Shutterstock_2284120417-3 copy.jpg

Reviewing Foreign Law-Based Responsibility Criteria in Federal Solicitations

Solicitations for federal contracts performed in foreign countries may include definitive responsibility criteria mandating compliance with the laws and requirements of the host nation. Such criteria are considered objective standards, included in the solicitation to evaluate the offerors’ ability to perform the contract. Procuring agencies may restrict competition using such requirements if the definitive responsibility criteria are reasonably necessary to meet the government’s minimum needs. If an offeror fails to meet specifically included responsibility criteria mandating compliance with foreign laws, it is deemed non-responsible and considered ineligible for an award. Of course, offerors may challenge solicitation terms requiring compliance with foreign laws as unduly restrictive of competition. In such cases, the procuring agency must establish that the solicitation terms containing the responsibility criteria are reasonably necessary to meet its minimum needs. While the agency’s explanation must withstand logical scrutiny to be considered adequate, an offeror’s disagreement with the explanation alone does not demonstrate that the agency’s reasoning is unreasonable. Ultimately, when solicitations for contracts involving performance in foreign countries incorporate definitive responsibility criteria based on foreign laws, prospective offerors must either comply with the terms of the solicitation or demonstrate that the relevant requirements are clearly unreasonable.

In B-422744.2, a bid protest decision issued on December 19, 2024, the Government Accountability Office (GAO) denied the protest after the protester expressly acknowledged, during the pendency of the protest, that the restrictive solicitation requirement was necessary under the U.S.-Spain Agreement on Defense Cooperation (ADC). The U.S. Navy issued the task order request for proposals (RFP) for the construction of an explosive ordnance disposal facility at the U.S. Naval Station in Rota, Spain, to holders of an indefinite-delivery indefinite-quantity (IDIQ) contract under the procedures of Federal Acquisition Regulation (FAR) 16.505. After the solicitation was issued, the U.S.-Spain Permanent Committee, which was created to implement the ADC, issued a joint memorandum removing specific methods for offerors to demonstrate financial and technical capabilities that were contemplated by the solicitation and instead required offerors to register with the Spanish Ministry of Finance.

Following the issuance of the joint memorandum, the Navy amended the solicitation to incorporate the registration requirement and asked offerors to include with their proposals, a certification confirming their compliance. The protester filed a protest before the close of the proposal deadline, challenging the requirement as unduly restrictive of competition, arbitrary, capricious, and contrary to law. However, after filing the protest, the protester acknowledged that the solicitation terms concerning registration with the Spanish Ministry, although restrictive, were nevertheless required by the ADC and the implementing joint memorandum. In light of this acknowledgement, the GAO found that the amended solicitation mandating compliance with the Spanish registration requirements was necessary to meet the Navy’s needs and denied the protest.

Meanwhile, in B-410024, a decision issued on October 10, 2014, the GAO reviewed the procuring agency’s decision to include a definitive responsibility criterion and found it reasonable, despite the protester’s disagreement. The U.S. Navy issued the underlying RFP for services supporting base operations at the Rota Station. The protester filed a pre-award protest challenging specific terms of the solicitation as unduly restrictive of competition for needing Certificates of Classification, which were no longer required under Spanish law. Among other arguments, the protester asserted that since there was a change in the relevant Spanish law, the U.S. Air Force had not required offerors to provide the certificate. The protester even pointed to two Air Force solicitations that required performance in Spain but did not require the certificate after the change in Spanish law.

The Navy conceded that a relevant Spanish law was amended to remove the Certificate of Classification requirement for service contractors. However, it maintained that the transitional provisions of the law provided that the article eliminating the certificate requirement would be implemented by subsequent regulation, and until such regulation was issued, the previous requirements would remain effective. The agency took the position that since no such regulations had been issued since the amendment of the Spanish law, the Certificate of Competency was still required. The GAO reviewed the protester’s arguments alongside the Navy’s interpretation of the various Spanish laws relevant to the procurement and concluded that even if its arguments had merit, the protester had nevertheless failed to demonstrate that the Navy’s interpretation of the transitional provisions of the Spanish law was clearly unreasonable. Stated another way, although both parties’ interpretation of the relevant Spanish law could be deemed rational, the protester’s disagreement with the agency’s position was insufficient to prove the unreasonableness of the agency’s decision in this matter. Consequently, the GAO concluded that the inclusion of the responsibility criterion concerning the Certificate of Competition was within the agency’s discretion and denied the protest.

Solicitations for federal contracts performed in foreign countries may restrict competition by using definitive responsibility criteria that mandate compliance with host-nation laws, provided the requirements are necessary to meet the government’s minimum needs. In this regard, foreign laws imposing requirements that must be satisfied to undertake contractual performance are considered essential to meet the government’s needs and form a reasonable basis for a solicitation requirement. Therefore, when presented with such solicitation requirements, offerors must either comply or challenge the relevant terms as unduly restrictive of competition. If challenged, it is then the procuring agency’s burden to prove that the restrictive terms are reasonably necessary to meet its needs. Once the agency establishes that its position is logically supported, either through a reasonable interpretation of applicable foreign law, international agreement, treaty, or otherwise, the protester must then demonstrate that the agency’s explanation is clearly unreasonable. Offerors should be mindful that, as shown in the decision described immediately above, mere disagreement with the procuring agency in such cases is insufficient to show the clear unreasonableness of the agency’s position. This is true even when the protester’s own explanation or interpretation of the applicable foreign laws is also tenable.

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_2181957743.jpg

The Federal Acquisition Regulation (FAR) provides seven exceptions to the Competition in Contracting Act’s (CICA) general requirement for agencies to provide full and open competition. The public interest exception authorizes procuring agencies to forego full and open competition when the head of the agency determines that it is in the public interest to do so and when no other exceptions to full and open competition are applicable. The agency head’s authority to invoke this exception is non-delegable, and procuring agencies must adhere to specific documentation and notification requirements to properly invoke the public interest exception. One such requirement involves the preparation of a written determination and findings (D&F) document by the head of the agency. Following FAR 1.704, this D&F document must provide sufficient facts, circumstances, or reasoning to support the determination and clearly and convincingly justify the agency’s reliance on the public interest exception. Additionally, to use this authority, the FAR requires that the procuring agency notify Congress of the public interest determination no less than 30 days before the contract is awarded.

In addition to providing procedural information in the prescribed agency format, the FAR requires the D&F document to include information regarding the nature and description of the approved action. The D&F must also identify the appropriate statute or regulation on which it is based. Thus, the determination must reasonably rely on the findings and justify the proposed action under the applicable statute or regulation. When reviewing the procuring agency’s D&F document in the context of a bid protest, a protest adjudicative forum, such as the Government Accountability Office (GAO), addresses whether the D&F provides, on its face, a clear and convincing justification that foregoing full and open competition furthers the public interest identified. To withstand scrutiny under a bid protest, the D&F must include facts relevant to the stated public interest and should not rely upon materially inaccurate information. However, once the D&F provides a clear and convincing justification that limiting full and open competition is in the public interest, the GAO will not sustain a protest based on the protester’s disagreements with the conclusions provided in the D&F.

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

Reviewing Foreign Law-Based Responsibility Criteria in Federal Solicitations

TILLIT LAW Federal Procurement Insights