HOME  |  CONTENTS  |  DISCUSSIONS  DISCUSSION ARCHIVES  |  BLOG  |  QUICK-KITs|  STATES

Loading

FAR 36.6:  Architect - Engineer Services

Comptroller General - Key Excerpts

New In reviewing protests against allegedly improper evaluations of firms’ qualifications statements for A/E services, our Office examines the record to determine whether the agency’s judgment was reasonable and in accordance with the stated selection criteria and applicable procurement laws and we will not substitute our judgment for that of the agency evaluators. AMEL Techs., Inc., B-412611, Apr. 1, 2016, 2016 CPD ¶ 103 at 5; OLBN Architectural Serv., Inc., B-402444.4, B-402444.5, Oct. 4, 2010, 2011 CPD ¶ 55 at 3. A protester’s disagreement with the agency’s evaluation, without more, does not show that it is unreasonable. Design Eng’g, Inc., B-408336.3, May 6, 2014, 2014 CPD ¶ 144 at 3.

Here, with regard to the most important criterion, professional qualifications of firm and staff, the selection board found that AMEL had proposed only two professionally licensed and experienced mechanical engineers. Although the protester’s organizational chart listed three licensed mechanical engineers, the evaluators noted that the accompanying resumes showed that only two of these three individuals were professionally licensed mechanical engineers with the needed experience to perform the solicited mechanical services. The three other members of AMEL’s mechanical staff were found to possess 1, 2, and 3 years of experience, respectively, and that “their relevant experience only includes retro‑commissioning and energy modeling/assessment surveys” and not preparation of design bid build construction documents. AR exh. 5, Selection Board Revised Memorandum at 21. Because the resulting contract would involve various types of specialized engineering requirements, the evaluators considered the use of only two professionally licensed mechanical engineers with the requisite experience to be inadequate.

Next, the evaluators found that none of the protester’s key personnel possessed “specialized experience in design of industrial type of systems such as industrial exhaust and ventilation systems, compressed air systems, water pumping systems, hydraulic systems, gas piping systems, and petroleum/oils/lubricant (POL) systems” as would be required under this A/E contract. Id. Finally, the evaluators found that AMEL’s key personnel did not have any specialized experience in the design of fire protection systems, i.e., fire suppression and fire alarm, but noted that AMEL’s subcontractor did have experience in fire protection engineering. Id. As a result of these evaluative findings, the selection board assigned AMEL’s qualification statement a not met rating under this selection criterion.

AMEL asserts that the selection board’s evaluation of its qualification statement under the professional qualifications criterion was based on the improper consideration of unstated selection criteria. In this regard, the protester argues that the solicitation failed to disclose that the agency would evaluate the years of experience of its key personnel. A solicitation, however, need not identify every possible consideration under each stated evaluation criteria, provided the matters the agency considers are reasonably related to, or encompassed by, the stated criteria. See Avogadro Energy Sys., B-244106, Sept. 9, 1991, 91-2 CPD ¶ 229 at 4.

Here, the solicitation required firms to demonstrate their qualifications to provide A/E design and other required services, and to establish the professional qualifications of their personnel. The requirement to demonstrate the professional qualifications of their personnel placed firms on notice that the experience of their personnel would be assessed. In this regard, it is apparent from AMEL’s qualification statement that AMEL submitted the education and years of experience of the six mechanical engineers it identified as key personnel, which the agency considered and ultimately found to be inadequate. AR exh. 4, AMEL’s Qualification Statement Part 1, §§§ D, H, and I. Given the terms of the solicitation, we have no basis to conclude that the agency’s identified concerns regarding the lack of experience of AMEL’s mechanical engineers were unreasonable or otherwise improper.

Similarly, while conceding that it did not have a licensed fire protection engineer, see Protester’s Comments at 12, the protester complains that it was improperly downgraded in this regard. According to the protester, the solicitation did not require the prime A/E firm to have a fire protection engineer on its staff; therefore, the protester relied on the experience of its subcontractor. The record reflects that the agency noted AMEL’s reliance on the subcontractor for this experience, but found the lack of AMEL’s experience, as the prime contractor, in this important area, to be a concern. As noted above, the solicitation established that the agency would assess the experience of a firm’s personnel pertaining to, among other things, “the design of fire protection systems and controls, fire protection studies and surveys, fire protection investigative reports, [and] fire hazard analysis.” Solicitation at 2. Ultimately, the significance of, and the weight to be assigned to, the prime’s experience--or lack thereof--and the weight to be assigned to the experience of proposed subcontractors or team members, are matters of contracting agency discretion. See MIRACORP, Inc., B-410413.2, Feb. 23, 2015, 2015 CPD ¶ 98 at 5; Loral Sys. Co., B-270755, Apr. 17, 1996, 96-1 CPD ¶ 241 at 5. Accordingly, we have no basis to find the selection board’s concerns regarding AMEL’s lack of requisite experience in fire protection to be unreasonable or otherwise improper.

Regarding selection criterion 2, the second most important criterion, specialized recent experience and technical competence, the selection board reviewed the ten projects submitted by AMEL and concluded that the firm did not have sufficient experience relevant to the type of specialized industrial mechanical systems as would be required under the solicitation. For example, the selection board reviewed three projects where AMEL was a mechanical sub‑consultant on a multi-discipline A/E team. The evaluators found that the scope of these projects “was mainly to provide small packaged HVAC systems and to provide commissioning services.” AR exh. 5, Selection Board Revised Memorandum at 22. In sum, the agency found that AMEL’s experience did not include any projects involving multiple disciplines where it was the lead consultant, as would be required by the contemplated contract. Although the protester disagrees with the selection board’s analysis and continues to argue that it has extensive and relevant experience, it has not shown that the selection board’s evaluative conclusions, which were based on the solicitation’s selection criterion, were unreasonable. On this basis, we view the protester’s arguments as reflecting nothing more than disagreement with the agency’s assessments of its qualification statement. Design Eng’g, Inc., supra.

