procurement 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-Federal-Procurement-Insight-5.jpg

The Federal Acquisition Regulation (FAR) requires prospective contractors to be deemed responsible before they are awarded federal contracts. FAR subpart 9.1 prescribes policies, standards, and procedures for determining whether prospective contractors and subcontractors are responsible. FAR 9.103 requires contracting officers to make an affirmative determination of responsibility before award. This affirmative determination must be reasonable and factually supported. Prime contractors may also be required to demonstrate the responsibility of their proposed subcontractors when necessary. FAR 9.104 states general and special standards that prospective contractors must meet to demonstrate responsibility to receive contracts.

General Standards

The general standards listed in FAR 9.104 require prospective contractors to:

  • Either have adequate financial resources to perform the contract at issue or have the ability to obtain them.
  • Have the ability to comply with the required or proposed performance or delivery schedule, taking into consideration all existing commercial and governmental commitments.
  • Have a satisfactory past performance record. Notably, the responsibility determination of prospective contractors cannot solely be made based on a lack of relevant performance history, subject to exceptions of FAR 9.104–2.
  • Have a satisfactory record of integrity and business ethics.
  • Possess or have the ability to obtain the necessary organization, experience, accounting and operational controls, and technical skills.
  • Be otherwise qualified and eligible to receive an award under applicable laws and regulations.
more
TLF-Bid-Protest-Insight-11-2.jpg

Companies must meet specific responsibility standards before being awarded U.S. federal contracts. The Federal Acquisition Regulation (FAR) lists prospective contractors’ general and special responsibility standards. FAR 9.103(b) requires contracting officers (CO) to make affirmative determinations of responsibility that are reasonably and factually supported. Disappointed contractors with adequate standing may challenge these determinations through post-award bid protests. Such responsibility determination challenges may be brought to the Court of Federal Claims (COFC) by alleging that the responsibility determination decision lacks a rational basis under the Administrative Procedure Act (APA) or involves a regulatory violation. Alternatively, such challenges may be brought to the Government Accountability Office (GAO) under its bid protest adjudication authority. However, both forums consider responsibility determinations firmly committed to the CO’s discretion, making such protests challenging to sustain. Nevertheless, the GAO will consider bid protests alleging that the CO’s determination of responsibility either unreasonably failed to consider relevant information or that the awardee could not meet the definitive criteria established by the solicitation.

more
Shutterstock_2588519275.jpg

The National Defense Authorization Act (NDAA) of 2015 requires procuring agencies to verify that all potential awardees of contracts performed in Africa and the Middle East are eligible for base access. Procuring agencies determine a contractor’s base access eligibility by checking the Joint Contingency Contracting System (JCCS) vendor vetting database. The JCCS allows contractors to view available solicitations for local work in these regions and submit proposals in response. In such solicitations, an offeror’s registration in JCCS and its ability to access the relevant bases, as reflected in the JCCS, are considered definitive responsibility criteria. Such criteria are objective RFP standards, which are included to evaluate offerors’ ability to perform the contract successfully. If an offeror fails to meet these specifically included criteria, it is deemed non-responsible and cannot be awarded the contract. Unsuccessful offerors facing such adverse determinations may file a bid protest challenging their exclusion. However, to sustain such protests, the protestors must demonstrate that the base access ineligibility decision underlying the adverse responsibility determination was made in bad faith or due to erroneous decision-making by the government under its procurement authority. Alternatively, the protestor may show a lack of reasonable basis for the determination.

more
Shutterstock_2713778947-2.jpg

The government often adds products and services to its existing contracts by executing contract modifications and amending the relevant terms. Under the General Services Administration (GSA) Federal Supply Schedule (FSS) program, a vendor’s schedule contract may be modified to add product or service offerings and revise its price list. Such modifications are generally considered matters of contract administration and therefore may not be challenged in a bid protest. However, an exception to this general rule may arise under the Competition in Contracting Act’s (CICA) full and open competition requirements, which remain applicable notwithstanding the FSS program’s streamlined acquisition procedures. Under this exception, a protester’s allegations that a contract modification changes the work beyond the scope of the original contract place the protest within the Government Accountability Office’s (GAO) bid protest jurisdiction. This is because the additional work covered by the modification is otherwise subject to CICA’s competition requirements, unless a valid determination is obtained that deems the work appropriate for procurement on a sole-source basis. However, as with any protest, the protester must satisfy the requirement of being an interested party. Notably, prospective suppliers or subcontractors who supply competing products or services to FSS vendors may not raise such protests, as their economic interests are not considered sufficiently direct to confer interested party status.

more

Contractor Responsibility Considerations in the GSA FSS Program

TILLIT LAW Federal Procurement Insights