Professional Documents
Culture Documents
Andbelievingtheywillgetawaywithit
W91RUS14T0286
GAOLEVELPROTEST
U.S.ARMY
APG - Huachuca Installation
HERES HOW
7/25/2014
Accessibility
71--FURNITURE
Notice Details
Packages
Link
GENERAL INFORMATION
Notice Type:
Combined Synopsis/Solicitation
Original Posted Date:
July 23, 2014
Solicitation Number:
W91RUS14T0286
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
Added: Jul 23, 2014 5:16 pm Modified: Jul 25, 2014 11:51 am Track
Changes
AMENDMENT NOTICE:This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice.The solicitation number is W91RUS14T0286 and is issued
as an invitation for bids (IFB), unless otherwise indicated herein.The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular FAC 2005-75. The
associated North American Industrial Classification System (NAICS)
code for this procurement is 337127 with a small business size
standard of 500.00 employees.This requirement is unrestricted and only
qualified offerors may submit bids.The solicitation pricing on
www.FedBid.com will start on the date this solicitation is posted and will
end on 2014-07-31 12:00:00.0 Eastern Time or as otherwise displayed
at www.FedBid.com.FOB Destination shall be in the Special Shipping
Instructions.
Posted Date:
July 25, 2014
Response Date:
July 31, 2014
Original Response Date:
July 31, 2014
Archiving Policy:
Automatic, on specified date
Original Archive Date:
January 27, 2015
Archive Date:
January 27, 2015
Original Set Aside:
N/A
Set Aside:
N/A
Classification Code:
71 -- Furniture
1/3
7/25/2014
Additional Info:
www.fedbid.com (b-639078_01, n-144987)
Contracting Office Address:
2133 Cushing St, Fort Huachuca, AZ 85613
Place of Performance:
Special Shipping Instructions.
https://www.fbo.gov/index?s=opportunity&mode=form&id=460354ce2b4f07b9c9affe761fce06a0&tab=core&_cview=1
2/3
7/25/2014
Point of Contact(s):
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243,
Fax: 703.422.7822, Email: Clientservices@fedbid.com;
https://www.fbo.gov/index?s=opportunity&mode=form&id=460354ce2b4f07b9c9affe761fce06a0&tab=core&_cview=1
3/3
General Counsel
Government Accounting Office
441 G Street, NW
Washington DC 20548
Email: Protests@gao.gov
Attn: Procurement Law Control Group, Room 1139
RE:
Pre Award Protest against FEDBID.COM and the U.S. ARMY, APG - Huachuca Installation for violating the Small
Business Act and Competition in Contracting Act for RFQ W91RUS14T0286 (FEDBID b-639078_01, n-144987) by
using FEDBID.com
In accordance with 4 C.F.R. 21.1 (c ) (1), the relevant electronic mail address for this protest is
keven.barnes@LatvianConnectionLLC.com ( Representative for the Protester Latvian Connection General Trading and
Construction LLC) KUWAIT DUNS 534749622 and CAGE SGM59; CALIFORNIA DUNS 830587791 CAGE 5GLB3
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;
And DEPARTMENT of the ARMY APG - Huachuca Installation, 2133 Cushing Street BLGD 61801 RM 2633, Ft. Huachuca, AZ 85613
GAO PRE - AWARD PROTEST
DEPARTMENT of the ARMYs
APG - Huachuca Installation
2|Page
The U.S. Government Accountability Office (GAO) should sustain this protest, stay the performance of the
Contract, and direct the Department of the Army to not utilize a commercial service that doesnt allow U.S. Small Businesses
to bid upon Federal Opportunities. The GAO should direct that until FEDBID.com ceases discriminating against Veteran
Owned U.S. Small Business, Latvian Connection LLC, and after FEDBIDs business practices assimilate the Small Business
Act, the Federal Acquisition Regulations, and the Competition in Contracting Act, that FEDBID is not to be utilized by the
U.S. Department of the Army or any other Federal Agency.
The GAO has stated in Exhibit 4:
Competition in federal procurement contracting has become a topic of increased congressional
and public interest, in part because of alleged misconduct involving noncompetitive contracts and
reports that the number of noncompetitive contract actions has increased. President Obama also
emphasized competition in his March 4, 2009, memorandum on government contracting.
Additionally, prominent officials within the Department of Defense (DOD), which accounts for
some 70% of federal procurement spending per year, have expressed their commitment to
reducing DODs use of noncompetitive contracts.
The Competition in Contracting Act (CICA) of 1984 generally governs competition in federal
procurement contracting. Any procurement contract not entered into through the use of
procurement procedures expressly authorized by a particular statute is subject to CICA. CICA
requires that contracts be entered into after full and open competition through the use of
competitive procedures unless certain circumstances exist that would permit agencies to use
noncompetitive procedures. Full and open competition can be obtained through the use of sealed
bids, competitive proposals, or other procures defined as competitive under CICA (e.g.,
procurement of architectural or engineering services under the Brooks Act). Full and open
competition under CICA also encompasses full and open competition after exclusion of
sources, such as results when agencies engage in dual sourcing or set aside acquisitions for small
businesses.
Any contract entered into without full and open competition is noncompetitive, but
noncompetitive contracts can still be in compliance with CICA when circumstances permitting
other than full and open competition exist. CICA recognizes seven such circumstances, including
(1) single source for goods or services; (2) unusual and compelling urgency; (3) maintenance of
the industrial base; (4) requirements of international agreements; (5) statutory authorization or
acquisition of brand-name items for resale; (6) national security; and (7) contracts necessary in
the public interest. CICA also allows agencies to use special simplified procedures when
acquiring goods or services whose expected value is less than $150,000, or commercial goods or
services whose expected value is less than $6.5 million ($12 million in emergencies).
The Army excluding competition by utilizing a Federal Contractor and allowing that contractor FEDBID to put a defacto
debarment on Latvian Connection LLC and other U.S. Small Businesses IS NOT one of the 7 reasons that the Army could be
authorized to use a Federal Contractor that has interfered with the Procurement Integrity that allows all eligible bidders to bid.
Is it in the public interest to allow FEDBID to suspended illegally an undetermined number of U.S. Small Business from using
a platform upon which to bid on Federal Contracts. That is Bid Rigging and this bid rigging is at a Congressional Level and
involves the GAO, DoD Agencies like the U.S. Army, U.S. Navy, U.S. Marines, National Park Service, and Department of
GAO PRE - AWARD PROTEST
DEPARTMENT of the ARMYs
APG - Huachuca Installation
3|Page
Interior. This bid rigging also involves Board Members of FEDBID whose past service in the U.S. Military are being used to
get the Army to exclusively utilize FEDBID (not even fair used of the Reverse Auction Sites available to the United States
Government ) and that Army Organizationsl Conflict of Interest is retired Army General George Casey. (Exhibit 12) General
Casey sits on the Board of FEDBID that discriminates against a U.S. Veteran Owned Small Business that served in Iraq with
General Casey in the same U.S. Embassy that General Casey worked in Baghdad, Iraq (Green Zone ).
4|Page
21.0(a)(2006); Designer Assoc. , Inc.,B-293226, FEB 12, 2004 C.P.D. 114 at 2. This is a PRE-Award Protest filed
before the bid due in date of July 31, 2014.
TIMELINESS OF THIS PROTEST
The Pre-Award protest against the Department of Armys APG - Huachuca Installation posted on FBO July
23, 2014 and is timely if filed the bid due in date of July 31, 2014:
21.2 Time for filing:
(a)(1) Protests based upon alleged improprieties in a solicitation which are apparent prior to bid opening or the time set for
receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In
procurements where proposals are requested, alleged improprieties which do not exist in the initial solicitation but which
are subsequently incorporated into the solicitation must be protested not later than the next closing time for receipt of
proposals following the incorporation.
(2) Protests other than those covered by paragraph (a)(1) of this section shall be filed not later than 10 days after the basis
of protest is known or should have been known (whichever is earlier), with the exception of protests challenging a
procurement conducted on the basis of competitive proposals under which a debriefing is requested and, when requested,
is required. In such cases, with respect to any protest basis which is known or should have been known either before or as
a result of the debriefing, the initial protest shall not be filed before the debriefing date offered to the protester, but shall
be filed not later than 10 days after the date on which the debriefing is held.
The basis is this protest is that the Department of the Army has known of the anti-competitive procedures of FEDBID by
suspending Veteran Owned Businesses from utilizing the Reverse Auction site, FEDBID.com when Latvian Connection LLC
is not suspended or debarred from bidding on FEDERAL contracts. FEDBID seems to believe that they can participate in
the Federal Marketplace and discriminate against users of the Federal Market place by discriminating and barring access to
FEDERAL purchase of which FEDBID is not selling the US Government is selling, and FEDBID is arbitrarily blocking
access to Veteran Owned Small Businesses for whistleblowing activities of reporting, using GAO Protests, FEDBID.com
violation of Federal Laws.
The new interim rules are part of a temporary pilot program that is in effect through Jan. 1, 2017. While
the twin rules apply to different agencies the DFARS provisions apply only to the U.S. Department of
Defense, NASA and the Coast Guard, while the FAR provisions cover all other federal agencies except
the intelligence community their terms are virtually identical. The rules amend FAR Subpart 3.9 and
DFARS Subpart 203.9 to add protections for contractor or subcontractor employees against reprisal for
certain whistleblowing activities.
In summary, the new whistleblower protection regulations: (1) provide protections to whistleblowers
disclosing certain sorts of information; (2) set out the entities to whom whistleblowers may disclose
information; (3) provide a process for whistleblowers to file complaints if they believe they were
discriminated against for their disclosure of information, and set out the remedies available to
whistleblowers found to have been discriminated against; and (4) require employers to notify their
employees of these protections and remedies.
First, under the new interim rules, contractors cannot discriminate against whistleblowers as a reprisal for
disclosing information that the employee reasonably believes is evidence of any of the following:
5|Page
a violation of a law, rule, or regulation related to a federal contract (including competition for or
negotiation of a contract).
FAR 3.908-3(a); DFARS 203.903(1). In particular, the last category violations of a law, rule, or
regulation related to a federal contract is broad enough to cover all manner of activities. Prohibited
reprisals include discharge, demotion or other discrimination against the employee. Under these clauses,
a contractor may not take action against an employee even if that reprisal is undertaken at the request of
an executive branch official, unless the request takes the form of a nondiscretionary directive that is within
the authority of the executive branch official making the request. The new regulations do not, however,
provide any rights to disclose classified information not otherwise already provided by law.
Second, the new interim rules set out the entities to whom whistleblowers may disclose the above-listed
types of information. Contractors may be somewhat heartened to learn that their own management
employees are on the list of individuals to whom a potential whistleblower may choose to disclose; the list
of other entities who can receive information is robust, however. Whistleblowers may disclose evidence to
any of the following entities:
An inspector general;
A federal employee responsible for contract oversight or management at the relevant agency;
An authorized official of the U.S. Department of Justice or other law enforcement agency;
A management official or other employee of the contractor or subcontractor who has the responsibility
to investigate, discover or address misconduct.
Latvian Connection LLC filed a GAO Pre-Award Protest against FEDBID.com and the Department of the Navy on June 28,
2014 (Exhibit 5)
6|Page
LATVIAN CONNECTION LLC, a U.S. Veteran Owned Business whose owner is a Retired US Air Force Master
Sergeant that served 28 years in the military and served in Iraq and has offices in California and Kuwait. Latvian
Connection LLC was denied an opportunity to bid by the Department of the Armys pandering use of the monopoly
FEDBID.com. (Exhibit 13) AND NINTY FOUR PAGES OF U.S. FEDERAL PROCUREMENTS THAT LATVIAN
CONNECTION LLC CANNOT BID UPON DUE TO THE INTERFERANCE OF FEDBID.COM BY ILLEGALLY
BARRING (DESCRIMINATING) AGAINST VOSB LATVIAN CONNECTION LLC
Request of a ruling by the Comptroller General of the United States
LATVIAN CONNECTION LLC specifically requests that the GAO recommend that the solicitation of
W91RUS14T0286 FEDBID b-639078_01, n-144987 be conducted without utilizing the Reverse Auction site
FEDBID.com when there are other platforms that do not discriminate against Veteran Owned Small Businesses. The
GAO should recommend that the Department of ARMYs APG - Huachuca Installation post a copy of the solicitation
7|Page
for full and open competition; not conduct it using Reverse Auction and that the Small Business Act be honored, and the
solicitation is set aside for U.S. Small Businesses that EXCLUDES all foreign companies and Large Businesses.