Finally, AMEL alleges that the agency’s reevaluation of its qualification statement reflected bias against the firm because it is woman-owned. In this regard, AMEL submitted a number of reports and academic papers to support its arguments that women are discriminated in scientific fields such as architecture and engineering. As further support, AMEL cites an alleged discrepancy on a previous contractor performance assessment report system report for a NAVFAC contract that AMEL performed in 2012. AMEL claims that the contracting officer assigned significantly lower past performance ratings than the project manager, and that this allegedly proves the “agency’s [prejudicial] evaluation and discrimination against AMEL.” Protest at 9.

By decision dated April 1, 2016, we denied a protest filed by AMEL against another Navy procurement for A/E services with similar qualification requirements. We rejected the protester’s arguments regarding gender bias, finding no evidence of wrongdoing or bias on the part of the agency. We found that the Navy’s evaluation of AMEL’s qualification statement was reasonable and consistent with the stated selection criteria. AMEL Techs., Inc., supra at 7-8. As explained in our prior decision, government officials are presumed to act in good faith, and we will not attribute unfair or prejudicial motives to procurement officials on the basis of inference or supposition; where a protester alleges bias, it must not only provide credible evidence clearly demonstrating bias against the protester or in favor of the successful firm, but must also show that this bias translated into action that unfairly affected the protester’s competitive position. See McKissack-URS Partners, JV, B‑406489.7, Jan. 9, 2013, 2013 CPD ¶ 25 at 7; IDG Architects, B‑235487, B‑235487.2, Sept. 18, 1989, 89‑2 CPD ¶ 236 at 3 (GAO will not attribute bias in the evaluation of qualifications statement for A/E contract on the basis of inference or supposition about the ethnic composition of the evaluation panel). Like the record in the prior case, there is no evidence here of wrongdoing or bad faith by the agency.

The protest is denied.  (AMEL Technologies, Inc. B-412587.2: Jun 20, 2016)  (pdf)

In reviewing a protest of an agency’s selection of a contractor for A/E services, our Office will not substitute its judgment for that of the agency evaluators. OLBN Architectural Serv., Inc., B‑402444.4, B‑402444.5, Oct. 4, 2010, 2011 CPD ¶ 55 at 3. Rather, the evaluation of offerors’ qualifications statements is within the discretion of the agency, and our review examines whether the agency’s selection was reasonable and in accordance with the published criteria. ARTEL, Inc., B‑248478, Aug. 21, 1992, 92-2 CPD ¶ 120; James W. Hudson & Assocs., B‑243277, July 5, 1991, 91-2 CPD ¶ 29; Ward/Hall Assocs. AIA, B-226714, June 17, 1987, 87-1 CPD ¶ 605. A protester’s disagreement with the agency’s evaluation, without more, does not show that it is unreasonable. Design Eng’g, Inc., B‑408336.3, May 6, 2014, 2014 CPD ¶ 144 at 3.

The synopsis, as described above, stated that A/E firms must demonstrate their qualifications with respect to the seven selection criteria for all services. Synopsis at 1. The solicitation required firms to provide detailed descriptions of the A/E support services rendered for each project under the experience and technical competence selection criterion, which included:

conducting geotechnical investigations and consulting work relating to earthwork, pavement, and foundation design in support of multi-discipline architect-engineering services that include Military Construction project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), Design Charrette, and Request for Proposal (RFP) Design-Build (DB) and [DBB] solicitation documents for projects in the Hawaii, Guam, and tropical areas within the NAVFAC Pacific AOR. [S]upporting elements of work [include] environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal.

Id. at 2. The solicitation stated that projects located within the NAVFAC Pacific AOR would be evaluated more favorably, and that for DB RFP projects, familiarity with the NAVFAC 6-part DB RFP format, would be evaluated more favorably. Id.

We find, based on our review of the record, that the Navy evaluated AMEL’s SF 330 consistent with these solicitation provisions. The contemporaneous record shows that in evaluating projects under the second selection criterion, the SSB considered an offeror’s experience and technical competence with the various multi-discipline A/E services cited above. In our view, the SSB reasonably determined that AMEL’s three disputed projects involved services that did not reflect the types of multi-discipline A/E services required to demonstrate an offeror’s relevant experience and technical competence. Although AMEL disagrees with the SSB’s evaluation findings, AMEL has not identified where, in its SF 330’s descriptions of those projects, services such as Military Construction project documentation, FACD, Design Charrette, or DB/DBB solicitation documents are included. In this regard, AMEL has not persuaded us that the SSB unreasonably determined that AMEL presented a high risk because it submitted only two relevant projects.

Moreover, we agree with the Navy that, contrary to the solicitation’s instructions, AMEL did not provide detailed descriptions of the A/E services that it rendered for those projects. An A/E firm has the responsibility to submit a well-written qualifications statement, with adequately detailed information, which clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency, and that contains all the information that was requested or necessary to demonstrate its capabilities in response to the solicitation. Electronic Interiors, Inc., B-405576, Nov. 18, 2011, 2011 CPD ¶ 267 at 3. In this regard, an offeror must affirmatively demonstrate the merits of its qualifications statement and risks the rejection of its SF 330 if it fails to do so. Id. Agencies are not required to infer information from an inadequately detailed proposal or information that the protester elected not to provide. See, e.g., Optimization Consulting, Inc., B‑407377, B‑407377.2, Dec. 28, 2012, 2013 CPD ¶ 16 at 9 n.17.

For example, with regard to project no. 1, AMEL’s SF 330 explicitly states that AMEL provided geotechnical engineering inspection services and testing, and describes the relevance of that project as follows: “RELEVANCY: AMEL can provide soil sampling, field tests, geotechnical laboratory testing, analysis, reports and related work[.]” AR, Tab 4, AMEL SF 330, Part 1, § F, Example Projects, No.1, at 35 (emphasis in original). The SF 330 highlights AMEL’s provision of construction inspection, laboratory services, and field testing for that project, but identifies neither the design and engineering services that the protester now asserts it provided during that project (supra n.4), nor the multi‑discipline A/E services cited above. Insofar as AMEL maintains that the Navy should have considered a past performance survey for that project in order to evaluate all of the services that AMEL provided, as the agency correctly points out, it was AMEL’s responsibility to provide a detailed description that properly identified the services that AMEL wanted the agency to consider.

