Shutterstock_2492572063.jpg

Responding to GSA FSS RFQs Containing SIN Limitations

The General Services Administration (GSA) Federal Supply Schedule (FSS) program requires pre-approved schedule contractors to publish an authorized FSS pricelist containing all the supplies and services they offer. The pricelists include the terms and conditions for each Special Item Number (SIN) on the contractors’ schedules. Federal Acquisition Regulation (FAR) 8.401 defines a SIN as a group of generically similar (but not identical) supplies or services intended to serve the same general purpose or function. When issuing requests for quotes (RFQs) under FAR subpart 8.4, procuring agencies may include a provision identifying a SIN and expressly limit the procurement to that SIN. In such procurements, only contractors with the identified SIN on their schedule contracts may compete to fulfill the requirement. Additionally, in service procurements, contractors may only propose labor categories (LCATs) that fall under the applicable SIN. However, procuring agencies do not always identify an applicable SIN or limit the contractors’ ability to only propose LCATs from a particular SIN. In the absence of such SIN limitations, contractors may compete for the RFQ if the quoted goods and services are available on their underlying FSS contracts without regard to a particular SIN.

In B-422384.2; B-422384.4, a decision issued on March 11, 2025, the Government Accountability Office (GAO) sustained an incumbent contractor’s bid protest challenging the procuring agency’s decision to eliminate its quotation from consideration for award. The Federal Emergency Management Agency (FEMA) had issued the RFQ to acquire project management and cybersecurity compliance support services under SIN 54151HACS. The protestor proposed LCATs from a different SIN on its underlying FSS contract than SIN 54151HACS. Importantly, however, the solicitation did not limit the RFQ to this one SIN alone. Furthermore, the general language in the solicitation was insufficient to restrict vendors to only utilize labor categories that fell under the applicable SIN on their FSS contracts. Therefore, the GAO found that the RFQ permitted the protestor to propose LCATs from SINs other than SIN 54151HACS, as long as the LCATs were listed on the protestor’s underlying FSS contract. Consequently, the GAO sustained the protest, noting that while the solicitation was issued under SIN 54141HACS, the RFQ did not expressly limit the quotation to that SIN alone.

Meanwhile, in B-421561, a decision issued on April 10, 2024, the GAO determined that the procuring agency, Centers for Medicare and Medicaid Services (CMS), had reasonably eliminated the protestor from consideration for award for quoting LCATs outside of the SIN under which the solicitation was issued. The RFQ sought to establish a blanket purchase agreement (BPA) for agile collaboration and modernization under SIN 54151S. The RFQ expressly stated that the BPA was being competed under SIN 54151S and directed vendors to only submit quotations in accordance with that SIN. Furthermore, during the Questions and Answers (Q&As), CMS advised offerors that their fully burdened proposed rates had to align with their SIN 54151S rates and prohibited offerors from proposing LCATs that did not fall under SIN 54151S. The protestor submitted its quote under a contractor teaming arrangement (CTA) with a partner firm. While the partner firm submitted rates and LCATs under SIN 54151S, the protestor did not. Consequently, the GAO denied the protest, noting that the solicitation required vendors to submit quotations with LCATs and rates under SIN 54151S and the protestor had failed to meet this requirement.

When issuing orders under FAR subpart 8.4, procuring agencies may limit the products or services being procured to specific SINs with the use of a limiting provision. In procurement for services, if the RFQ contains a provision expressly limiting the use of LCATs under a particular SIN, contractors should not only ensure that their FSS contracts contain the necessary SIN but also only propose LCATs that fall under the specified SIN. Contractors should be mindful that in the absence of an express SIN limiting provision, they may properly quote relevant products or services listed on their underlying FSS contract. When in doubt as to whether the RFQ contains such an express provision limiting the products or services to a particular SIN, contractors should raise the issue during the Q&A period and involve legal if necessary to avoid the potential for disqualification later in the procurement.

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-Bid-Protest-Insight-13.jpg

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.

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
Shutterstock_1788508130.jpg

The Government Accountability Office (GAO) has strict timeliness rules for submission of bid protests. Under these timeliness rules, post-award protests must typically be filed no later than 10 days after the basis of the protest is known or should have been known, except when the debriefing exception applies. The debriefing exception, which does not apply to federal supply schedule (FSS) procurements, requires unsuccessful offerors to file their protests within 10 days of a required and requested debriefing. In General Services Administration (GSA) FSS procurements conducted under Federal Acquisition Regulation (FAR) subpart 8.4, unsuccessful offerors are only entitled to a “brief explanation.” Due to the terms being somewhat similar, contractors may confuse the “brief explanation” contemplated under FAR subpart 8.4 with the required and requested “debriefing” of competitive proposals. Such confusion may prove problematic as it can cause an unsuccessful offeror to miss the 10-day deadline to file their post-award protest at the GAO.

In B-422881, a decision issued on September 12, 2024, the GAO dismissed such a protest as untimely, reminding the protestor of the distinction between a required and requested “debrief” and a “brief explanation” under FAR subpart 8.4. The Navy’s Military Sealift Command issued the relevant FSS Request for Quotation (RFQ) for lodging negotiation and management services, requiring vendors to provide multiple extended-stay studio rooms in Mobile, Alabama. The RFQ contemplated a lowest-priced technically acceptable (LPTA) award and required offerors to submit their quotations on or before August 8, 2024. The protestor was notified that its quotation was unsuccessful on August 13 via the GSA eBuy system. On August 16, the government provided the protestor with a “brief explanation,” as required under FAR subpart 8.4. In the brief explanation, the Navy advised the protestor that its quotation was evaluated as technically unacceptable and was therefore ineligible for award. The brief explanation also specifically noted that it was not a debrief.

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

Responding to GSA FSS RFQs Containing SIN Limitations

TILLIT LAW Federal Procurement Insights