FEDBID.com (Exhibit 2) is a platform for U.S. Contracting Officer to circumvent the Federal Laws of the United States.
1. Routinely violate the Competition in Contracting Act by not posting Justifications and Approvals for Sole Brands
2. Routinely violates the Small Business Act for purchases inside the United States for routine commodity items with a
solicitation value of less than $ 150,000
3. In violation of FAR 15.206, routinely REPOST and not award to low bidder and fails to post the Contracting Officers
Amendment as to why the solicitation number has remained the same.
4. Fails to abide by archiving policies for Federal solicitations.
5. Assumes the Contracting Authority of the U.S. Army without proper delegation of a SF1402 from the contracting
officer and lists itself on FBO where the contracting office and phone number belong for the United States Agencys
contracting office.
REQUEST FOR HEARING OR CONFERENCE AND PROTECTIVE ORDER
If the issues in this case cannot be resolved on the basis of the documents requested, then LATVIAN CONNECTION
LLC requests a hearing on all of the matters set forth above. 4 C.F.R. 21.1 (d)(2008). Latvian Connection LLC does not
request a protective order. LATVIAN CONNECTION LLC EXPRESSLY REQUEST THAT THE AGENCY NOT BE
GRANTED ANY EXPEDITE OF THIS GAO LEVEL PROTEST. Latvian Connection LLC wants the Agency Report
and Latvian Connection LLC REQUESTS this Protest referred to the Small Business Administration.
LEGAL GROUNDS OF PROTEST
41 CFR 60
300.5(a) Affirmative Action and Nondiscrimination Obligations of Contractors and Subcontractors Regarding
Disabled Veterans, Recently Separated Veterans, Other Protected Veterans and Armed Forces Service Medal
Veterans: This contractor and subcontractor shall abide by the requirements of 41 CFR 60
300.5(a). This regulation prohibits discrimination against qualified protected veterans,
The CEO of Latvian Connection LLC is one of those Other Protected Veterans and Armed Forces Service Medal
Veterans (Exhibit 7) and is now being discriminated against by Subcontractor FEDBID.com from gaining access to bid
competitively on Federal Procurements. Yes General Casey, you are part of a company discriminating against Iraq Vets
who own businesses in the United States.
When using simplified acquisition procedures, agencies must promote competition to the maximum extent practicable.
10 U.S.C. 2304(g)(3) (2012). In meeting this requirement, agencies must make reasonable efforts, consistent with
efficiency and economy, to afford all eligible and interested vendors an opportunity to compete. S.D.M. Supply, Inc., B271492, June 26, 1996, 96-1 CPD 288 at 4.
FEDBID is a contractor of the Federal Government ( Exhibit 8) and must have in their contract with the Federal
Government that they may not discriminate and will abide by Federal Laws and Regulations, or it would appear they are
in breach of their Federal Contract.
8|Page
There is Overwhelming Evidence that LATVIAN CONNECTION LLC was prejudiced by the Department of ARMYs
APG - Huachuca Installation use of FEDBID.com that has, without any contracting authority, suspended a U.S.
Veteran Owned Business from bidding on Federal Contracts a defacto unofficial debarment regarding
W91RUS14T0286 FEDBID, b-639078_01, n-144987.
I.
Latvian Connection LLC has been unfairly denied the opportunity to compete. (Exhibits 2 & 4)
II.
Latvian Connection LLC meets all of these terms and conditions, yet cannot bid upon this solicitation due to the
contracting office electing to use a contractor, FEDBID, that has arbitrarily blocked Latvian Connection LLC from
bidding on the solicitation W91RUS14T0286 FEDBID, b-639078_01, n-144987.
It is deceitful, and disingenuous for the U.S. Army to make an assumption that ALL U.S. Small Businesses are able to
compete for this requirement when the Army is aware that FEDBID has suspended some Federal bidders. FEDBID.com
has a responsibility to uphold the Federal Laws of the United States and the Small Business Act and DoD Directives
instead of aiding what appears to be a violation of Federal Law The Small Business Act and the Competition in
Contracting Act. FEDBID.com are DoD contractor (Exhibit 2) to Latvian Connection LLC and this DoD company along
GAO PRE - AWARD PROTEST
DEPARTMENT of the ARMYs
APG - Huachuca Installation
9|Page
with Board Member Retired General Casey and Obama OFPP appointee, Joseph Jordan, who abandoned his
Presidential post appear to be providing a platform by which discriminate against U.S. Small Businesses by not
allowing Latvian Connection LLC to bid upon the opportunity solicitation W91RUS14T0286 FEDBID, b639078_01, n-144987 by illegally suspending Latvian Connection LLC from bidding on a Federal solicitation.
III.
By the Department of ARMYs APG - Huachuca Installation not conducting a solicitation using a bidding method that
doesnt involve utilizing Reverse Auction site FEDBID.com, and electing to conduct the solicitation as Lowest Priced,
Technically Acceptable has harmed Latvian Connection LLC in that we cannot bid due to being blocked by the monopoly
that the U.S. Government appears to pander to. The Department of the Army is required, by law, to compete the
solicitation according to the Competition in Contracting Act, and nowhere in CICA is it mentioned that Reverse Auctions
are a method to comply with the CICA. The Small Business Act applies to this purchase and for a Veteran Owned Small
Business to be denied to bid, by another Federal Government contractor is an interference into the procurement process.
GAO PRE - AWARD PROTEST
DEPARTMENT of the ARMYs
APG - Huachuca Installation
10 | P a g e
By using ineffective Reverse Auctions (Exhibit 10), the APG - Huachuca Installation are being unreasonable in using
FEDBID.com which discriminates against U.S. Small Businesses and Veteran Medal holders.
President Obamas Executive Office of the President, Office of Management and Budget issued a Memorandum on the
subject of a April 25, 2012 meeting of the Small Business Procurement Group (Exhibit 11) and this memo from Joseph G.
Jordan, Administrator for Federal Procurement Policy, and Karen G. Mills, Administrator of the Small Business
Administration state that there were immediate steps to ensure small businesses are utilized to the maximum extent
possible. Maximizing Opportunities for Small Businesses under the Simplified Acquisition Threshold Pursuant to
longstanding statutory requirements in the Small Business Administration Act, agencies are required to automatically set
aside work for small businesses that is equal to or less that the value of the Simplified Acquisition Threshold (SAT)
(generally $ 150,000) unless the contracting officer determines the rule of two cannot be met ie. There is not a
reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in
terms of market prices, quality, and delivery. There are more than 5 U.S. Small Businesses in the Middle East Region,
SMI-USA LLC, Trade Links USA LLC, American General Trading, and Latvian Connection LLC.
Note FEDBID.com employees name. Joseph Jordan in President Obamas Memo. This is what POGO refers to as the
revolving door.
Mr. Jordan and Ms Mills go on to say that a third-party analysis of the Federal Procurement Data System suggest that a
significant amount of work under the SAT is not going to small businesses, including for products and services in
industries where small businesses are typically well represented. This suggests that opportunities for small businesses are
being lost, and that agencies must take additional steps to consistently apply set-asides in the manner prescribed by law
Latvian Connection LLC is being discriminated against 2 revolving door opportunists: U.S. Army General Casey
(FEDBID board member) and now Obama defector Joseph Jordan.
IV.
awarded the Contract based on a fair evaluation of LATVIAN CONNECTION LLC LLCs bid but has been
prevented from bidding due to the arbitrary suspension of a non-government entity that is neither a Government
Agency or a SF1402 holding Contracting Officer. Such a determination that Latvian Connection LLC would be the
low bidder is not susceptible to a precise mathematical calculation; rather, prejudice requires only that but for the
agencys actions, the protestors would have had a reasonable chance of receiving the award. Anthem Alliance for
Health, Inc., TRICARE Management Activity Reconsideration, B-278189.5, July 13, 1998, 98-2 CPD 66. A
reasonable possibility of prejudice therefore is sufficient to sustain the protest. United Intl. Engg., Inc., B-245448.3,
Jan 29, 1992, 92-1 C.P.D. 122. Europe Displays, Inc., B-297099. Latvian Connection LLC has been prejudiced by
APG - Huachuca Installation violation of the Competition in Contracting Act and limiting competition to exclude
Latvian Connection LLC and by circumventing the Small Business Act in that ALL eligible bidders have access to
Federal Contracts.
11 | P a g e
Memos from Armys ERDC - U.S. Army Engineer Research and Development Center direction to
Army Contracting Officers to utilize FEDBID.com
A copy of the Justification and Approval to compete using other than Full and Open competition that
excludes FEDBID users suspended by FEDBID, but under FAR Part 9
The SF 2579 Small Business Coordination Record
The bid abstract of W91RUS14T0286 FEDBID, b-639078_01, n-144987
We also request that LATVIAN CONNECTION LLC LLC be reimbursed the costs of filing and pursuing its protest,
including reasonable protest preparation fees. Bid Protest Regulations 4 C.F.R. 21.8(d)(1) (2010).
Under the Competition in Contracting Act of 1984, the GAO may recommend that protest costs be reimbursed where
they find that an agencys action violated a procurement statute or regulation. 31 U.S.C. 3554(c)(1) (2010). The
GAOs Bid Protest Regulations provide that, where the contracting agency decides to take corrective action in response to
a protest, the GAO may recommend that the protester be reimbursed the costs of filing and pursuing its protest, including
reasonable attorneys fees. 4 C.F.R. 21.8(e) (2010). The GAO has stated that it does not mean that costs should be
reimbursed in every case in which an agency decides to take corrective action; rather, a protester should be reimbursed its
costs where an agency unduly delayed its decision to take corrective action in the face of a clearly meritorious protest.
Griners-A-One Pipeline Servs., Inc.--Costs, B-255078.3, July 22, 1994, 94-2 CPD 41 at 5.
Respectfully submitted,
__________________________
Keven L. Barnes
CEO
Latvian Connection LLC
GAO PRE - AWARD PROTEST
DEPARTMENT of the ARMYs
APG - Huachuca Installation
7/9/2014
Security Alert
BACK TO FEDBID.COM
Security Alert
SECURITY ALERT
There is a problem with your account. Please contact FedBid's Client Services at 1.877.9FEDBID(933.3243) or ClientServices@FedBid.com
for further information.
CONTINUE >
https://marketplace.fedbid.com/userlogin.do
1/1
Keven L. Barnes
From:
Sent:
To:
Cc:
Subject:
Good morning,
The purpose of this communication is to inform you that, effective immediately, the LATVIAN CONNECTION GENERAL
TRADING AND CONSTRUCTION LLC [DUNS: 830587791] account with FedBid, Inc. has been suspended in
accordance within our right to terminate service, as referenced in FedBids Terms of Use:
System and Business Integrity: Latvian Connection has taken actions to repeatedly and purposely interfere with
FedBid's business relationships.
Right to Terminate: Latvian Connection's use of the FedBid marketplace demonstrates that Latvian Connection
has not used (and does not intend to use) the FedBid marketplace as required in the FedBid Terms of Use.
As the facilitator of transactions between Buyers and Sellers on www.FedBid.com, it is critical that all activity on the
FedBid marketplace is conducted uniformly and professionally according to the Terms of Use. These recent actions have
been unprofessional, and we cannot tolerate actions that may substantially and negatively impact our customers and our
business.
Please contact our Legal department with any questions; I have provided our Deputy General Counsels information for
your reference below.
Jeffrey M. Shrader
Vice President,
Deputy General Counsel
FedBid, Inc.
Direct: 703.839.7025
jeff.shrader@fedbid.com
Thank you,
Kim Clark
Quality Assurance Supervisor
FedBid, Inc.
Direct: 703-839-7010
kimberley.clark@fedbid.com
employee or agent responsible to deliver it to the intended recipient, you are hereby notified that any dissemination,
distribution or copying of this communication is strictly prohibited. If you have received this communication in error, please
immediately notify the sender by email and destroy the original message. Thank you in advance for your cooperation.
Summary
Competition in federal procurement contracting has become a topic of increased congressional
and public interest, in part because of alleged misconduct involving noncompetitive contracts and
reports that the number of noncompetitive contract actions has increased. President Obama also
emphasized competition in his March 4, 2009, memorandum on government contracting.