Similarly, AMEL’s SF 330 is at best ambiguous regarding the services it provided on project no. 5. Instead of providing a detailed description of the services rendered, as required by the solicitation, AMEL simply provided a list of five bullet points for project no. 5 that listed AMEL as the geotechnical engineer and conducting integrity testing, among other things. AR, Tab 4, AMEL SF 330, Part 1, § F, Example Projects, No. 5, at 47. The description (i.e., the list of bullet points) referenced an attached support letter from the project’s prime contractor, who explicitly stated that AMEL was hired to provide construction inspection services. Id. at 47-48. Neither AMEL’s bullet points, nor the prime contractor’s letter, describe any of the multi‑discipline A/E services above. See id.

Quite simply, the contemporaneous record here supports the Navy’s conclusion that AMEL’s limited experience and technical competence presented a high risk. Moreover, we find that the agency equally evaluated the submissions and reasonably found that AMEL had the least amount of relevant projects among the three A/E firms interviewed. For example, the record demonstrates, and AMEL does not dispute, that its projects did not demonstrate experience outside of Hawaii. By contrast, the other two firms demonstrated experience in Hawaii, as well as in Guam, which the SSB considered more favorably consistent with the solicitation terms cited above. AR, Tab 10, SSB Mem., Encl. 4, Selection & Ranking Rationale, at 2-3. Similarly, unlike AMEL, one of the higher ranked A/E firms demonstrated experience and competence with military construction project documentation and familiarity with NAVFAC 6-part DB RFP format, which the SSB also considered more favorably. Id. Accordingly, the protester has provided no basis on which to sustain the protest.  (AMEL Technologies, Inc. B-412611: Apr 1, 2016)  (pdf)


The protester maintains that the Brooks Act may only be used where an agency is acquiring A-E services in connection with the construction of a building, structure or facility that is immovable and erected on land. According to the protester, Congress never intended the Brooks Act to be applicable to naval architecture and marine engineering services. Tridentis argues that the agency instead is required to use negotiated procurement procedures under part 15 of the Federal Acquisition Regulation (FAR) to meet its requirements.

The agency responds that it properly may use Brooks Act procedures for its acquisition. The agency maintains that the definition of A-E services included in the statute and FAR part 36 is broad enough to encompass the services it is soliciting.

We agree with the agency that the language of the Brooks Act is broad enough to encompass the solicited services. The Brooks Act provides as follows:

Architectural and engineering services. The term "architectural and engineering services" means--

(A) professional services of an architectural or engineering nature, as defined by state law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide the services described in this paragraph;

(B) professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property; and

(C) other professional services of an architectural or engineering nature, or incidental services, which members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services.

40 U.S.C. § 1102(2). The agency relies on the terms of subsection “C” in support of its position.

Our review of the statutory language leads us to conclude that the limitation urged by the protester--that Brooks Act procedures may be used only to acquire A-E services performed in connection with the construction of a building, structure or facility on land--does not exist. We note at the outset that subsection “B” of the statute specifically identifies acquiring professional services of an architectural or engineering nature that are “associated with research, planning, development, design, construction, alteration, or repair of real property.” This specific statutory language appears to be precisely the limitation that the protester is urging.

However, subsection “C” of the statute (on which the agency relies) provides a separate, different, and supplemental definition of A-E services that is not tied to any activity associated with real property. It simply defines A-E services as “other professional services of an architectural and engineering nature” that may be performed by members of the architectural and engineering professions, without limitation. 40 U.S.C. § 1102(2)(C). The statute does not identify or enumerate--and indeed is silent about--which architectural and engineering disciplines or professions to which it refers. It also lists a number of generic examples of activities that clearly encompass the activities contemplated under the current solicitation, including performing studies, preparing conceptual designs, preparing plans and specifications, and reviewing drawings. Thus, we conclude that the agency reasonably has determined that the disciplines of naval architecture and marine engineering are encompassed by this broad definition, and that the activities for which the agency seeks to contract are included in the list of activities identified in the statute.

In support of its position, the protester directs our attention to the legislative history of the Brooks Act, H. R. Rep. No. 92-1188 (1972) and S. Rep. No. 92-1219 (1972). However, those materials are not probative because the 1972 version of the Brooks Act included a definition of A-E services that was different from the definition in the current version of the statute. The prior definition was as follows:


The term, '”architectural and engineering services” includes those professional services of an architectural or engineering nature as well as incidental services that members of these professions and those in their employ may logically or justifiably perform.

Pub. L. No. 92-582, 86 Stat. 1278-9 (1972). The current definition was the product of a 1988 amendment[2] clarifying the definition of A-E services, in part, in reaction to decisions of our Office that appeared to narrow the definition of A-E services. In this connection, the legislative history of the amended definition provided as follows:

Section 8 of H.R. 3345 amends a section of title IX of the Federal Property and Administrative Services Act of 1949 (40 U.S.C. 541 et seq. [currently 40 U.S.C. § 1101 et seq.]), which provides a qualifications-based process for the selection of architects, engineers, and providers of related services. This procedure was enacted into law in 1972 as P.L. 92-572. In the intervening years, changing technology and applications, as well as several decisions of the Comptroller General which might have been interpreted as narrowing the applicability of this law, have made clear the need to clarify for Federal agencies the range of services that are subject to the 1972 Act's procedures. To that end, Section 8 amends section 541 of 40 U.S.C. to provide a more complete and explicit definition of subject services than exists in current law.

H. R. Rep. No. 100-911 at 24 (1988); see also H. R. Rep. No. 100-1070 (Conference Report) at 89 (1988); 134 Cong. Rec. H30062 (daily ed. Oct. 12, 1988) (Statement of Mr. Myers, (emphasis supplied)): “It is the intent of this new definition . . . to clarify and make permanent the application of the Brooks A/E law to the services of surveying and mapping firms and other appropriate services for all Federal agencies.”

The amended definition was the subject of a request for an advance decision from our Office by the Forest Service. Forest Service, Dep’t. of Agriculture--Request for Advance Decision, B-233987, B-233987.2, July 14, 1989, 89-2 CPD ¶ 47. That decision responded to the Forest Service’s inquiry regarding whether it was appropriate to acquire mapping and surveying services, property line marking services, preliminary surveys, construction surveys, construction sampling and testing, map scribing, map digitizing, map aerotriangulation, map compilation, mapping photolab activities, and value analysis engineering studies.[3] In response, we advised the Forest Service as follows:

However, with regard to other specific services not associated with a specific A-E project that are mentioned by the Forest Service, the determination of Brooks Act applicability should be made initially on a case-by-case basis by the contracting officer in accordance with the definition provided in the 1988 amendment and the FAR, since, as indicated in the conference report, this initial decision is within the discretion of the contracting agency. See H.R. Rep. No. 100-1070 at 89. We will review such determinations where it is alleged that the contracting officer has abused his discretion or made the determination in bad faith.

