PARAMOUNT MECH ANICALCORPORATION

Similar documents
A-1 MASONRY CONSTRUCTION AND GENERAL CONTRACTORS

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

DORENE S. AMBER DECISION

Lead Agency Procurement Self-Certification March 2017

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Procurements by states General procurement standards.

City of New Rochelle New York

Philadelphia County, Pennsylvania

FLAMINGO INDUSTRIES (USA) LTD; DEREK A. GILNA; TEDCOM INTERNATIONAL, INC; EAGLE BAG CORP; HOUSTON T-SHIRT BAG COMPANY

G.T. Transportation Inc. protests the determination that it was a nonresponsible bidder on a solicitation for the highway transportation of mail.

CALIFORNIA AREA SCHOOL DISTRICT

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

CITY OF TACOMA SMALL WORKS ROSTER PROGRAM FOR PUBLIC WORKS AND IMPROVEMENTS CONTRACTS

ARTICLE 8: BASIC SERVICES

Task Order Request for Proposals for Release Under Contract UB-12-B-19

SAN DIEGO CONVENTION CENTER CORPORATION

4.11 Procurement Procedures with Federal Funds

United States Small Business Administration Office of Hearings and Appeals

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

FEDERAL GRANT ADMINISTRATION PROCUREMENT PROCEDURES Regulation Code: 8305

ACADEMI Training Center, LLC dba Constellis

PREQUALIFICATION PACKAGE FOR

Albany Parking Authority 25 Orange Street Albany, NY

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose:

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

City of Charlotte Uniform Guidance Procurement Policy

Request for Proposal

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

P.H. WALKER CONSTRUCTION COMPANY, BEFORE THE. v. STATE BOARD. Appellee Opinion No OPINION

Procurement Federal Programs

Invitation to Bid #18PSX0055

Science Applications International Corporation

State of Florida Department of Financial Services

1 Authority, Responsibility, and Policy

In the United States Court of Federal Claims

a B Competitive Sealed Proposals b C.1 Procurement not exceeding one hundred thousand dollars ($100,000)

United States Small Business Administration Office of Hearings and Appeals

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

GOVERNMENT TECHNOLOGY SERVICES INC., Appellee Opinion No OPINION

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

FORENSIC FINANCIAL AUDIT SERVICES

Procurement Federal Programs

DISADVANTAGED BUSINESS ENTERPRISE

PROCEDURAL HISTORY AND FACTUAL BACKGROUND

Decision. Braswell Services Group, Inc. File: B Date: February 9, 1998

T O O U R F R I E N D S A N D C L I E N T S

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CASTLE PINES, COLORADO APPROVING A PURCHASING POLICY

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Request for Proposals: Environmental Site Assessment for Single Property

United States Small Business Administration Office of Hearings and Appeals

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

Decision. Matter of: Lulus Ostrich Ranch. File: B Date: February 21, 2014

PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }

City of New Rochelle New York

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

OFFEROR S STATEMENT OF QUALIFICATIONS

Focus. Vol. 55, No. 17 May 1, 2013

MARYLAND STATE RETIREMENT AGENCY 120 E. BALTIMORE STREET BALTIMORE, MD REQUEST FOR PROPOSALS

United States Small Business Administration Office of Hearings and Appeals

United States Small Business Administration Office of Hearings and Appeals

United States Small Business Administration Office of Hearings and Appeals

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

Chapter 2 Procurement Planning

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Request for Proposal for Professional Services for Trust and Investment Services. Prepared by Avalon Borough, Allegheny County, Pennsylvania.

Request for Qualifications

Decision. Matter of: Alpine Companies, Inc. File: B Date: August 23, 2018

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

Article 3 Source Selection and Contract Formation

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

Operational Services

ARMED SERVICES BOARD OF CONTRACT APPEALS. APPEARANCE FOR THE APPELLANT: Garreth E. Shaw, Esq. Garreth E. Shaw, P.C.

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

Procurement Manual. Effective: July 1, 2013 Revised: January 28, 2013

Systems, Studies, and Simulation, Inc.