Additionally, prominent officials within the Department of Defense (DOD), which accounts for
some 70% of federal procurement spending per year, have expressed their commitment to
reducing DODs use of noncompetitive contracts.
The Competition in Contracting Act (CICA) of 1984 generally governs competition in federal
procurement contracting. Any procurement contract not entered into through the use of
procurement procedures expressly authorized by a particular statute is subject to CICA. CICA
requires that contracts be entered into after full and open competition through the use of
competitive procedures unless certain circumstances exist that would permit agencies to use
noncompetitive procedures. Full and open competition can be obtained through the use of sealed
bids, competitive proposals, or other procures defined as competitive under CICA (e.g.,
procurement of architectural or engineering services under the Brooks Act). Full and open
competition under CICA also encompasses full and open competition after exclusion of
sources, such as results when agencies engage in dual sourcing or set aside acquisitions for small
businesses.
Any contract entered into without full and open competition is noncompetitive, but
noncompetitive contracts can still be in compliance with CICA when circumstances permitting
other than full and open competition exist. CICA recognizes seven such circumstances, including
(1) single source for goods or services; (2) unusual and compelling urgency; (3) maintenance of
the industrial base; (4) requirements of international agreements; (5) statutory authorization or
acquisition of brand-name items for resale; (6) national security; and (7) contracts necessary in
the public interest. CICA also allows agencies to use special simplified procedures when
acquiring goods or services whose expected value is less than $150,000, or commercial goods or
services whose expected value is less than $6.5 million ($12 million in emergencies).
Issuance of orders under task order and delivery order (TO/DO) contracts is not subject to CICA,
although award of TO/DO contracts is. However, the Federal Acquisition Streamlining Act
(FASA) of 1994 established a preference for multiple-award TO/DO contracts; required that
agencies provide contractors a fair opportunity to compete for orders in excess of $3,000 under
multiple-award contracts; and authorized the Government Accountability Office (GAO) to hear
protests challenging the issuance of task or delivery orders that increase the scope, period, or
maximum value of the underlying contract. The National Defense Authorization Act (NDAA) for
FY2008 further limited the use of single-award TO/DO contracts. It also specified what
constitutes a fair opportunity to be considered for orders in excess of $5.5 million under
multiple-award contracts and granted GAO jurisdiction to hear protests of orders valued in excess
of $10 million. While the provision authorizing GAO to hear such protests regarding the orders of
civilian agencies sunset in May 2011, GAO recently found that it has jurisdiction over these
protests because the NDAA for FY2008 amended FASA to provide that all limitations on GAOs
jurisdiction over task and delivery order protests expired in May 2011, not just its authority over
protests of task and delivery orders valued in excess of $10 million. The 111th Congress enacted
legislation extending the sunset date for GAOs jurisdiction over protests of orders valued in
excess of $10 million issued by defense agencies until September 30, 2016 (P.L. 111-383, 825).
Contents
Introduction ................................................................................................................................1
Background ................................................................................................................................2
Contracts Not Subject to CICA ...................................................................................................6
Contracts Subject to CICA ..........................................................................................................7
Full and Open Competition Defined ......................................................................................7
Competitive Procedures Resulting in Full and Open Competition ..........................................8
Full and Open Competition After Exclusion of Sources................................................9
Circumstances Permitting Other Than Full and Open Competition ...................................... 11
Justifications & Approvals ............................................................................................ 13
Special Simplified Procedures for Small Purchases .......................................................... 15
Other Competition Requirements ........................................................................................ 18
Competition Requirements for Task and Delivery Order Contracts ............................................ 20
Legislative Initiatives ................................................................................................................ 23
Figures
Figure 1. Contracts Subject and Not Subject to CICA..................................................................7
Figure 2. Simplified Acquisition Procedures: Competition Requirements at Various Price
Thresholds ............................................................................................................................. 17
Figure 3. TO/DO Contracts: Competition Requirements at Various Price Thresholds ................. 23
Tables
Table 1. Approving Officials for Noncompetitive Contracts in General...................................... 13
Table 2. Approving Officials for Noncompetitive Contracts Under the Simplified
Acquisition Procedures .......................................................................................................... 17
Table 3. Types of Competition Under CICA .............................................................................. 18
Table A-1. Potential Applications and Limitations ..................................................................... 26
Appendixes
Appendix. Circumstances Permitting Other Than Full and Open Competition Under
CICA ..................................................................................................................................... 26
Contacts
Author Contact Information ...................................................................................................... 29
Introduction
Procurement describes the process whereby the government obtains goods and services from
private parties that it does not produce or provide for itself. Competition in government
procurement means that the government determines from whom to buy goods and servicesand
thus with whom to contractby solicit[ing] or entertain[ing] offers from two or more
competitors, compar[ing] them, and accept[ing] one based on its relative value.1 Competition in
federal procurement contracting has recently become a topic of increased congressional and
public interest, in part because of high-profile incidents of alleged misconduct by contractors or
agency officials involving noncompetitive contracts and reports that the number of
noncompetitive contract actions by the federal government has increased.2 Hearings in the 110th
and 111th Congresses addressed agencies alleged failures to compete contracts properly,3 and
members enacted or proposed legislation addressing reported deficiencies in the laws governing
competition in federal contracting, or agencies compliance with these laws.4 President Obama
also emphasized competition in his March 4, 2009, memorandum on government contracting.5
Additionally, prominent officials within the Department of Defense (DOD), which accounts for
1
Ralph C. Nash, Jr., Steve L. Schooner, Karen R. OBrien-DeBakey, and Vernon J. Edwards, The Government
Contracts Reference Book: A Comprehensive Guide to the Language of Procurement 109-110 (2d ed. 2007).
2
See, e.g., Robert OHarrow, Jr., FDA Takes End Run to Award Contract to PR Firm, Wash. Post, Oct. 2, 2008,
available at http://www.washingtonpost.com/wp-dyn/content/article/2008/10/01/AR2008100103061.html (reporting
that the U.S. Food and Drug Administration made a noncompetitive award to ensure the work would go to a
Washington public relations firm with ties to the FDA official arranging the deal); Alice Lipowicz, Agencies Spent
Billions of Stimulus Money on Noncompetitive Contracts, Fed. Computer Week, Oct. 15, 2009, available at
http://fcw.com/Articles/2009/10/15/Agencies-spent-billions-from-stimulus-on-noncompetitive-nonfixedpricecontracts.aspx (reporting widespread use of noncompetitive contracts under the American Recovery and Reinvestment
Act).
3
See, e.g., Failed Homeland Security Contracts: Hearings Before the Subcomm. on Mgmt., Investigations & Oversight
of the House Comm. on Homeland Security, 110th Cong. (Sept. 17, 2008) (testimony of James L. Taylor, Deputy
Inspector General, DHS) (noting that DHS did not comply with federal regulations when it awarded a sole-source
contract to Chenega Technology Services Corporation); Contracting Revision Bills: Hearing before the Subcomm. on
Government Mgmt., Organization & Procurement of the H. Comm. on Oversight & Government Reform, 110th Cong.
(Feb. 27, 2008) (testimony of Paul A. Denett, Administrator, Office of Federal Procurement Policy) (highlighting
recent executive branch efforts to increase competition in contracting).
4
See infra notes 120 to 131 and accompanying text.
5
The White House, Office of the Press Secretary, Government Contracting: Memorandum for the Heads of Executive
Departments and Agencies, Mar. 4, 2009, available at http://www.whitehouse.gov/the_press_office/Memorandum-forthe-Heads-of-Executive-Departments-and-Agencies-Subject-Government-Contracting. This memorandum also called
for the Director of the Office of Management and Budget to develop guidance to govern the appropriate use and
oversight of sole-source and other types of noncompetitive contracts and to maximize the use of full and open
competition and other competitive procurement processes. Id. This guidance was issued on October 27, 2009, and
calls for agencies to focus on requirements development and outreach to potential vendors; use performance-based
acquisitions and commercial solutions; evaluate alternative competition strategies for larger and more complex
requirements; use strategic sourcing; ensure consistent maximization of competition at the task and delivery order
level; give maximum practicable consideration to small businesses; limit the length of any noncompetitive contracts;
ensure price reasonableness in noncompetitive contracts; regularly assess contractor performance under noncompetitive
contracts; engage with the marketplace to determine how barriers to competition can be removed; and analyze the
agencies largest spend categories. Executive Office of the President, Office of Management and Budget, Increasing
Competition and Structuring Contracts for Best Results, Oct. 27, 2009, available at http://www.whitehouse.gov/omb/
assets/procurement_gov_contracting/increasing_competition_10272009.pdf. The October memorandum also required
agencies reduce by at least 10 percent the combined share of dollars obligated through new contracts in FY 2010 that
are awarded non-competitively and/or receive only one bid in response to a solicitation or request for quote, among
other things. Id.
some 70% of federal procurement spending per year,6 have expressed their commitment to
reducing DODs use of noncompetitive contracts.7
This report describes the competition requirements currently governing the procurement activities
of federal agencies. It addresses (1) what contracts are subject to competition requirements; (2)
what constitutes full and open competition for government contracts; (3) what is meant by full
and open competition after exclusion of sources; (4) the circumstances permitting agencies to
award contracts on the basis of other than full and open competition; (5) the special simplified
procedures for small purchases; (6) the competition requirements for task order and delivery
order (TO/DO) contracts; and (7) legislative reforms relating to competition. It also briefly
describes the benefits and drawbacks of competition, situates recent reform efforts within their
historical context, and discusses how the policy debates surrounding competition in federal
contracting can shape legislative responses. It does not directly address so-called public-private
competitions or competitive sourcing targets under the Federal Activities Inventory Reform
(FAIR) Act or Office of Management and Budget (OMB) Circular A-76.8 Public-private
competitions are conducted to determine whether government employees or private contractors
will perform functions formerly performed by the government that have been identified as
commercial and suitable for contracting out.9
Background
The federal government has promoted competition between offerors seeking to meet its needs
since at least 1781, when the Superintendent of Finance advertised in a local newspaper for
proposals from potential suppliers of food for federal employees in Philadelphia.10 Then, as now,
the government encouraged competition because of its reported benefits to the government and
the general public. Proponents of competition note that when multiple offerors compete for the
governments business, the government can acquire higher quality goods and services at lower
prices than it would acquire if it awarded contracts without competition. Proponents also note that
competition helps to curb fraud because it allows for periodic changes in the vendors from which
the government acquires goods and services, thereby limiting opportunities for government
employees to enter into collusive agreements with their regular suppliers. Competition is
similarly said to promote accountability by ensuring that contracts are entered into on their merits
and not upon any other basis (e.g., familial or other relationships between contracting officers and
6
Federal Contract Awards by Major Contracting Agency 2009, available at http://www.usaspending.gov/fpds/
tables.php?tabtype=t1&rowtype=f&subtype=a&sorttype=2008.
7
See, e.g., Gates Cites Acquisition Reform as One of Defense Departments Greatest Challenges, 91 Fed. Cont. R. 71
(Feb. 3, 2009) (Gates mentioning seeking increased competition as one strategy for reforming DOD procurement);
Office of the Undersecretary of Defense for Acquisition, Technology and Logistics, Review Criteria for the Acquisition
of Services: Memorandum, Feb. 18, 2009, available at http://www.acq.osd.mil/dpap/policy/policyvault/USA00273508-DPAP.pdf (memorandum from Shay D. Assad, Director of Defense Procurement, stating that the requirements of
service contracts should be articulated in such a way as to provide for maximum competition, in general, and for
meaningful competition for orders under multiple award contracts).
8
See FAIR Act, P.L. 105-270, 112 Stat. 2382 (1998) (codified at 31 U.S.C. 501 note); Executive Office of the
President, OMB, Performance of Commercial Activities: Circular A-76 Revised, May 29, 2003, available at http://a76.nih.gov/a76_rev2003.pdf.
9
For more on public-private competitions generally, see CRS Report RL32079, Federal Contracting of Commercial
Activities: Competitive Sourcing Targets, by L. Elaine Halchin.
10
James F. Nagle, A History of Government Contracting 49 (2d ed. 1999).
contractors). Further, because the government is said to acquire the highest quality goods and
services at the lowest prices, proponents of competition note that competition helps government
officials reassure citizens that their tax dollars are not spent wastefully. Finally, proponents of
competition claim that citizens are less likely to perceive contracts as being awarded because of
favoritism when there is competition.