Forest Service, Dep’t. of Agriculture--Request for Advance Decision, supra. at 6.

We recognize that agencies typically use Brooks Act procedures to acquire A-E services in connection with the construction of buildings, structures and facilities. We also recognize that there is nothing in the express terms of the Brooks Act or its legislative history that specifically mentions the acquisition of naval architectural and marine engineering services. Nonetheless, agencies enjoy a degree of discretion in deciding, on a case-by-case basis, whether or not the services they are acquiring are A-E services. Forest Service, Dep’t. of Agriculture--Request for Advance Decision, supra. at 6; see also White Shield, Inc., B-235967, Oct. 30, 1989, 89-2 CPD ¶ 392; Photo Science, Inc., B-296391, July 25, 2005, 2005 CPD ¶ 140. Where an agency reasonably determines that the services being acquired are A-E services, the requirements of the Brooks Act apply, even where the ultimate object of the acquisition is not the construction of a building, structure or facility.

In the final analysis, as discussed above, there is nothing on the face of the statute that would preclude using Brooks Act procedures for acquiring naval architectural and marine engineering services, as the agency proposes to do here. There also is nothing on the face of the statute that limits its application to the acquisition of A-E services solely in connection with the construction of a building, structure or facility, as urged by the protester.  (Tridentis LLC B-412539: Mar 18, 2016)  (pdf)


EII challenges numerous aspects of the agency’s evaluation of its proposal under the first two criteria. As discussed below, we see no merit to the arguments.

In reviewing protests of alleged improper evaluations, our Office examines the record to determine whether the agency’s judgment was reasonable and in accord with the stated evaluation criteria and applicable procurement laws. L-3 Commc’ns Westwood Corp., B-295126, Jan. 19, 2005, 2005 CPD ¶ 30 at 5. It is an offeror’s responsibility to submit a well-written proposal, with adequately detailed information which clearly demonstrates compliance with the solicitation and allows a meaningful review by the procuring agency. CACI Techs., Inc., B-296946, Oct. 27, 2005, 2005 CPD ¶ 198 at 5. In this regard, an offeror must affirmatively demonstrate the merits of its proposal and risks the rejection of its proposal if it fails to do so. HDL Research Lab, Inc., B-294959, Dec. 21, 2004, 2005 CPD ¶ 8 at 5.

Here, with regard to factor 1, professional qualifications necessary for satisfactory performance of the required services, the agency found that EII had listed projects for its key personnel, indicating their experience with various courts. EII did not, however, “elaborate on what work was done, what design services were offered or what they offered/brought to the table as experts,” nor did they “articulate any specifics that demonstrate what they do or do not have expertise in.” AR, Tab C, EII Consensus Evaluation at 1. Moreover, the agency noted that EII did not provide information regarding cable or telephone experience. Id. Similarly, regarding factor 2, specialized experience and technical competence of the firm with all of the Courthouse Technology electronic systems described in the solicitation, the agency found that the information provided by EII was overly brief and did not provide the technical evaluation panel with adequate substantive information. Legal Memo at 4. Specifically, the consensus evaluation report states that, while EII listed various projects in its SF 330, EII did not provide “the scope, duties performed, the details of the project or a demonstration of their ability.” AR, Tab C, EII Consensus Evaluation at 1. In addition, the agency found that EII failed to discuss its experience with cabling or telephone projects, so that the technical evaluation panel was unable to identify any EII experience in those areas. Id.

As an initial matter, the record reflects that the protester submitted a bare-bones proposal. In describing the experience and qualifications of its various key personnel, EII simply repeated the same generic statement for each representative project--“designed electronic systems technology.” EII SF 330 at 3-6. Similarly, for each project example provided by EII to illustrate its team’s qualifications, EII again, generically repeated the same project description--“designed electronic systems technology.” EII SF 330 at 7-16. EII faults the format of the SF 330 for precluding more comprehensive responses. See Protest at 7 (noting that “[o]fferors were only allowed to submit their information within the confines of the SF 330”), and 11 (noting that the SF 330 “does not lend itself to the lengthy descriptions that the AOUSC would seem to require . . . the amount and type of information able to be conveyed is fixed”).

We note that the protester’s failure to submit a more detailed proposal may have stemmed from its decision to use a PDF version of the SF 330 form as opposed to completing the Microsoft Word-based version of the form, both of which are available on the General Services Administration’s (GSA) website. The Microsoft-based version states the following: “The Word version of this form is intended as a totally flexible document to allow for photos, charts, and varying lengths of text. It is NOT intended to look like the pdf version. Information requested is identical.”(Emphasis in original). Other offerors made use of the Word version to submit lengthy, illustrated, and informative proposals, in stark contrast to the proposal submitted by EII.

In any event, regarding factor 1, the protester argues that some of its key personnel achieved industry-recognized certifications, and that those certifications should have satisfied the agency’s desire to know what work these individuals had done, what design services they offered, and what the experts had contributed to the listed projects. See Comments at 3-4. While the protester correctly identifies the certifications listed for its personnel, these certifications simply do not convey any information regarding the specific work actually performed by its key personnel on the particular projects listed. Rather, the only information regarding the particular projects listed for EII’s key personnel was, as noted above, the following statement: “designed electronic systems technology.” There simply was no basis for the agency to have inferred from the certifications of EII’s key personnel the type of information that EII failed to include in its proposal.