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

MELBA SCHOOL DISTRICT

United States Small Business Administration Office of Hearings and Appeals

3043 Design-Build Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

Directive #: CW Effective: July 1, 2016

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Madera Unified School District

Transcription:

November 12, 1997 P.S. Protest No. 97-24 PARAMOUNT MECH ANICALCORPORATION Solicitation No. 671820-97-A-0026 DIGEST Protest against award of a contract for the replacement of HVAC systems is denied where protester failed to show that the contracting officer s determination that proposalwas not fu ly responsive to solicitation was arbitrary or an abuse of discretion; proposal clearly failed to meet requirements for documentation of offeror's qualifications. DECISION Paramount Mech anicalcorporation (Paramount) protests the award of a contract for the replacement of HVAC systems at the Wi liam F. Bolger Academy, Potomac, MD. The PostalService s Headquarters Facilities Services, Washington, DC, issued Solicitation No. 67182-97-A-0026 on May 27, 1997, with an offer due date of July 7. 1 The solicitation included a mechanicalcontractor qualification statement package, the stated purpose of which was its use in determining the technicalcompetence and financialstability of the contractor completing the package forms. 1 The solicitation superseded an earlier one found to be deficient. The earlier solicitation had not required the submission of a mechanicalcontractor qualification statement.

The Qualification Statement Package provides, in part: 1. INTRODUCTION a. The USPS is seeking to prequalify contractors who demonstrate a successfullevelof technicalability and past performance for HVAC projects exceeding $500,000. The project wi lbe competitively bid among the prequalified contractors only. The successfulcontractor wi lbe awarded a firm fixed price construction contract for the project. d. This pre-qualification effort includes a request for proposal. 3. MINIMUM EXPERIENCE REQUIREMENTS a. 5 years experience as a MechanicalContractor. b. 5 comparable projects completed within the past 7 years. c. Comparable projects are defined for the purpose of this solicitation as Institutional HVAC system replacement or retrofit completed or ongoing. Minimum 200 ton capacity with a contract cost of $500,000 or more. One of the five projects must be for the insta lation of an A/C system (in a physicalplant) of at least 400 tons in size. 5. EVALUATION PROCEDURES A. The fu ly completed Qualification and Statement Package (Parts B & C) wi l be considered as the entity s Technical and Management Proposal. Parts B & C wi lfirst be evaluated to determine the entity's overa l experience, qualifications and capabilities. Only those entities that demonstrate that they not only satisfy the stated minimum experience level, but also possess adequate experience and qualifications to successfu ly accomplish the proposed project wi lbe prequalified. Page 2 P 97-24

Price proposals wi l be open[ed] for prequalified firms only. The Contracting Officer wi laward a contract to the firm that provides the best value to the USPS, that is, the firm that provides the best combination of price and price related factors. Evaluation Criteria of Part B is listed below in descending order of importance. Evaluation values have been assigned to each of the elements in lieu of assigning values to each item within an element. a. Qualifications (TotalScoring - 100 points) (1) Experience List of comparable projects completed or in progress during the past five years. Other experience that demonstrates the contractor's qualifications and capabilities. (2) Past Performance (Scoring - 45 points maximum) List references in Section B.3.a (3) Organization (Scoring - 30 points maximum) O rganizationalstate m e nt Attach m e nt B.4 (6) Backlog (Scoring - 20 points maximum) Backlog Table in Section B.5 P 97-24 Page 3