Competition is not considered an unmitigated good by all, however, as is noted by those who
advocate for certain limits on competition. Such commentators have pointed out that agency
operations can be delayed by the time it takes to solicit and evaluate offers from eligible
suppliers. These delays are reportedly especially harmful when agencies are contracting for goods
or services for disaster responses or military operations. Moreover, because there are costs
involved in agencies soliciting and evaluating offers, these commentators note that there comes a
point when the governments costs in competing contracts are greater than the savings it realizes
from the lower price, higher quality goods it obtains through competition. It was, in part, for this
reason that the drafters of the Competition in Contracting Act (CICA) of 198411 opted to require
full and open competition rather than maximum competition. They reportedly considered
language calling for maximum competition,12 but rejected it, in part, because there is a point
of diminishing return with competition. 13 Proponents of limits on competition further note that
competition can increase the risk that government contractors will be unable to perform by
allowing new contractorswho do not have experience meeting agencies needs or complying
with the accounting and paperwork requirements imposed on federal contractorsto win
government contracts. Agencies reportedly would prefer to deal with their incumbent contractors,
assuming these contractors are competent, because they represent known quantities for the
agencies.14
As the accompanying chronology illustrates, the federal governments requirements for
competition in contracting have periodically shifted as the government has variously sought to
realize the benefits of competition or further other goals, such as the protection of national
security in times of war or efficiency in agency operations, in its procurement activities. Armed
conflicts, in particular, typically lead to relaxation of competition requirements, but often result in
alleged abusessuch as war profiteering by contractors and waste of money on overpriced
goods and servicesthat later lead to increased competition requirements.15
11
CICA was enacted as part of the Deficit Reduction Act of 1984, P.L. 98-369, 2701-2753, 98 Stat. 1175 (1984). It
amended the Armed Services Procurement Act of 1947; Federal Property and Administrative Services Act of 1949;
Office of Federal Procurement Policy Act of 1974; and Truth in Negotiation Act (TINA) of 1962. It also created a
statutory basis for the bid-protest function of the GAO. CICAs competition requirements took effect on April 1, 1985.
12
Competition in Contracting Act of 1983: Hearings Before the Senate Comm. on Armed Services, 98th Cong., 1st Sess.
260-61 (1983). The guidelines for implementing some of President Obamas recently proposed procurement reforms
similarly call for maximum practicable competition, rather than maximum competition. See Executive Office of
the President, Office of Management and Budget, Updated Implementing Guidance for the American Recovery and
Reinvestment Act of 2009, at 52 (Apr. 3, 2009), available at http://www.whitehouse.gov/omb/assets/
memoranda_fy2009/m09-15.pdf.
13
Competition in Contracting Act of 1983, supra note 12, at 304 (testimony of John Cibinic, Jr., Government Contracts
Program, National Law Center, The George Washington University).
14
William S. Cohen, The Competition in Contracting Act, 14 Pub. Cont. L.J. 20-21 (1983/1984) (Generally, agency
officials have an easier time if they stay with the same contractor throughout the procurement process.).
15
See id. at 6 (describing allegations of war profiteering in the aftermath of WWI); Competition in Contracting Act of
1984: Hearings on H.R. 5184 Before the Subcomm. on Legis. & Natl Security of the House Comm. on Govt
Operations, 98th Cong., at 2 (1984) (statement by Representative Brooks) (describing how DOD spent $435 for an
ordinary claw hammer).
Chronology
1809
1861
1914-1918
1930
1939-1945
In December 1941, Congress passes the First War Powers Act, which authorizes
the President to grant agencies that are involved in the war authority to enter into
contracts without regard to the provision of law relating to the making,
performance, amendment, or modifications of contracts. (55 Stat. 838 (1941)).
Later in the war, the War Production Board prohibits agencies from using formal
advertising without specific authorization to do so.
1945
A task force of the Procurement Policy Board, consisting of officers from the federal
procuring agencies, recommends relaxing competition requirements to support the
growth and sustainability of the industrial base.
1947
Congress passes the Armed Services Procurement Act (ASPA), which generally
requires use of formal advertising but allows use of negotiated procurements when
any of seventeen exceptions apply. These exceptions address things such as
medicines or medical property; property purchased for authorized resale; perishable
or nonperishable subsistence supplies; and property or services for which it is
impracticable to secure competition. ASPA only applies to the procurement
contracts of defense agencies.
1949
Congress passes the Federal Property and Administrative Services Act (FPASA),
subjecting civilian agencies to requirements like those in ASPA. FPASA recognizes
fifteen exceptions to formal advertising.
1982
Senators William V. Roth, Jr., Carl Levin, and William S. Cohen first introduce the
Competition in Contracting Act (CICA) (S. 2127). Increased competition in
contracting is also among the Carlucci Initiatives, 32 steps for reforming defense
acquisitions announced by then Deputy Secretary of Defense Frank Carlucci.
1984
Congress passes CICA, requiring agencies to obtain full and open competition
through the use of competitive procedures in their procurement activities unless
otherwise authorized by law.
1990-1991
1994
Congress passes the Federal Acquisition Streamlining Act (FASA), which establishes
a preference for the acquisition of commercial items in meeting agencies
procurement needs. FASA also articulates competition requirements for task order
and delivery order (TO/DO) contracts.
1996
Congress passes the Federal Acquisition Reform Act (FARA), which requires that
agencies obtain full and open competition ... in a manner that is consistent with the
need to efficiently fulfill the Governments requirements. FARA also relaxes the
Congress passes the Services Acquisition Reform Act (SARA). SARA further relaxes
the rules imposed upon procurement of commercial services.
2008
Section 843 of the National Defense Authorization Act for FY2008 limits the use of
single-award task order/delivery order (TO/DO) contracts in excess of $100
million; grants GAO temporary jurisdiction over protests involving orders of $10
million or more; and specifies what constitutes a fair opportunity to be considered
for orders in excess of $5 million.16
16
The values contained in this chronology are those given in the statute as it was enacted. They do not reflect any
subsequent adjustments made for inflation.
17
10 U.S.C. 2304(a)(1)(A) & 41 U.S.C. 253(a)(1)(A). Citations to CICAs codification generally reference two
titles of the United States Code: Title 10 governing procurements by defense agencies, NASA, and the Coast Guard,
and Title 41 governing procurements by civilian agencies. The numbering and language of these sections are often
but not alwaysidentical.
18
P.L. 103-355, 8104, 108 Stat. 3391 (codified at 10 U.S.C. 2377(a)-(b)); P.L. 103-355, 8203, 108 Stat. 3391
(codified at 41 U.S.C. 264b(a)-(b)) (The head of each executive agency shall ensure that procurement officials in
that executive agency, to the maximum extent practicable, acquire commercial items or nondevelopmental items other
than commercial items to meet the needs of the executive agency.).
19
P.L. 104-106, 4101, 110 Stat. 642 (Feb. 10, 1996) (codified at 41 U.S.C. 251 note).
20
P.L. 108-136, 1401-1433, 117 Stat. 1664-1676 (Nov. 23, 2003) (codified, in part, at 41 U.S.C. 264 note and 41
U.S.C. 403).
21
P.L. 110-343, Title I, 107(a), 122 Stat. 3773 (Oct. 3, 2008). The Secretary must transmit his or her determination,
and its accompanying justification, to several congressional committees within 7 days.
22
Some contracts entered into without full and open competition under the EESA have been of types traditionally
considered high risk for the government. Govt Accountability Office, Troubled Asset Relief Program: Additional
Actions Needed to Better Ensure Integrity, Accountability, and Transparency 38 (Dec. 2008), available at
http://www.gao.gov/products/GAO-09-161.
23
In introducing the circumstances permitting use of noncompetitive procedures, CICA does not speak of exceptions
to its competition requirements. See 10 U.S.C. 2304(c) & 41 U.S.C. 253(c). However, it uses the term exception
in reference to these circumstances in its requirement for justifications and approvals of contracts awarded using other
than full and open competition, and commentators commonly refer to the CICA exceptions when describing these
circumstances. See 10 U.S.C. 2304(f)(3)(B) & 41 U.S.C. 253(f)(3)(B).
24
10 U.S.C. 2304(a)(1)(A) & 41 U.S.C. 253(a)(1)(A).
25
Government Contracts Reference Book, supra note 1, at 414.
26
For more on OTA generally, see CRS Report RL34760, Other Transaction (OT) Authority, by L. Elaine Halchin.
27
10 U.S.C. 2304(a)(1)(A); 41 U.S.C. 253(a)(1)(A). CICA also does not apply to contract modifications, including
the exercise of price options evaluated as part of the initial competition, that are within the scope and under the terms of
existing contracts, or orders under requirements contracts or definite-quantity contracts. 48 C.F.R. 6.001(a)-(f).
28
P.L. 108-447, Division D, 534(e), 118 Stat. 2809, 3006 (Dec. 8, 2004).
29
Id. at Division E, Title I, 118 Stat. 3040 (allowing the Bureau of Land Management to limit competition for contracts
for hazardous fuel reduction activities to specified groups or entities, notwithstanding CICA); id. at Division E, Title II,
118 Stat. 3089 (allowing the National Gallery of Art to contract for the restoration and repair without competition).
30
33
41 U.S.C. 403(7). For more information on the responsibility requirements applicable to prospective federal
contractors, see CRS Report R40633, Responsibility Determinations Under the Federal Acquisition Regulation: Legal
Standards and Procedures, by Kate M. Manuel.
CICA defines competitive procedures as those under which an agency enters into a contract pursuant to full and
open competition. 41 U.S.C. 403(5).
35
48 C.F.R. 14.101(a)-(e).
36
10 U.S.C. 2304(a)(2)(A)(i)-(iv) & 41 U.S.C. 253(a)(2)(A)(i)-(iv).
37
10 U.S.C. 2304(a)(2)(B) & 41 U.S.C. 253(a)(2)(B).
38
48 C.F.R. 15.000-15.102. Best value is determined by considering price and other factors included in the
solicitation. The competitive range consists of those proposals having the greatest likelihood of award based on the
factors and significant subfactors of the solicitation. FARA allows agencies to limit the competitive range to those
offerors rated most highly based upon the solicitations criteria when the number of offers that would otherwise be
included in the competitive range ... exceeds the number at which an efficient competition can be conducted. P.L. 104106, 4103, 110 Stat. 643-44 (Feb. 10, 1996) (codified at 10 U.S.C. 2305(b) & 41 U.S.C. 253b(d)).
39
41 U.S.C. 259(b)(1)-(5).
48 C.F.R. 8.402(a).
41
10 U.S.C. 2304(b) & 41 U.S.C. 253(b).
42
10 U.S.C. 2304(b)(1)-(2) & 41 U.S.C. 253(b)(1)-(2). In practice, there is one important distinction between full
and open competition after exclusion of sources for purposes of dual sourcing and for small business set-asides.
Agencies engaged in dual sourcing need justifications and approvals for their awards, which are discussed in more
detail below, while those setting aside procurements for small businesses generally do not. Compare 48 C.F.R.
6.202(b)(1) (dual sourcing) with 48 C.F.R. 6.203(b), 6.204(b), 6.205(b), 6.206(b), and 6.207(b) (small
business set-asides). Only when agencies make sole-source awards in excess of $20 million under the authority of
Section 8(a) of the Small Business Act are justifications and approvals required. See P.L. 111-84, 811, 123 Stat.
2405-06 (Oct. 28, 2009).
43
See, e.g., Competition in Contracting Act, supra note 14, at 25-26.