Regarding factor 2, EII maintains that the examples and descriptions of relevant projects should have warranted a higher rating than marginal. Again, however, the project descriptions provided by EII were generic and contained no meaningful detail regarding the scope of the projects performed. This was in contrast to the myriad of tasks to be performed as established by the terms of the solicitation. Moreover, EII did not rebut the agency’s finding that it failed to specifically address its experience with cabling or telephone projects. Given the record in this case, we have no basis to conclude that the agency unreasonably evaluated EII’s proposal under factor 2.  (Electronic Interiors Inc., B-405576, November 18, 2011)  (pdf)


EBA challenges the agency's selection process, arguing that responding firms were not adequately notified that the agency expected them to provide cemetery designers as part of their teams and would rate them significantly lower if they failed to do so. The protester also argues that it was inconsistent with the terms of the solicitation for the agency to assign equal weights to the interview factors, and that it was improper for the agency to base its selection decision solely on the interview round scores.

In reviewing an agency's selection of a contractor (or contractors) for A/E services, our Office will consider whether the agency's selection was reasonable and in accordance with the published criteria. OLBN Architectural Serv., Inc., B-402444.4, B-402444.5, Oct. 4, 2010, 2011 CPD para. 55 at 3.

Turning first to EBA's argument about the agency's improper reliance on the interview scores to make its selection decisions, we agree with the protester, and we sustain the protest.[4] At the outset, it is apparent from the record that the agency, in essence, used a two-step evaluation and selection process. Specifically, for the first step, the agency considered the information submitted by the firms per the solicitation instructions, and used the nine evaluation criteria established in the solicitation to winnow the field down to the six most-highly-rated firms. For the second step, the agency used the scores from the interview round as the sole basis for the agency's final selection, effectively abandoning any consideration of the evaluation criteria established by the solicitation. In this regard, the VA explicitly acknowledges in its report that "[its] final evaluation consisted of the evaluation of the oral interviews of the six short-listed firms." Agency Report at 11. Moreover, the selection decision memorandum solely discusses the interview results, and the final interview ratings mirror the final ranking for selection.

In its defense, the agency argues that the selection was not based solely on the interview round scores since the scores on the written qualification packages determined which firms were interviewed and asserts that ranking firms based solely on their interview scores was proper, citing our decision in Brooks Range Contract Servs., Inc., B‑401231, June 23, 2009, 2009 CPD para. 129. The agency's arguments are without merit.

First, our decision in Brooks Range is inapposite since the issue before us in that case was whether, based on the terms of the solicitation (which expressly provided for oral presentations), the agency properly considered the content of oral presentations as one element of its selection decision. Here, the issue before us is whether it was proper for the agency to consider only the content of the oral presentations in its final selection analysis, and thereby abandon the solicitation's stated evaluation factors.

Second, the fact that the scores assigned to the written packages were used to determine which firms would be interviewed fails to acknowledge that the ultimate selection decision was determined entirely by the interviews. Abandonment of the solicitation's stated evaluation factors in favor of the interview scores was inconsistent with the terms of the solicitation, which established nine specific criteria that would be considered for selection, and never advised offerors that interview scores would be of paramount significance in the selection process (or advised of an interview round at all).

Moreover, the nine announced evaluation factors differed materially from the interview evaluation factors. For example, the solicitation's evaluation factors of commitment to small business, and volume of work previously awarded to the firm by the VA, were not considered in the evaluation of the interviews. Thus, as explained above, when the agency based its selection decision exclusively on the content of the oral interviews, it failed to properly consider the specific evaluation factors established by the solicitation.  (EBA Ernest Bland Associates, P.C., B-404825.5; B-404825.6, October 11, 2011)  (pdf)


This procurement of A-E services is being conducted pursuant to the procedures set forth in the Brooks Act, 40 U.S.C. sections 1101, 1104 (2002), and its implementing regulations, Federal Acquisition Regulation (FAR) subpart 36.6. In accordance with those regulations, on May 16, 2007, the EPA synopsized the requirement. The procurement envisioned the award of two “response action contracts” (RAC), one under full and open competition and one as a small business set-aside (RAC II); the subject of this protest is the RAC II contract, which is to be awarded under solicitation No. PR‑R9‑07‑10112. To be considered for negotiations with the agency, firms were invited to submit a completed standard form (SF) 330 (A-E Qualifications) detailing their qualifications to provide various A‑E services, including site management; remedial investigation feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for one-time critical removal actions; construction management for implementing remedial actions and one-time critical removal actions; enforcement support; and other technical assistance.

(Sections deleted)

Oral Presentations

While the primary discriminator in the ranking determination was the personnel staffing issue discussed above, the record shows that the agency also considered the fact that HGL’s oral presentation was considered weaker than the other two offerors’ presentations. AR, Tab 12, Ranking Determination, at 30. The specific weaknesses are memorialized in a contemporaneous written summary of the evaluation of the oral presentations, where the AEEB noted, for example, that HGL did not present “an in-depth understanding of the Superfund that was [commensurate] with the written proposal.” AR, Tab 11, AEEB Final Report, at 3. While HGL vigorously disputes the agency’s evaluation, the agency’s contemporaneous evaluation record contains a detailed summary of why the agency considered HGL’s oral presentation, though sound, inferior to ITSI’s, and we see nothing unreasonable in the evaluation.

On a related point, the protester argues that the oral presentations did not satisfy the requirement for meaningful discussions in the FAR. The Brooks Act and its implementing regulations in FAR subpart 36.6 provide that agencies “shall conduct discussions with at least 3 firms to consider anticipated concepts and compare alternative methods for furnishing the services.” 40 U.S.C. sect. 1103(c) (2002); FAR sect. 36.602-3(c). The protester asserts that the agency’s meetings with the offerors did not constitute adequate discussions under the Brooks Act because the agency’s “failure to discuss any potential weaknesses. . . negates any meaningfulness of any discussions.” Comments, Mar. 31, 2008, at 22. We disagree.