Part B: Qualifications: (Scoring - 5 points maximum) It is required that qualification data be presented on the forms, or in the format provided. Failure to comply with this requirement is grounds for a determination that the offeror is non-responsive [sic]. Part C of the Qualification Package required submission of a project management plan which could receive a maximum score of 80 points, and a description of the firm's safety program which could receive a maximum of 20 points. Additiona ly, Section K.1, Award Without Discussions (Provision A-9), provided: The PostalService may award a contract on the basis of initialproposals received, without discussions. Therefore, each initialproposalshould contain the offeror s best terms from a cost or price and technicalstandpoint. On May 27, copies of the solicitation were sent to the previous requesters (including Paramount) and fifteen additionalcontractors. A pre-proposalconference was held on June 5. While Paramount did not attend, it received the minutes of the conference which were included in Amendment A01 to the solicitation. Nineteen firms submitted packages including qualification packages and price offers. Of the nineteen qualification packages submitted, those of seven, including Paramount s, were deemed to be incomplete, and the offerors were removed from the evaluation process. Two firms with complete qualification packages were removed from consideration because they failed to meet the minimum experience requirement. Th e ten remaining proposals were ranked individua ly by each of the individualevaluators and those scores were combined and averaged to arrive at a team score for each of the offerors. The scores ranged from 100 down to 60.93. The three lowest ranking firms were eliminated from the category of most highly qualified firms by the committee. The sealed offers of the remaining seven firms were opened and it was determined that award would be made to American MechanicalServices, Inc., which submitted the lowest price of $813,222. A notice of intent to award was sent to American Mechanical Services, Inc. on July 23. Letters dated July 29, stating that the proposalwas evaluated in accordance with the evaluation criteria published in the solicitation and that the contract in the amount of $813,222 was awarded to American Mechanical Services, Rockvi le, MD, based on the best technicalproposaland lowest price, were mailed Page 4 P 97-24

to the 18 unsuccessful offerors. (The letter was inexact;the contract was not executed, in fact, untilaugust 5.) Mr. CarlPoore of Paramount ca led the contracting officer on August 4 to ask if his firm s bid had been opened. He was told that Paramount had not been considered for award because its submission lacked required information relating to experience, which was criticalto the determination of the prospective contractor's qualifications. 2 In its protest filed on August 11, Paramount asserts that the contracting officer said that its proposalwas not selected because the qualification package submitted was not prepared on USPS forms. The protest contends that neither the qualification statement package nor its two amendments indicated that the information must be submitted on USPS forms, and further contends that Paramount s qualification package provided detailed information addressing a l the required conditions, concerns and questions. Additiona ly, Paramount recites its understanding that the award was to be to the firm offering the lowest price and having acceptable tech nicalqualifications. In response to the protest, the contracting officer stated that Paramount failed to submit the required qualification information either on the forms provided or in the format of those forms, and, that contrary to Paramount's contentions, it had failed to provide the fo lowing information: both initialand finalprices for its referenced contracts; both initialand final(actual) duration for each of its referenced contracts; percentage of subcontracts awarded to Women Business Enterprises, Minority Business Enterprises and Sma ldisadvantaged Businesses; addresses of references; identification of its referenced contracts as either a construction or operations/maintenance contract. addresses of referenced projects; 2 Paramount s protest letter contained a notation which read date of receipt of award notification: 8-6-97. However, the postalemployee who took the ca lstated that when Mr. Poore ca led on August 4 he already knew that an award was being made to American MechanicalServices, Inc. P 97-24 Page 5

identification of the type of each referenced contract, e.g., fixed price; dates on which referenced contracts were awarded;and, indication as to whether or not referenced contracts were completed within clients' schedules and budgets. The contracting officer also denied Paramount's a legation that it was told that it was omitted from prequalification because of its failure to use the PostalService forms. Instead, it was explained at that time that Paramount s cost proposalwas not opened because the firm was not prequalified because it failed to submit the information, described above, required in order to evaluate its qualifications. 3 DISCUSSION To be considered for award, offerors had to furnish sufficient information on the qualification forms or in that format to a low their proposals to be evaluated under the criteria listed in the mech anicalcontractor qualification package. Paramount s proposalwas rejected because it failed to conform to those requirements. Paramount asserts that, although it had not completed the qualification forms set out in the solicitation, (an omission it describes as a minor informality), the qualification package it had submitted clearly indicated that it had both the technicalqualifications and financialresources required for the project. One purpose of the qualification statement package was to provide information from which to determine the technicalcompetence of the prospective contractors. That process seems akin to the determination of the acceptability of individualproposals in the course of offer evaluation (PM 4.2.4 c);this is sometimes referred to as the determination of technicalacceptability, to which the fo lowing standard of review applies: This office wi lnot substitute its judgment for that of the contracting officer or disturb his evaluation of an offer s technicalacceptability unless 3 In a Note for the Record dated August 4 the conversation was summarized as fo lows: The reason they were not [prequalified] is because they did not complete the forms related to experience, Page 9 of the solicitation. I went on to explain the information required on the forms such as beginning and finalcontract amount, client references for construction and maintenance etc. were required in order to evaluate their qualifications. Page 6 P 97-24