40
(B) would be in the interest of national defense in having a facility (or a producer,
manufacturer, or other supplier) available for furnishing the property or service in the case of
a national emergency or industrial mobilization;
(C) would be in the interest of national defense in establishing or maintaining an essential
engineering, research, or development capability to be provided by an educational or other
nonprofit institution or a federally funded research and development center;
(D) would ensure the continuous availability of a reliable source of supply of such property
or service;
(E) would satisfy projected needs for such property or service determined on the basis of a
history of high demand for the property or service; or
(F) in the case of medical supplies, safety supplies, or emergency supplies, would satisfy a
critical need for such supplies.44
Recently, Congress has sometimes mandated dual sourcing, especially by the Department of
Defense (DOD), in order to ensure competition in future procurements. 45
CICA similarly recognizes the history of setting aside acquisitions for competitions limited to
small businesses in general, or to specific subcategories of small businesses, by allowing
procurement of property or services ... using competitive procedures, but excluding other than
small business concerns.46 The Small Business Act provides for such set-asides for small
businesses generally; women-owned, service-disabled veteran-owned and Historically
Underutilized Business Zone (HUBZone) small businesses; and small businesses owned and
controlled by socially and economically disadvantaged individuals that are participating in the
Business Development Program under Section 8(a) of the act.47 Set-asides can also be made for
local firms during major disasters or emergencies under the authority of the Stafford Act (42
U.S.C. 5150).48
44
10 U.S.C. 2304(b)(1)(A)-(F) & 41 U.S.C. 253(b)(1)(A)-(F). CICA added the provisions currently in subsections
(A)-(C) of these statutes, while FARA added those in (D)-(F).
45
See, e.g., P.L. 110-181, 213, 122 Stat. 36 (Oct. 14, 2008) (requiring DOD to ensure the obligation and expenditure
in each such fiscal year of sufficient annual amounts for the continued development and procurement of 2 options for
the propulsion system for the Joint Strike Fighter in order to ensure the development and competitive production for the
propulsion system for the Joint Strike Fighter.); Gates Says Tanker Competition May Resume in Late Spring; Murtha
Endorses Split Buy, 91 Fed. Contr. R. 75 (Feb. 3, 2009).
46
10 U.S.C. 2304(b)(2) & 41 U.S.C. 253(b)(2).
47
See 15 U.S.C. 637(a) (set-asides for small disadvantaged businesses participating in the 8(a) Business Development
Program); 15 U.S.C. 637(m) (set-asides for women-owned small businesses); 15 U.S.C. 644 (set-asides for small
businesses generally); 15 U.S.C. 657a (set-asides for HUBZone small businesses); 15 U.S.C. 657f (set-asides for
service-disabled veteran-owned small businesses).
48
The Stafford Act provides that [i]n the expenditure of Federal funds for debris clearance, distribution of supplies,
reconstruction, and other major disaster or emergency assistance activities ... carried out by contract or agreement with
private [entities], preference shall be given, to the extent feasible and practicable, to those organizations, firms, and
individuals residing or doing business primarily in the area affected by such major disaster or emergency.
10
49
11
52
12
compelling urgency or national security.58 The first condition is especially important because it
precludes agencies from waiting until near the end of the fiscal year to procure items and then
claiming unusual and compelling urgency because their appropriations are about to expire.59
Approving Official
Under $650,000
Written justifications and approvals must normally precede the contract award.63 They may
follow the award only when the agency relies on the exception for unusual and compelling
58
10 U.S.C. 2304(e) & 41 U.S.C. 253(e). Under the FAR, similar requirements apply to all the CICA exceptions,
although the statutory basis for these requirements is unclear. See 48 C.F.R. 6.301(d).
59
See, e.g., Competition in Contracting Act, supra note 14, at 16-17 (describing how agencies reportedly abused their
authority, under the pre-CICA competition requirements, to make noncompetitive procurements when competition is
impracticable in similar situations).
60
10 U.S.C. 2304(f) & 41 U.S.C. 253(f).
61
10 U.S.C. 2304(f)(1)(A) & 41 U.S.C. 253(f)(1)(A).
62
10 U.S.C. 2304(f)(1)(B) & 41 U.S.C. 253(f)(1)(B).
63
10 U.S.C. 2304(f)(2) & 41 U.S.C. 253(f)(2).
13
urgency, and, even then, the agency must have determined the existence of usual and compelling
urgency prior to making the award.64 Justifications can be omitted only when an agency (1) relies
upon an agency heads determination that it is necessary, in the public interest, to use other than
competitive procedures; (2) conducts a procurement under the authority of the Javits-WagnerODay Act, or makes competitive or certain noncompetitive awards under the authority of Section
8(a) of the Small Business Act;65 or (3) purchases brand-name items for authorized resale.66 The
omission of justifications when the agency relies upon the agency heads determination that it is
necessary, in the public interest, to use other than competitive procedures can be explained, in
part, by the requirement that agency heads must themselves document the existence of such
circumstances in writing and notify Congress. Purchase of brand-name items for authorized resale
involves purchases for use in commissaries or similar facilities, where the purchased articles are
desired or preferred by customers of the selling activities.67 It does not include agencies
purchase of brand-name commercial items for their own use. 68
Justifications must include (1) a description of agency needs; (2) an identification of the statutory
exception upon which the agency relied and a demonstration of the reasons for using the
exception that is based upon the proposed contractors qualifications or the nature of the
procurement; (3) a determination that the anticipated cost will be fair and reasonable; (4) a
description of any market survey conducted, or a statement of the reasons for not conducting a
market survey; (5) a listing of any sources that expressed interest in the procurement in writing;
and (6) a statement of any actions that the agency may take to remove or overcome barriers to
competition before subsequent procurements.69
CICA originally required agencies to make their justifications for noncompetitive awards, as well
as any related information, available to the general public under the Freedom of Information
Act (FOIA), 70 but it has since been amended to require that justifications and approvals be posted
on FedBizOpps (http://www.fedbizopps.gov) within 14 days of contract award.71 Agencies are
also required, under CICA, to publish notices regarding certain noncompetitive contracts that they
propose to award on FedBizOpps prior to their award.72 These notices identify the intended
recipient of the noncompetitive contract award and state the agencies reasons for making a
noncompetitive award.73 Because notice of these proposed awards precedes the awards, other
contractors could submit proposals to the agency or protest the proposed award.
64
48 C.F.R. 6.303-1(d).
Justifications, approvals, and notices are, however, required when agencies make sole-source awards valued in
excess of $20 million under the authority of Section 8(a) of the Small Business Act. See P.L. 111-84, 811, 123 Stat.
2405-06 (Oct. 28, 2009).
66
10 U.S.C. 2304(f)(2)(A)-(E) & 41 U.S.C. 253(f)(2)(A)-(D).
67
48 C.F.R. 6.302-5(c)(3).
68
Such purchases are governed by other authorities. See 48 C.F.R. 11.105.
69
10 U.S.C. 2304(f)(3)(A)-(F) & 41 U.S.C. 253(f)(3)(A)-(F).
70
P.L. 98-369, 2711, 98 Stat. 1178 (civilian agencies); id., at 2723, 98 Stat. 1190 (defense agencies).
71
P.L. 110-181, 844, 122 Stat. 236-39 (Oct. 14, 2008). When the noncompetitive award is made on the basis of
unusual and compelling urgency, agencies have up to 30 days after the award to post it on FedBizOpps.
72
10 U.S.C. 2304(f)(1)(C) & 41 U.S.C. 253(f)(1)(C). See generally 41 U.S.C. 416(b)(5) (notice requirements).
73
Id.
65
14
15
expected value is below the simplified acquisition threshold ($150,000) are further subdivided
into (1) those below the micropurchase threshold (generally $3,000) and (2) those above it.82
When making micropurchases, or purchases at or below $3,000, agencies are to promote
competition, to at least a limited degree, by distributing their purchases equitably among
qualified suppliers [t]o the extent practicable.83 They may make micropurchases without
soliciting competitive quotations only if the contracting officer, or other duly appointed official,
considers the price to be reasonable. 84 When purchases are above the micropurchase threshold but
below the simplified acquisition threshold, agencies shall use simplified acquisition procedures
to the maximum extent practicable.85 These purchases are set aside for small businesses, 86
making them full and open competitions after the exclusion of sources under CICA. In such
purchases, and in purchases of commercial items whose expected value exceeds the simplified
acquisition threshold but is below $6.5 million (or $12 million in emergencies), agencies must
promote competition to the maximum extent practicable to obtain supplies and services from the
source whose offer is the most advantageous to the Government considering the administrative
cost of the purchase.87 This generally means that agencies must consider solicitation of at least
three sources, two of which were not included in the previous solicitation.88 Contracting officers
are prohibited from soliciting quotations based on personal preferences or restricting solicitations
to suppliers of well-known and widely distributed makes or brands.89
82
The micropurchase threshold can be lower or higher than $3,000, depending on the goods or services acquired and
the circumstances of the acquisition. Micropurchases for construction services subject to the Davis-Bacon Act or other
services subject to the Service Contract Act have lower limits: $2,000 and $2,500, respectively. Those for goods or
services that the agency head has determined will be used to support a contingency operation or facilitate defense
against or recovery from nuclear, biological, chemical, or radiological attack have higher limits: $15,000 in the case of
contracts to be awarded or performed, or purchases to be made, inside the United States and $30,000 in the case of
contracts to be awarded or performed, or purchases to be made, outside the United States. 48 C.F.R. 13.201(g)(1)(i)(ii).
83
48 C.F.R. 13.202(a)(1).
84
48 C.F.R. 13.202(a)(2).
85
48 C.F.R. 13.003(a). This provision does not apply if agencies can meet their requirements using (1) required
sources of supply under Part 8 of the FAR (addressing Federal Prison Industries; the Committee for Purchase from
People Who Are Blind or Severely Disabled, and FSS contracts); (2) existing indefinite delivery/indefinite quantity
contracts; or (3) other existing contracts. 48 C.F.R. 13.003(a)(1)-(3).
86
48 C.F.R. 13.003(b)(1).
87
48 C.F.R. 13.104.
88
48 C.F.R. 13.104(b). When not providing notice of proposed contract actions and solicitation information through
the government-wide point of entry, FedBizOpps, agencies can ordinarily obtain the maximum practicable
competition ... by soliciting quotations or offers from sources within the local trade area.
89
48 C.F.R. 13.104(a)(1)-(2).
16
Sole-source solicitations for purchases below the simplified acquisition threshold are permissible
only if contracting officers determine that the circumstances of the contract action are such that
only one source can be reasonably deemed available (e.g., urgency, exclusive licensing
agreements, brand-name goods, industrial mobilization).90 Sole-source solicitations for purchases
of commercial items whose expected costs exceed the simplified acquisition threshold are
permissible only if (1) they are justified in writing; (2) they are approved at the levels specified in
Table 2; and (3) notice of the proposed award is provided at the government-wide point of entry,
FedBizOpps.
Table 2. Approving Officials for Noncompetitive Contracts Under the Simplified
Acquisition Procedures
Contract Value
Approving Official
48 C.F.R. 13.106-1(b)(1).
17
Includes
Sealed bids
Competitive proposals
Other competitive procedures (e.g., GSAs Federal Supply Schedule)
Full and open competition after the exclusion of sources
Dual sourcing
Set-asides for small businessesa
Permissibly Noncompetitive
CICA classifies contracts with small businesses in two different ways, depending upon whether the contract
is a sole-source award. Under CICA, sole-source awards to small businesses are permissible in light of the
circumstances permitting other than full and open competition, while other awards to small businesses
result from full and open competition after exclusion of sources.
See, e.g., Competition in Contracting Act, supra note 14, at 2 (It is important to understand ... that competition is not
a procurement procedure, but an objective which a procedure is designed to attain.).
92
10 U.S.C. 2305(a)(1)(A)(i)-(iii) & 41 U.S.C. 253a(a)(1)(A)-(C).
18
19
102
Id.
48 C.F.R. 16.501-1.
104
See 48 C.F.R. 16.501-2(a).
105
Multiple-award task order contracts are sometimes also referred to as MATOCs.
106
See, e.g., Dollars, Not Sense, supra note 53, at 13.
107
Federal contracts are normally for one year, but can be extended to five years through agencies use of options. 48
C.F.R. 17.204(e) (Unless otherwise approved in accordance with agency procedures, the total of the basic and option
periods shall not exceed 5 years in the case of services, and the total of the basic and option quantities shall not exceed
the requirement for 5 years in the case of supplies.).