The questions that the agency posed to HGL more than adequately probed “concepts and the relative utility of alternative methods of furnishing the required services,” as provided in FAR sect. 36.602-3(c). Specifically, questions 7 through 13 asked for examples of innovative approaches, methods for implementing certain processes, and examples of projects where certain processes were successfully used. Each of those seven questions, nearly half of the 15 questions asked, dealt with the relative merits of various methods of delivering services. In our view, this is precisely the kind of discussion that is contemplated under FAR sect. 36.602-3(c). See URS Consultants, B-275068.2, Jan. 21, 1997, 97-1 CPD para. 100 at 5-6 n.4. Moreover, FAR sect. 36.602-3(c) includes no requirement that, during discussions, an agency identify any weaknesses in an offeror’s proposal; in fact, FAR sect. 36.601-3(b) states that FAR part 15--which includes the requirement to discuss proposal deficiencies and significant weaknesses with offerors whose proposals are included in the competitive range--is inapplicable to A-E procurements under FAR subpart 36.6. Id. In any event, the record clearly shows that the protester was advised of the agency’s concerns with its proposed staffing during discussions.  (HydroGeoLogic, Inc., B-311263; B-311263.2, May 27, 2008) (pdf)


Therefore, Brooks Act procedures will not apply to a solicitation for both A-E and non-A-E services if the A-E services do not constitute a substantial or dominant extent of the work required. See Terra Surveys , supra , at 4 n.6; Consulting Eng'rs Council of Metro. Washington , B-211553, Nov. 7, 1983, 84-1 CPD Paragraph 92 at 3. Here, the parties agree that the photogrammetry services in the contract-- i.e., surveying and making maps through the use of aerial photography--are surveying services that are "incidental services" under the Brooks Act. The protester has not refuted the agency's statements that the government's inventory of base maps and photographs is large, and that photogrammetry services will only be required in the rare instance that the government does not have an existing map or photograph of an area covered under a task order. Since there is nothing in the record to suggest that photogrammetry services would be a substantial or dominant extent of the work under this RFP, the photogrammetry services alone do not provide a basis to require the agency to apply Brooks Act procedures to this RFP.

The protester asserts that the surveying services required here are "traditional" or "incidental" A-E services, which are required to be obtained under the Brooks Act. See 40 U.S.C.A Section 1102(2)(C). The agency responds that the services included in this RFP (other than photogrammetry services) are not professional services of an A-E nature or "incidental services" that members of the A-E profession may logically or justifiably perform. Previously, our Office had held that traditional surveying services were not professional services of an A-E nature, and interpreted "incidental services," as defined in the Brooks Act, to mean services performed in conjunction with professional services of an A-E nature; therefore, we found that the acquisition of surveying services alone did not require application of Brooks Act procedures. See Ninneman Eng'g--Recon. , B-184770, Mar. 9, 1977, 77-1 CPD Paragraph 171 at 4-6. In response to our decisions, Congress amended the Brooks Act definition of A-E services to the current statutory language. Pub. L. No. 100-656, Section 742, 102 Stat. 3853 (1988); Pub. L. No. 100-679, Section 8, 102 Stat. 4055 (1988). Our Office reviewed the corresponding legislative history, which revealed that Congress considered that the decisions by our Office had interpreted the definition of A-E services more narrowly than was intended, particularly in the case of surveying and mapping services. Forest Serv., Dept. of Agriculture--Request for Advance Decision , supra , at 4. We accordingly amended our test for identifying A-E services to reflect the amended statutory language now in force. Based on that amendment, and specifically the "incidental services" portion of the definition of A-E services, 40 U.S.C.A. Section 1102(2)(C), we now first identify whether a service is the type which is incidental to professional services of an A-E nature, and if so, whether the service is one which members of the architectural and engineering profession may logically or justifiably perform. Forest Serv., Dept. of Agriculture--Request for Advance Decision , supra , at 4-5. Consistent with the language in the statute that surveying and mapping services are "incidental services," we have since held that "traditional" surveying services are "incidental services" requiring application of Brooks Act procedures, and have rejected agency determinations to the contrary. White Shield, Inc. , B-235967, Oct. 30, 1989, 89-2 CPD Paragraph 392 at 2-3 (cadastral surveying services); Fodrea Land Surveys , B-235413, Oct. 19, 1989, 89-2 CPD Paragraph 364 at 1-2 (same); White Shield, Inc. , B-235522, Sept. 21, 1989, 89-2 CPD Paragraph 257 at 2-3 (same). Here, however, the RFP does not solicit traditional surveying services, and the protester has not shown that the services solicited are incidental to professional services of an A-E nature which members of the A-E profession (and individuals in their employ) may logically or justifiably perform. The contractor will not perform land surveys or produce maps reflecting land surveys (except for the photogrammetry services discussed above). Rather, the contractor will be primarily identifying and recording the location of flora, fauna and cultural resources using existing maps. According to the agency, and not rebutted by the protester, this work has traditionally been performed by field biologists and archeologists ( i.e. , field technicians) using compass and camera to crudely record the locations of target species on existing maps. The advent of commercially available GPS equipment has made the recording of location more efficient, but it has not changed the nature of this activity from one of life sciences to one of architecture, engineering or surveying. According to the agency, the required professional expertise has always been, and continues to be, knowledge of what to locate on an existing map, not how to identify geographic position with the accuracy and reliability of a professional surveyor. There is nothing in the protest record demonstrating that the mere use of GPS equipment to identify location should be considered surveying services. The GPS system was not developed for the surveying or the A-E professions; rather, GPS is a satellite-based positioning system operated by the Department of Defense (DOD). RFP Section C.7.2.7. In recent years, GPS technology has become available to the general public, and many fields, both professional and non-professional, have applied the technology to their particular uses. The agency states, and the protester does not deny, that the A-E profession has only developed and applied GPS (and GIS technologies) to A-E work in the past 10 years. We note that at the same time other segments of society have developed and applied GPS technology to just about any activity in which geographic location is of relevance. According to the agency, one such application has been by the natural resources community to record the location of transient biological resources. Specifically with regard to the services solicited under the RFP, a biologist or other field technician walks the land, notes where a given species being observed is at that point in time, and records and reports that information. We agree with the agency that the fact that such a biological field study adopts modern technology to record and report field observations does not transform the activity from that of a biological field study to something else. In this regard, the agency reports that the advantage of using GPS equipment to record the location of field observations is the ease with which the field technician can determine his or her location at any point in time simply by pressing a button on the GPS equipment without needing to reference any other point on the land. Thus, the record provides no basis to consider this activity to be surveying services that would customarily be performed by a professional surveyor, or by other A-E professionals or individuals in their employ. (Photo Science, Inc., B-296391, July 25, 2005)  (pdf)