it is shown to be arbitrary or in violation of procurement regulations. The purpose of our review is only to ensure that the determination of technical unacceptability has a reasonable basis. Further, the choice as to what is in the best interest of the PostalService is a business decision within the discretion of the contracting officer and wi lnot be overturned unless the contracting officer has clearly abused his discretion. Government Contract Advisory Services, Inc., B& B General Contracting, Inc., P.S. Protest Nos. 93-21;93-25, December 16, 1993 (citations and internal quotations omitted). The record in this case does not support findings either of arbitrariness or abuse of discretion. Paramount was rejected because its proposalclearly did not conform to the requirements of the solicitation. Paramount admitted that it did not submit the qualification statement on the forms or in the format required, but asserted that the information it submitted clearly addressed a lthe concerns and questions of the USPS qualification package. That argument is not persuasive. Had Paramount completed the provided forms, it would have included the fo lowing information with respect to every listed project: Part B.2. ENTITY EXPERIENCE, specified that the fo lowing information was to be supplied with respect to five projects either ongoing or completed in the past seven years that meet the criteria given in Part A.3.a and/or listed below. Project Name and Location: Type of Building: Percent Complete: Contract Type: GMP Fixed Price: Other: Date Awarded: Orig., Contract Price: $ FinalContract Amount: % Change: Orig. Contract Duration ActualContract Duration %Change: % of Subcontracts Awarded to: WBE MBE SDB Project contained Mechanized Conveying Systems: Yes No Project was completed within Client's Schedule and Budget: Yes No Client Reference for Construction: (provide name address and current telephone number) Client Reference for Operation/Maintenance: (provide name, address and current telephone number) P 97-24 Page 7

Project Description (provide a brief Narrative): Instead, it provided only the fo lowing information (in the format shown here) for the projects it identified: JOB/DESCRIPTION GENERALCONTRACTOR/OWNER Date Started Contact Contract $ % COMPLETED OWNER PMC (GEN. CONTRACTOR) DATE COMPLETE[D] IBM TOSH IBA BLDG 130 MARSH ALL/HYMAN 1996 T-- D---(M/H) (DESIGN//BUILD) MANASSAS, VA $x,xxx,xxx 5/97 703-xxx-xxxx B--- B-----(IBM) 703-xxx-xxxx (ext xxx) pager 703-xxx-xxxx Contrary to protester's assertion that it had provided a lthe required information, in comparing this information with that required by the solicitation, we find lacking the award date of contract;type of contract used, e.g., fixed price;whether the original contract price differed from the finalamount paid;whether the actualtime to perform the contract conformed to the originalperiod for performance;the percentage of subcontracts awarded to WBE, MBE or SDB companies;whether or not the contract was completed within the client's schedule and budget;and the address of the reference. Furthermore, the five comparable projects were required to be insta lations each having a minimum capacity of 200 tons and a contract price of $500,000 or more, with at least one project being an insta lation of an A/C system having a capacity of at least 400 tons. In examining protester s submission, we could not determine from the information provided that the projects submitted met a lthese requirements. Having reviewed Paramount s submission, and the variation of the information which it included from that which was required, we cannot conclude that the evaluators acted arbitrarily in finding that Paramount did not fu ly address the required details about previous contracts. Since the solicitation set out the documentation requirements and sufficient warning of the consequences of not meeting them, the protester has no basis to complain about being rejected. Page 8 P 97-24

The contracting officer was not obligated to seek out information that should have been in the proposal. The burden to submit an adequately written and complete proposalwas the protester's. CIR IndustrialAutomation, Inc., Protest No. 95-47, April29, 1996 (citations and internalquotations omitted). The protest is denied. Wi liam J. Jones Senior Counsel Contract Protests and Policies P 97-24 Page 9