108
10 U.S.C. 2304a(c) & 41 U.S.C. 253h(c).
109
10 U.S.C. 2304a(d)(3) & 41 U.S.C. 253h(d)(3).
103
20
(2) only one such contractor is capable of providing the services or property required at the
level of quality required because the services or property ordered are unique or highly
specialized;
(3) the task or delivery order should be issued on a sole-source basis in the interest of
economy and efficiency because it is a logical follow-on to a task or delivery order already
issued on a competitive basis; or
(4) it is necessary to place the order with a particular contractor in order to satisfy a
minimum guarantee.110
FASA did not, however, subject the issuance of task or delivery orders under TO/DO contracts to
CICA, and, even today, such orders remain outside the CICA framework. 111 FASA further
requires each agency issuing TO/DO contracts to designate a task and delivery order
ombudsman to review contractors complaints regarding TO/DO contracts and ensure that all
contractors holding a multiple-award TO/DO contract have a fair opportunity to be considered
for orders.112 Finally, FASA grants the Government Accountability Office (GAO) jurisdiction
over protests alleging that the orders increase the scope, period, or maximum value of the
contract.113
The National Defense Authorization Act for FY2008 (NDAA 08) further strengthened the
competition requirements for TO/DO contracts established by FASA. See Figure 3. The NDAA
08 limits agencies ability to use single-award TO/DO contracts by requiring that agency heads
make the following determinations, in writing, before awarding a single-award TO/DO contract
whose expected value would exceed $103 million, including options:
(i) the task or delivery orders expected under the contract are so integrally related that only a
single source can reasonably perform the work;
(ii) the contract provides only for firm, fixed-price task or delivery orders for (I) products for
which unit prices are established in the contract or (II) services for which prices are
established in the contract for the specific tasks to be performed;
(iii) only one source is qualified and capable of performing the work at a reasonable price to
the government; or
(iv) because of exceptional circumstances, it is necessary in the public interest to award the
contract to a single source.114
110
114
P.L. 110-181, 843, 122 Stat. 236-39 (Oct. 14, 2008). Agency heads must notify Congress within 30 days after
making a determination to award a single-award TO/DO contract in excess of $103 million. P.L. 110-181 addressed the
TO/DO contracts of both defense and civilian agencies. An earlier law, the National Defense Authorization Act for
Fiscal Year 2002, had addressed only DOD TO/DO contracts. This law required that the Defense Federal Acquisition
Regulation Supplement (DFARS) be updated to (1) require that issuance of orders for services in excess of $100,000
under multiple award contracts be competitive unless a CICA exception applies and the agency issues a written
justification and (2) specify what competitive means. See P.L. 107-107, 803, 115 Stat. 1179 (Dec. 28, 2001).
21
115
Id.
Id.
117
Id. at 843(a), 122 Stat. 237.
118
Ike Skelton National Defense Authorization Act for Fiscal Year 2011, P.L. 111-383, 825, 124 Stat. 4270 (Jan. 7,
2011) (codified at 10 U.S.C. 2304c(e) (Paragraph (1)(B) and paragraph (2) of this subsection shall not be in effect
after September 30, 2016.).
119
Technatomy Corp., B-405130 (June 14, 2011). GAO agreed with DODs argument that the law governing protests
of orders issued by civilian agencies should apply here because the order in question was issued under a multiple-award
contract awarded by the General Services Administration. However, it rejected DODs argument that the decision
should be based upon the law in effect at the time when the protest was heard, as opposed to the time when the protest
was filed. For more on interagency contracting, which allows one agency to place orders under the contracts of another,
see generally CRS Report R40814, Interagency Contracting: An Overview of Federal Procurement and Appropriations
Law, by Kate M. Manuel and Brian T. Yeh.
120
Technatomy Corp., B-405130 (June 14, 2011).
121
Id.
122
Id.
116
22
executive branch adopts GAOs interpretation of FASA, as amended by the NDAA for 08, 123 or
how a court might view any challenge to GAOs interpretation of these statutes.124
Figure 3.TO/DO Contracts: Competition Requirements at Various Price Thresholds
Legislative Initiatives
The 111th Congress enacted several bills addressing competition in contracting. Such bills
generally took one of two very different approaches, either promoting competition and limiting
agencies ability to make noncompetitive awards, or restricting competition to promote policy
goals, such as contracting locally, that are more highly valued than full and open competition, at
least in certain circumstances. The statutes that prompted competition did so in various ways,
including by (1) subjecting certain earmarks or congressionally directed spending item[s] to
the competition requirements normally applicable to federal contracts;125 (2) precluding defense
123
Due to the separation of powers doctrine, executive branch agencies are not bound by recommendations contained
in GAO protests, such as this one. See generally CRS Report R40228, GAO Bid Protests: An Overview of Time Frames
and Procedures, by Kate M. Manuel and Moshe Schwartz.
124
It is also unclear how a court might come to hear such a challenge, given that the U.S. Court of Federal Claims lacks
jurisdiction over protests involving task and delivery orders valued in excess of $10 million. See DataMill, Inc. v.
United States, 91 Fed. Cl. 740 (Mar. 5, 2010). However, because the fair opportunity provisions are terms of the
contract, they could potentially be disputed before federal courts. See, e.g., Steven W. Feldman and Raymond
Fioravanti, Contract Dispute Or Bid Protest? The Delex Systems Dilemma, 39 Pub. Cont. L. J. 483 (2010).
125
See, e.g., Department of Defense Appropriations Act, 2010, P.L. 111-118, 8121, 123 Stat. 3457 (Dec. 19, 2009)
(Each congressionally directed spending item specified in this Act or the explanatory statement regarding this Act that
is also identified in S.Rept. 111-74 and intended for award to a for-profit entity shall be subject to acquisition
regulations for full and open competition on the same basis as each spending item intended for a for-profit entity that is
contained in the budget request of the President.); Agriculture, Rural Development, Food and Drug Administration,
and Related Agencies Appropriations Act, 2010, P.L. 111-80, 747, 123 Stat. 2131 (Oct. 21, 2009) (Specific projects
contained in the report of the Committee on Appropriations of the House of Representatives accompanying this Act
(H.Rept. 111-181) that are considered congressional earmarks for purposes of clause 9 of rule XXI of the Rules of the
House of Representatives, when intended to be awarded to a for-profit entity, shall be awarded under a full and open
competition.). The Department of Defense, at least, has construed the relevant sections of its appropriations bill (P.L.
111-118) as requiring that earmarks sponsored solely by House members be fully and openly competed, while allowing
earmarks sponsored by Senate members to be awarded via a small business set-aside or in reliance on one of the CICA
(continued...)
23
24
notices for sole-source awards in excess of $20 million made under the authority of Section 8(a)
of the Small Business Act, which had previously been exempt from such requirements. 132 Other
statutes, in contrast, authorized agencies to restrict competition to promote awards to products,
services, or sources from Afghanistan,133 countries along a major route of supply to
Afghanistan,134 or local nonprofit or cooperative entities. 135
Legislation reflecting concerns about competition may be reintroduced in the 112th Congress.136
Members of the 112th Congress may also review agency compliance with existing competition
requirements and exceptions thereto.
(...continued)
in section 1526.).
132
P.L. 111-84, 811, 123 Stat. 2405-06.
133
Supplemental Appropriations Act, P.L. 111-32, 1102(c)(2), 123 Stat. 1896-97 (June 24, 2009) (authorizing
agencies to use funds appropriated under Section 1102 of the act, or under prior acts appropriating funds for the
Department of State, foreign operations and related programs to conduct procurements in which competition is limited
to products, services, or sources from Afghanistan; noncompetitive procedures are used to award a contract to sources
from Afghanistan; or a preference is provided for products, services, or sources from Afghanistan). The act defines
products, services, and sources from Afghanistan, but does not specify what preferences are permissible.
134
National Defense Authorization Act for FY2010, P.L. 111-84, 801, 123 Stat. 2399-400 (authorizing the Secretary
of Defense to set aside procurements for products or services from one or more countries along a major route of
supply to Afghanistan or otherwise grant preference to them).
135
Department of the Interior, Environment, and Related Agencies Appropriations Act, 2010, P.L. 111-88, Department
Wide Programs, Wildfire Management, 123 Stat. 2923 (Oct. 30, 2009) (authorizing the Department of Interior to award
contracts for hazardous fuel reduction activities notwithstanding CICA, provided that the department obtains the
maximum practicable competition among local private nonprofit or cooperative entities; Youth Conservation Corps
crews; small or micro-businesses; or other entities that will hire and train locally 50% or more of the workforce).
136
Examples of legislation that was introduced, but not enacted, in the 111th Congress, include Coast Guard
Acquisition Reform Act, H.R. 1665, 101 (requiring that any lead systems integrators use full and open competition in
awarding contracts); Department of Homeland Security Appropriations Act, 2011, S. 3607, 522 (requiring the DHS
inspector general to review contracts awarded via other than full and open competition); Department of Veterans
Affairs Acquisition Improvement Act of 2009, H.R. 4221, 7 (establishing a complaint process for agencies use of
restricted competitions); Enhanced Oversight of State and Local Economic Recovery Act, S. 1064, 3 (requiring the
Administrator of the General Services Administration to ensure maximum competition for task and delivery orders
when state and local governments use the Federal Supply Schedules); GROWTH Act of 2010, H.R. 5191, 9
(requiring the Millennium Challenge Corporation to ensure that contracts and employment opportunities resulting from
assistance provided to governments of developing countries be awarded via a fair and equitable open competition
process); HAITI Act, H.R. 4952, 94 (requiring the inspector general to report on expenditures for Haiti
reconstruction, including contracts that are awarded using other than full and open competition); Level Playing Field
Contracting Act of 2010, S. 3101, 10 (requiring GAO to report on contractors experiences with competition in
government contracting); National Health Information Technology and Privacy Amendment, S. 444, 2 & 5
(requiring that a federally chartered corporation to be formed under the act maintain effective competition, including
the use of competitive bidding where appropriate in procuring goods or services); Natural Disaster Fairness in
Contracting Act, S. 1420 (barring agencies from relying on the exceptions for circumstances involving maintenance of
the industrial base; the requirements of international agreements; and actions necessary in the public interest when
awarding contracts valued at $5 million or more to procure property or services in connection with natural disaster
reconstruction efforts, as well as requiring the President or his or her designee to approve in writing noncompetitive
contracts for natural disaster reconstruction efforts); Transparency in Government Act of 2010, H.R. 4983 (requiring
USASpending.gov to include information on the extent of competition and the authorization for noncompetitive
awards); Transportation, Housing and Urban Development and Related Agencies Appropriations Act, 2011, H.R. 5850
(recipients of certain grants to conduct procurements in a way providing for full and open competition).
25
Potential Applications
Limitations
Reasonable basis to conclude that the agencys minimum needs can only be
satisfied by (1) unique supplies or services available from only one source or
supplier with unique capabilities, or (2) for DOD, NASA, and the Coast Guard,
unique supplies or services available from only one or a limited number of
sources or from only one or a limited number of suppliers with unique
capabilities
When acquiring utility services, if circumstances dictate that only one supplier can
furnish the service, or when the contract is for construction of a part of a utility
system and the utility company is the only source available to work on the
system
When the agency head determines, in accordance with an agencys
standardization program, that only specified makes and models of equipment or
parts satisfy the agencys needs for additional units or replacement items, and
only one source is available
Unusual and compelling
urgency
Unusual and compelling urgency precludes full and open competition, and delay in
award of a contract would result in serious financial or other injury to the
government
Keep vital facilities or suppliers in business or make them available in the event of
a national emergency
Train selected suppliers in the furnishing of critical supplies or services; prevent
the loss of a suppliers ability and employees skills; or maintain active engineering,
CRS-26
Circumstance
Potential Applications
Limitations
CRS-27
Circumstance
Potential Applications
Sole source awards under the HUBZone Act of 1997 (15 U.S.C. 657a)
Sole source awards under the Veterans Benefits Act of 2003 (15 U.S.C. 657f)
Limitations
Contracts must be supported by written justifications and
approvals unless the statute expressly requires that
procurement be made from specified sources
May be used only for purchases of brand-name commercial
items for resale through commissaries or similar facilities
National security
CRS-28
29
General Counsel
Government Accounting Office
441 G Street, NW
Washington DC 20548
Email: Protests@gao.gov
Attn: Procurement Law Control Group, Room 1139
RE:
Pre Award Protest against FEDBID.COM and the U.S. Navy for violating the Small Business Act and
Competition in Contracting Act for COMPUTER EQUIPMENT PURCHASES under N3596A14RCCS017
and FEDBID 627729
In accordance with 4 C.F.R. 21.1 (c ) (1), the relevant electronic mail address for this protest is
keven.barnes@LatvianConnectionLLC.com ( Representative for the Protester Latvian Connection General Trading and
Construction LLC) DUNS 534749622 and CAGE SGM59
The Contracting Office Representative for this procurement is Karen Jenkins, from the DEPARTMENT OF THE NAVY which has only
listed its office address as DAHLGREN VA 22448 The email address for Contracting Office Representative is karen.jenkins@navy.mil , Phone 540
653 0311. This protest is also filed against FEDBID.com who have listed themselves as the contracting officers representative.