Comptroller General - Listing of Decisions

For the Government For the Protester
New AMEL Technologies, Inc. B-412587.2: Jun 20, 2016  (pdf) EBA Ernest Bland Associates, P.C., B-404825.5; B-404825.6, October 11, 2011  (pdf)
AMEL Technologies, Inc. B-412611: Apr 1, 2016  (pdf)  
Tridentis LLC B-412539: Mar 18, 2016  (pdf)  
Electronic Interiors Inc., B-405576, November 18, 2011  (pdf)  
HydroGeoLogic, Inc., B-311263; B-311263.2, May 27, 2008 (pdf)  
Photo Science, Inc., B-296391, July 25, 2005  (pdf)  

U. S. Court of Federal Claims - Key Excerpts

In paragraph 4 of the subject synopsis, the COE listed the selection criteria for firms with which it would engage in negotiations for potential undefined A-E [Hazardous Toxic and Radiological Wastes] HTRW services. AR 14-18. The selection criteria were listed in descending order of importance, meaning the first criterion listed was most important and the last criterion listed was least important. Four criteria, (A)-(D), were designated as “primary selection criterion,” AR 14, and were listed as follows:

(A) Minimum requirements for professional qualifications. AE Firms need to show the organization of the team that will support the HTRW contract as well as the qualifications of the staff on that team. The same person can meet the experience requirements of more than one position. The following are experience requirements for various positions on the team: . . . .

(B) AE firms shall show specialized experience and technical competence in: . . . .

(C) AE Firms shall show capacity to maintain schedules and accomplish required work in the required time and at the required quality level.

(D) AE firms shall show past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. AR 15-18.

Following the listing of criteria (A)-(D), the synopsis contained a “NOTE” which read, in relevant part, “[c]riteria (E)-(G) are secondary and will only be used as ‘tie-breakers’ among firms which are rated as technically equal after the interview phase of the selection process.” AR 18. The synopsis then listed the secondary criteria, again in descending order of importance, as follows:  (emphasis added)

(E) AE firms shall show Small Business (SB) and Small DisadvantagedBusiness (SDB) participation. Show how SBs and SDBs were utilized in projects.

(F) AE firms shall show geographic proximity.

(G) AE firms shall show volume of DoD contract awards over the past 4 years. Describe nature of work performed for each contract and the dollar amount.

(sections deleted)

3. The selection board’s decision to use an overall adjectival rating for each firm rather than rate each criterion individually is not arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.

The plaintiff argues that the COE’s selection process was not in compliance with federal procurement law because it did not evaluate and compare each announced selection criterion individually using a rating method. Pl.’s Mot. 17-18. The plaintiff argues that the COE’s internal guidance, which provides that a “board can use any qualitative method, such adjectival or color coding, to evaluate and compare the qualifications of the firms relevant to each selection criterion,” EP 715-1-7 ¶ 3-8(d), should be read with FAR 36.6 to show that not only must the COE consider each of the criteria under FAR 36.602-1, but that it must also evaluate each such criterion using some type of rating method. The plaintiff contends that absent knowing the underlying ratings that were assigned to the component parts that made up a ranking, there is no way for a reviewing court to determine whether there is a rational basis for the selection board’s conclusion on the final overall ranking of a firm. See Pl.’s Mot. 27 (analogizing the final rating to a numerical score comprised of four unknown numerical criteria scores and arguing that a reviewing court would be unable to know whether the arithmetic was conducted properly to reach the final numerical score without knowing the underlying numerical scores); Pl.’s Reply 8.

The defendant argues that the language of EP 715-1-7 ¶ 3-8(d), which also prohibits numerical scoring, EP 715-1-7 ¶ 3-8(d) n.11, provides the agency with broad discretion to determine what type of qualitative method to use, so long as it is applied fully and equally to each candidate firm. The defendant argues that the one type of rating that the regulatory guidance does not permit is the type of formulaic numerical scoring the plaintiff suggests. Def.’s Reply 6. Moreover, the defendant argues that there was nothing inherently prejudicial about the selection process because all of the firms were evaluated using the same process in compliance with agency protocol laid out in Engineering Pamphlet EP 715-1-7, Architect-Engineer Contracting, in which each individual board member evaluated each firm against the announced criteria before coming to a final consensus ranking. Def.’s Mot. 22-23; see also AR 1657.

This court’s role is limited to determining whether, taking the record as a whole, the decision was rational and supported. Ryder Move Mgmt, Inc. v. United States, 48 Fed. Cl. 380, 389 (2001). Here, when the record is examined as a whole, and in particular the narrative rationale, it shows that while the selection board chose only to provide overall adjectival ratings for each firm, it did in fact evaluate each separate primary selection criteria for each candidate firm. See Florida Power & Light Co. v. Lorion, 470 U.S. 729, 744 (1985) (holding that challenges to an agency’s procurement decision should be sustained if, inter alia, the “agency has not considered all relevant factors”). The underlying narrative rationale reported for each criterion for each firm demonstrated that the selection board had evaluated and distinguished [Firm C] and Weston under all of the primary selection criteria. See DeTekion Security Systems, B-298235, et al., 2006 CPD ¶ 130 at 7 (Comp. Gen. July 31, 2006) (“Source selection officials have broad discretion in determining the manner and extent to which they will make use of, not only the adjectival ratings . . . but also the written narrative justification underlying those technical results, subject only to the tests of rationality and consistency with the evaluation criteria.”).

As explained earlier, the selection board report described the basis for each ranking, with the rationale broken down for each of the primary selection criteria. * * * * The narrative corresponds with the comprehensive evaluations of each firm’s submitted materials performed by each selection board member. Compare AR 1692-1857 with AR 1884-2039, 2066-2222. The interview worksheets filled out by each selection board member during the April 22 interviews with the highly qualified firms also demonstrates evaluation of each of the selection criteria. Compare AR 1666-91 with 1858-83, 2040-65.