2|Page
The U.S. Government Accountability Office (GAO) should sustain this protest, stay the performance of the
Contract, and direct the US NAVY to post this solicitation on FEDBIZOPPS for Fair and Open competition according to
the Competition in Contracting Act and SETS ASIDE to exclude Foreign companies and Large businesses in accordance
with the Small Business Act.
INTERESTED PARTY STATUS
As discussed below LATVIAN CONNECTION LLC is denied competing for solicitation FEDBID.COM 627729
FBO N3596A14RCCS017 (Exhibits 1) because the solicitation should have been reserved exclusively for U.S. Small
Businesses as required by Federal Law. The solicitation should have been for Brand Name or Equal. Other than U.S.
Small Businesses were invited by not setting aside the solicitation and the Competition in Contracting Act was
circumvented by NOT posting a reason for a SOLE BRAND as required by Federal Law. LATVIAN CONNECTION
LLC incorporates all the below facts and Exhibits into this Interested Party Status section. Further, if this protest is
sustained and Department of NAVYs NAVSEA NSWC Dahlgren for FEDBID.COM 627729; FBO
N3596A14RCCS017, and evaluates LATVIAN CONNECTION LLCs proposal, then LATVIAN CONNECTION LLC,
responsible offeror will have a reasonable chance of winning the Contract if competing ONLY against other U.S. Small
Businesses. Therefore, LATVIAN CONNECTION LLC is an actual offeror whose direct economic interest is affected by
the award of the Contract and hence, an interested party. 31 U.S.C. 3551 (2000); FAR 33.101; 4 C.F.R. 21.0(a)(2006);
Designer Assoc. , Inc.,B-293226, FEB 12, 2004 C.P.D. 114 at 2. This is a Pre-Award Protest filed within 10 days of the
basis of knowledge of the FEDBID posting on undisclosed date, but before the bid due in date of 23 JUN 2014 for which
there has been no known award made.
TIMELINESS OF THIS PROTEST
The Post-Award protest against the Department of NAVYs solicitation N3596A14RCCS017
dated June 26, 2014 and is timely if filed before 10 days of the basis which was the posting on 26 JUNE 2014:
21.2 Time for filing:
(a)(1) Protests based upon alleged improprieties in a solicitation which are apparent prior to bid opening or the time set for
receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In
procurements where proposals are requested, alleged improprieties which do not exist in the initial solicitation but which
are subsequently incorporated into the solicitation must be protested not later than the next closing time for receipt of
proposals following the incorporation.
(2) Protests other than those covered by paragraph (a)(1) of this section shall be filed not later than 10 days after the basis
of protest is known or should have been known (whichever is earlier), with the exception of protests challenging a
procurement conducted on the basis of competitive proposals under which a debriefing is requested and, when requested,
is required. In such cases, with respect to any protest basis which is known or should have been known either before or as
a result of the debriefing, the initial protest shall not be filed before the debriefing date offered to the protester, but shall
be filed not later than 10 days after the date on which the debriefing is held.
The bid is due in July 3, 2014 and this Pre-Award Protest is filed before that date.
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
3|Page
The basis is this protest is the solicitation is not SET ASIDE for U.S. Small Businesses and there is no justification and
approval for awarding a contract sole brand which is against the Competition in Contracting Act. The fact that there are
dozens of acceptable brands available that meet the specifications could provide a substantial savings to the United States
Government. U.S. Small Businesses have been harmed by this contracting office violating the Small Business Act and
Latvian Connection LLC, as a Veteran Owned Small Business requests that the GAO refer this Pre-Award Protest to the
Small Business Administration for their comments.
LATVIAN CONNECTION LLC, a U.S. Veteran Owned Business whose owner is a Retired US Air Force Master
Sergeant that served 28 years in the military and served in Iraq and has offices in California and Kuwait. Latvian
Connection LLC is denied an opportunity to bid and compete against only other U.S. Small Businesses and has been
harmed by the Navys contracting office and by FEDBID.com.
Request of a ruling by the Comptroller General of the United States
LATVIAN CONNECTION LLC specifically requests that the GAO recommend that the award of N3596A14RCCS017 /
FEDBID 627729 be stayed and that the GAO recommend that the Air Force to post a copy of the solicitation for full and
open competition and that the Small Business Act be honored and the solicitation is set aside for U.S. Small Businesses
that EXCLUDES all bidders except qualified U.S. Small Businesses.
Under the Small Business Jobs Act of 2010 (the Jobs Act), there is a presumption of loss equal to the value of the
contract or other instrument when a concern willfully seeks and receives an award by misrepresentation. Pub. L. No. 111240. This provision applies to prime contracts, subcontracts, cooperative agreements, cooperative research and
development agreements, and grants (collectively, Federal Procurements). In the final rule issued on June 28, 2013
implementing a part of the Jobs Act, the Small Business Administration (SBA) noted that the presumption of loss will
be applied in all criminal, civil, administrative, contractual, common law, or other actions in which the government seeks
to redress willful misrepresentation. 78 F.R. 38811 (6/28/13). There seems to be an Organizational Conflict of Interest
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
4|Page
when the very same Government are WILLFULLY circumventing the Small Business Act and the Competition in
Contracting Act.
In this case, the loss to U.S. Small Businesses is due to willful actions of the Navy contracting office to allow companies
that should be excluded from competing (Large and Foreign) with the willful assistance of FEDBID.com.
REQUEST FOR HEARING OR CONFERENCE AND PROTECTIVE ORDER
If the issues in this case cannot be resolved on the basis of the documents requested, then LATVIAN CONNECTION
LLC requests a hearing on all of the matters set forth above. 4 C.F.R. 21.1 (d)(2008). Latvian Connection LLC does not
request a protective order.
LEGAL GROUNDS OF PROTEST
There is Overwhelming Evidence that LATVIAN CONNECTION LLC was prejudiced by the Department of Navys
NAVSUP Fleet Logistics Center Norfolk regarding its sole brand solicitation of RFQ N3596A14RCCS017 and
FEDBID 627729.
I.
Latvian Connection LLC is being forced to compete against Foreign Owned and Large Business by the bid
rigging actions of the Navys contracting office and the dishonest activities of FEDBID.com.
II.
There is the appearance of impropriety by the Department of Navys about not competing
N3596A14RCCS017 and the appearance of favoritism in steering and concealing this contract and violating
the Competition in Contracting Act by not allow Brand Name or Equal and bypassing the Small Business Act.
(the overarching principle codified in the Competition in Contracting Act is that agencies provide impartial,
fair, and equitable treatment for each contractor); Dubinsky v. United States, 43 Fed. Cl. 243, 259 (1999)
(making offerors aware of the rules of the game in which they seek to participate is fundamental to fairness
and open competition). (Finlen Complex, Inc., B-288280, October 10, 2001)
When using simplified acquisition procedures, agencies must promote competition to the maximum extent
practicable. 10 U.S.C. 2304(g)(3) (2012). In meeting this requirement, agencies must make reasonable
efforts, consistent with efficiency and economy, to afford all eligible and interested vendors an opportunity to
compete. S.D.M. Supply, Inc., B-271492, June 26, 1996, 96-1 CPD 288 at 4.
The GAO has stated that in conducting simplified acquisitions to ensure that the procurements are conducted
consistent with a concern for fair and equitable competition and with the terms of the solicitation. Russell
Enters. of N. Carolina, Inc., B-292320, July 17, 2003, 2003 CPD 134 at 3.
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
5|Page
The GAO have state that FEDBID has dismal results with its analysis that FEDBID receives no bids on 1/3 of
the postings and another 1/3 have less than 2 bids. This is a great platform for bid rigging no competition
and it certainly is not market research.
The U.S. Navy are violating DoD Directives about setting aside for U.S. Small Businesses. (Exhibit 10)
Section 15U) of the Small Business Act and the Federal Acquisition Regulation (FAR) at FAR 13 .003(b)(l),
require contracting officers to set aside contracts above the $3,000 micro-purchase threshold and below
the $150,000 SAT for small business, unless the contracting officer determines there is not a reasonable
expectation of obtaining offers from two or more responsible small business concerns that are competitive
in terms of market prices, quality and delivery. This is known as the "rule of two." FAR 19.502- 2(a)
requires the contracting officer to document the file if a set-aside is not used in
connection with the award of a contract in this dollar range.
It is deceitful, and disingenuous for the Navy to make an assumption that there are not at least 2 U.S. Small Businesses
that can compete for this requirement. FEDBID.com has a responsibility to uphold the Federal Laws of the United States
and the Small Business Act and DoD Directives instead of aiding what appears to be a violation of Federal Law The
Small Business Act and the Competition in Contracting Act. FEDBID.com are nothing more than another DoD contractor
(Exhibit 2) to Latvian Connection LLC and this DoD company along with Board Member Retired General Casey and
Obama OFPP appointee, Joseph Jordan, who abandoned his Presidential post appear to be providing a platform
by which to cheat U.S. Small Businesses from opportunities under the pretense that there are not at least 2 U.S. Small
Business that can compete for this solicitation N3596A14RCCS017 and FEDBID 627729.
The 112th Congress SMALL BUSINESS CONTRACTING ACT of 2012 states there are no exclusions or restrictions to the
Act. FAR 19.601 (e) specifically states:
(e) Contracting officers, including those located overseas, are required to comply with this subpart for U.S. small
business concerns.
This Pre-Award protest will show the legal opinions already given by Small Business Administration lawyer, Mrs. Laura
Mann Eyester B-407391(Exhibit 16 & 17) where the SBA Senior Attorney Mrs. Mann Eyester and SBA Associate
General Counsel John W. Klein have stated: 48 C.F.R. 2.101 The Small Business Act states that small business setasides are mandatory for the acquisition of supplies and services valued from $ 2,500 to $ 100,000. 15 U.S.C. 644
(j)(1). However 41 U.S.C. 431a(a) (1) states that the Federal Acquisition Regulatory[FAR] Council shall adjust
each acquisition-related dollar threshold provided by law, as described in subsection (c) of this section to the baseline
constant dollar value of that threshold. The FAR Council published a final rule on August 30, 2012, which
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
6|Page
implemented these inflationary adjustments. 75 Fed. Reg. 53129. As a result of 41 U.S.C. 431a and the final rule, the
FAR now states:
(a) Before setting aside an acquisition under this paragraph, refer to 19.203(b). Each acquisition of supplies or
services that has an anticipated dollar value exceeding $ 3,000 ($15,000 for acquisitions as described in
13.201(g)(1), but not over $ 150,000 ( $ 300,000 for acquisitions described in paragraph (1) of the Simplified
Acquisition Threshold definition at 2.101), is automatically reserved exclusively for small business concerns
and shall be set aside for small business unless the contracting officer determines there is not a reasonable
expectation of obtaining offers from two or more responsible small business concerns that are competitive in
terms of market prices, quality, and delivery. If the contracting officer does not proceed with a small business
set-aside and purchases on an unrestricted basis, the contracting officer shall include in the contract file the
reason for this unrestricted purchase. If the contracting officer receives only one acceptable offer from a
responsible small business concern in response to a set-aside, the contracting officer should exclusively for the
small business concerns unless the contracting officer is unable to obtain offers from two or more small
business concerns that are competitive with market prices and are competitive with regard to quality and
delivery of the goods and services being purchased. (Exhibit 20 pg 2-3)
President Obamas Executive Office of the President, Office of Management and Budget issued a Memorandum on the
subject of a April 25, 2012 meeting of the Small Business Procurement Group (Exhibit 10) and this memo from Joseph G.