As these narratives show, the selection board did in fact evaluate each firm with respect to each of the primary selection criteria, and, * * * *, the evaluations of [Firm C] and Weston were not the same. This court cannot say that the differences noted were arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law simply because the selection board did not assign an adjectival rating to each selection criterion. However, as explained infra Part II.B.4., this court also cannot say that the differences noted demonstrate that Weston and [Firm C] were not rated as technically equal prior to the final ranking decision, thereby triggering the necessary evaluation of the “tie-breaker” criteria.  (Weston Solutions, Inc. v. U. S., No. 10-511C, October 25, 2010)  (pdf)


In paragraph 4 of the subject synopsis, the COE listed the selection criteria for firms with which it would engage in negotiations for potential undefined A-E HTRW [Hazardous Toxic and Radiological Wastes] services. AR 14-18. The selection criteria were listed in descending order of importance, meaning the first criterion listed was most important and the last criterion listed was least important. Four criteria, (A)-(D), were designated as “primary selection criterion,” AR 14, and were listed as follows:

(A) Minimum requirements for professional qualifications. AE Firms need to show the organization of the team that will support the HTRW contract as well as the qualifications of the staff on that team. The same person can meet the experience requirements of more than one position. The following are experience requirements for various positions on the team: . . . .

(B) AE firms shall show specialized experience and technical competence in: . . . .

(C) AE Firms shall show capacity to maintain schedules and accomplish required work in the required time and at the required quality level.

(D) AE firms shall show past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. AR 15-18.

Following the listing of criteria (A)-(D), the synopsis contained a “NOTE” which read, in relevant part, “[c]riteria (E)-(G) are secondary and will only be used as ‘tie-breakers’ among firms which are rated as technically equal after the interview phase of the selection process.” AR 18. The synopsis then listed the secondary criteria, again in descending order of importance, as follows:  (emphasis added)

(E) AE firms shall show Small Business (SB) and Small DisadvantagedBusiness (SDB) participation. Show how SBs and SDBs were utilized in projects.

(F) AE firms shall show geographic proximity.

(G) AE firms shall show volume of DoD contract awards over the past 4 years. Describe nature of work performed for each contract and the dollar amount.

(sections deleted)

4. The selection board report is too ambiguous to determine whether the plaintiff ranked fourth or whether the board needed to consider the “tie-breaker” criteria.

Finally, the plaintiff argues that the selection board failed to provide an explanation for ranking the plaintiff below the third place firm despite apparently assigning the plaintiff a higher rating than that firm, thereby demonstrating that the COE’s ranking decision lacked a rational basis. Pl.’s Mot. 16-17. The plaintiff contends that the description of the final ratings in the written narrative indicates that Weston, (was) * * * * overall rated higher than [Firm C] * * * * . See AR 1661-62 (emphasis added). Alternatively, the plaintiff argues that if these rating descriptions are in error, the final rating sheet is ambiguous and might be read as giving [Firm C] the same ratings as Weston. Under this argument, the plaintiff contends that it was rated as technically equal with [Firm C] after the interview phase and that the final three “tie-breaker” criteria should have been evaluated for those two firms. The plaintiff contends that if the “tie-breaker” criteria were evaluated then it would have a substantial chance to be ranked third, ahead of [Firm C], and be in a better position to negotiate an A-E HTRW services contract with the COE.

The defendant concedes that the written narrative appears to describe Weston as rated higher than [Firm C]. Def.’s Mot. 13; see AR 1661-62. The defendant contends the written description for [Firm C]’s rating was in error as evidenced by the final ratings score sheet labeled “Final” which it reads as rating [Firm C] technically superior to Weston.

As described above, the final score sheet included ratings from each board member and included two ratings of “Excellent -” and a third rating of “Good +” for Weston and two ratings of “Excellent -” and a third rating with an arrow pointing from “Good +” to “Excellent -” for [Firm C], as follows:

 

Board Member [Member 1] [Member 2] [Member 3]
[Firm C] Excellent - Excellent - Good + ->
Weston Good + Excellent - Excellent -

AR 1654. It is this third rating of [Firm C] that makes all the difference.

The court agrees with the plaintiff that the final ratings sheet is ambiguous with respect to whether [Firm C] received a third score in the upper range of “Good” or in the low range of “Excellent” on the basis of an arrow pointing from “Good +” to “Excellent - .” The selection board’s intended meaning for the arrow is only further confused by the selection board report’s narrative. In the narrative, the written descriptions of the ratings for [Firm A], Weston, [Firm E], and [Firm F] exactly tracked the final score sheet. Compare AR 1654 with AR 1660, 1662, 1663, 1664. However, the written description for [Firm C], * * * * did not track the final rating * * * * . As explained above, this court’s role is limited to determining whether, taking the record as a whole, the decision was rational and supported. Ryder Move Mgmt., 48 Fed. Cl. at 389. The propriety of an agency’s decision to rank one firm as technically higher than another turns “on whether the contracting agency’s judgment concerning the significance of that difference was reasonable in light of the solicitation’s evaluation scheme. In this regard, adjectival ratings . . . are but guides to, and not substitutes for, intelligent decisionmaking.” DeTekion Security Systems, 2006 CPD ¶ 130 at 7. Here, when the record is examined as a whole, and in particular after careful review of the final ratings score sheet and the written descriptions in the narrative rationale, there is no explanation provided for this discrepancy. While, the standard of review does not charge this court with holding the COE to a mistake-free analysis, this court cannot determine whether the COE provided a “coherent and reasonable explanation of its exercise of discretion” where none is given. Axiom Res. Mgmt., 564 F.3d at 1381.

Clarification of [Firm C]’s final rating is important, because if [Firm C] was rated as technically equal with Weston after the interview phase of the selection process, then criteria (E)-(G), the “tie-breaker” criteria, should have been evaluated. AR 18. After such an evaluation, the plaintiff may ultimately be ranked third, ahead of [Firm C], and be in a better position to negotiate an A-E HTRW services contract with the COE. Therefore, the court concludes that the plaintiff was prejudiced by the selection board’s failure to articulate a coherent and reasonable explanation of its final ratings prior to ranking [Firm C] third and the plaintiff fourth.  (Weston Solutions, Inc. v. U. S., No. 10-511C, October 25, 2010)  (pdf)

U. S. Court of Federal Claims - Listing of Decisions

For the Government For the Protester
Weston Solutions, Inc. v. U. S., No. 10-511C, October 25, 2010  (pdf) Weston Solutions, Inc. v. U. S., No. 10-511C, October 25, 2010  (pdf)
Legal

Protests

Bona Fide Needs Rule
Public Laws
Legislation
Courts & Boards


Rules & Tools
Workforce
Reading

Small Business
 

   
 
 

ABOUT  l CONTACT