Jordan, Administrator for Federal Procurement Policy, and Karen G. Mills, Administrator of the Small Business
Administration state that there were immediate steps to ensure small businesses are utilized to the maximum extent
possible. Maximizing Opportunities for Small Businesses under the Simplified Acquisition Threshold Pursuant to
longstanding statutory requirements in the Small Business Administration Act, agencies are required to automatically set
aside work for small businesses that is equal to or less that the value of the Simplified Acquisition Threshold (SAT)
(generally $ 150,000) unless the contracting officer determines the rule of two cannot be met ie. There is not a
reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in
terms of market prices, quality, and delivery. There are more than 5 U.S. Small Businesses in the Middle East Region,
SMI-USA LLC, Trade Links USA LLC, American General Trading, and Latvian Connection LLC.
Note FEDBID.com employees name. Joseph Jordan in President Obamas Memo. This is what POGO refers to as the
revolving door.
Mr. Jordan and Ms Mills go on to say that a third-party analysis of the Federal Procurement Data System suggest that a
significant amount of work under the SAT is not going to small businesses, including for products and services in
industries where small businesses are typically well represented. This suggests that opportunities for small businesses are
being lost, and that agencies must take additional steps to consistently apply set-asides in the manner prescribed by law
and regulation.
The Department of the Navy and the Pentagon are actively prejudicing U.S. Small Businesses with the direct collusion of
FEDBID.com and by the lack of enforcement of the Department of Justice and the Small Business Administration.
Now it appears that Mr. Jordan is assisting FEDBID in circumventing the very Federal Laws that he and SBA Director
Karen Mills pointed out that Small Business Set Asides are not going to small businesses. This does more than
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
7|Page
suggest opportunities are being lost in this case, the Small Business Act is being violated with the assistance and direction
of the United States Navy, the Pentagon, and with the direct assistance, aiding and abetting of FEDBID.com.
As the Senior Attorney from the Small Business Administration, Laura Manneyster stated in her review comments to the
GAO for B-407391 (Exhibit 16), Protest of Latvian Connection LLC, Request for Reconsideration, Dec 12, 2012, 15(j)
of the Small Business Act, 19.502-2 of the Federal Acquisition Regulations.
(FAR), and GAO rulings on small business set-asides, all of which state that small business set-asides below the
Simplified Acquisition Threshold (SAT) are automatic; in other words, a contracting officer must set-aside the
acquisition for small business unless he/she can demonstrate that the agency will not receive at least two competitive
offers from small businesses.
First, the Small Business Act provides for an automatic set-aside, or reservation, for small businesses for
acquisitions valued below SAT as follows:
(j)Small business reservation
(1) Each contract for the purchase of goods and services that has an anticipated value of greater than $ 2,500
but not greater than $ 100,000 shall be reserved exclusively for small business concerns unless the contracting officer
is unable to obtain offers from two or more small business concerns that are competitive with the market prices and are
competitive with regard to the quality and delivery of the goods or services being purchased.
15 U.S.C. 644 ( emphasis added). In other words, every acquisition under the SAT is reserved for small businesses
unless the contracting officer will be unable to obtain offers from two or more small businesses. Moreover, the statute
states that it is up to the contracting officer not a specific small business advocating for a small business set-aside,
not SBA, and not any other entity to perform adequate market research to be able to make a determination that there
are not at least two small businesses capable of performing the requirement. (Exhibit 16 )
8|Page
(2) Assuring that a fair proportion of Government contracts in each industry category is placed with small business
concerns; and the circumstances described in 19.502-2 or 19.502-3(a) exist.
19.502-2 Total small business set-asides. (Exhibit 3)
(a) Each acquisition of supplies or services that has an anticipated dollar value exceeding $3,000 ($15,000 for acquisitions
as described in 13.201(g)(1)), but not over $100,000 ($250,000 for acquisitions described in paragraph (1) of the
Simplified Acquisition Threshold definition at 2.101), is automatically reserved exclusively for small business concerns
and shall be set aside for small business unless the contracting officer determines there is not a reasonable expectation of
obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices,
quality, and delivery. If the contracting officer does not proceed with the small business set-aside and purchases on an
unrestricted basis, the contracting officer shall include in the contract file the reason for this unrestricted purchase. If the
contracting officer receives only one acceptable offer from a responsible small business concern in response to a set-aside,
the contracting officer should make an award to that firm. If the contracting officer receives no acceptable offers from
responsible small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, shall be
resolicited on an unrestricted basis. The small business reservation does not preclude the award of a contract with a value
not greater than $100,000 under Subpart 19.8, Contracting with the Small Business Administration, under 19.1007(c),
Solicitations equal to or less than the ESB reserve amount, or under 19.1305, HUBZone set-aside procedures.
19.502-5 Insufficient causes for not setting aside an acquisition. (Exhibit 3)
None of the following is, in itself, sufficient cause for not setting aside an acquisition:
(a) A large percentage of previous contracts for the required item(s) has been placed with small business concerns.
(b) The item is on an established planning list under the Industrial Readiness Planning Program. However, a total small
business set-aside shall not be made when the list contains a large business Planned Emergency Producer of the item(s)
who has conveyed a desire to supply some or all of the required items.
(c) The item is on a Qualified Products List. However, a total small business set-aside shall not be made if the list contains
the products of large businesses unless none of the large businesses desire to participate in the acquisition.
(d) A period of less than 30 days is available for receipt of offers.
(e) The acquisition is classified.
(f) Small business concerns are already receiving a fair proportion of the agencys contracts for supplies and services.
(g) A class small business set-aside of the item or service has been made by another contracting activity.
(h) A brand name or equal product description will be used in the solicitation.
19.502-4 Methods of conducting set-asides. (Exhibit 3)
(a) Total small business set-asides may be conducted by using simplified acquisition procedures (see Part 13), sealed bids
(see Part 14), or competitive proposals (see Part 15). Partial small business set-asides may be conducted using sealed bids
(see Part 14), or competitive proposals (see Part 15).
Mr. Smith did not exclude foreign businesses from this solicitation for the construction project ( Exhibit 1) as required by
Federal statutes.
(Exhibit 3)
15 U.S.C. 644(j): Each contract for the purchase of goods and services that has an anticipated value greater than
$2,500 but not greater than $100,000 (recently raised to $3,000 and $150,000) shall be reserved exclusively for small
business concerns.
The interim rule issued by DoD, GSA and NASA provides for the use of small business set-asides on GSA Schedule
contracts but only at the discretion of the federal agency. This is unacceptable in particular because when federal
regulators originally passed a rule at section 8.4 of the FAR exempting GSA Schedule contracts from FAR 19, they
exceeded the scope of their authority and went against the original congressional intent of the Small Business Act. The
interim rule is nothing more than an egregious attempt on the part of federal regulators to grant federal agencies the
authority to decide whether or not to recognize the constitutional rights of small business concerns.
Moreover, in 2007 the Small Business Administration offered a legal opinion to the GAO, which stated that, according to
statute and regulations, small business set asides are mandatory for acquisitions valued from $3,000 to $100,000
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
9|Page
(upgraded to $150,000 in 2011) and take priority over GSA Schedule contracts. This interpretation is consistent with the
declared and unambiguous intent of Congress as it relates to Federal procurement and small Businesses. In other words,
agencies do not have any latitude on the matter. This legal opinion has once again been made by the SBA in November
2012. ( Exhibits 16 & 17 )
(Exhibit 3)
FAR Part 19 also recognizes VOSBs, see FAR 19.201(a) (It is the policy of the Government to provide maximum
practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteranowned small business, HUBZone small business, small disadvantaged business, and women-owned small business
concerns.) (emphasis added), although no separate VOSB program like the set-aside program for SDVOSBs is found in
FAR Part 19.
Latvian Connection LLC is a VOSB Veteran Owned Small Business as applicable to FAR Part 19 and the Small Business
Act.
Memo from Office of Under Secretary of Defense, July 12, 2012 (Exhibit 10)
From Richard Ginman, Director of Defense Acquisition and Procurement Policy
Andre J. Grudger, Director of Small Business Programs
Subject: Increasing Opportunities for Small Business through Small Business Set-Asides under the Simplified Acquisition
Threshold.
(Exhibits 16 & 17 )
In the legal opinion and analysis of B-407391, SBAs Senior Attorney stated that the GAO gave deference to the SBAs
interpretation of its statute, citing Chevron, U.S.A., Inc. v Natural Resources Defense Council Inc., 467 U.S. 837(1984)
and the GAO state that wen a statute under consideration creates a program to be administered by the SBA it is the
views of the SBA, rather than [another agency], to which our Office will afford deference. General Service
Administration Reconsideration, B-406040.2, Oct 4, 2012. In this case, we are interpreting 15 U.S.C. 644(a) &
644(j), which are set forth in 15 of the Small Business Act. The Small Business Act specifically provides that: Small
Business Administration ( herein referred to as the Administration) 15 U.S.C. 633. Congress granted SBA the
authority to administer the Act. As a result, GAO must afford SBA deference over the FAR in creating policy and
interpreting the Small Business Act, especially when the two conflict. SBAs regulations on this issue state the
following:
(f) Contracting Among Small Business Programs
(1) Acquisitions Valued At or Below the Simplified Acquisition Threshold. The contracting officer shall set aside
acquisition with an anticipated dollar value exceeding the Micro-Purchase Threshold but not exceeding the
Simplified Acquisition Threshold (defined in the FAR at 48 CFR 2.101) for small business concerns when there is
reasonable expectation that offers will be obtained from at least two small business concerns that are competitive
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
10 | P a g e
terms of quality, and delivery and award will be made at fair market prices.
The SBA Senior attorney went on to state that 13 C.F.R. 125.2 (f); 13 C.F.R. 124.503(j), 125.19(b), 126.607(b),
127.503(d), SBAs regulations require a contracting officer to set-aside all acquisitions valued above or below the
simplified acquisition threshold for small businesses, including those awarded and/or performed overseas, if market
research indicates that the rule of two may be met. As a result, we believe that the FAR is inconsistent with SBAs
regulations and the SBAs regulations should control. See C & G Excavating, Inc., v U.S, 32 Fed.C1. 231, 239 (1994)
(Where there is a conflict between SBAs regulations on the COC program and the FAR the SBAs procedures
generally should control, especially considering that the SBA is the agency charged with issuing COCs, not DoD,
GAO, or NASA.) Hawpe Const., Inc., v U.S. 46 Fed.C1. 571, 582 (2000) (Conflicts between FAR and SBA
regulations should be resolved by looking to the SBAs latest intent on the issue and by relying on the SBA to
determine which provision best implements the policies of the agency itself.)
Finally, we note that GAO has addressed this issue already, with respect to the SBAs COC Program. In Discount
Machinery & Equipment. Inc., the Panama Canal Commission believed that FAR 19.000(b) precluded the SBAs
review of any Federal procurement if the procuring agency is located outside the United States. The GAO stated that:
Based on our review of the Small Business Act and the applicable regulations, we find that the location of the
Contracting agency has no bearing on the applicability of SBAs COC program. Nothing in the Small Business
Act imposes any geographic limitation regarding a contracting agencys location which would exempt
procurements from the Acts coverage. Rather the factor which determines whether a small business concern
qualifies for SBAs COC proceedings is the nationality of the business.
The SBA Senior attorney went on to cite one more case to show that the Small Business Act does apply overseas.
Discount Machinery & Equipment, Inc., 70 Comp. Gen. 108, B-240525, 90-2 CPD 420 (1990) (Emphasis added )
Interestingly, the GAO further states that it believes the Small Business Administration Act applies to agencies located
outside the United States.
This legal analysis was given by SBA Senior Attorney Laura Mann Eyester and SBAs Associate General Counsel for
Procurement Law, John Klien,. (Exhibits 16 & 17)
Prejudice requires a reasonable likelihood that Latvian Connection LLC would have been awarded the Contract if we had
been allowed the opportunity had been conducted as a Small Business Set-Aside that fell into the U.S. Dollar value range
of $ 3,000 to $ 1,000,000. Such a determination is not susceptible to a precise mathematical calculation; rather, prejudice
requires only that but for the agencys actions, the protestors would have had a reasonable chance of receiving the award.
Anthem Alliance for Health, Inc., TRICARE Management Activity Reconsideration, B-278189.5, July 13, 1998, 98-2
CPD 66. A reasonable possibility of prejudice therefore is sufficient to sustain the protest. United Intl. Engg., Inc., B245448.3, Jan 29, 1992, 92-1 C.P.D. 122. Europe Displays, Inc., B-297099. The fact that NAVSUP Fleet Logistics
Center Norfolk conducted a solicitation that is not a total small business set-aside has prejudiced Latvian Connection
LLC.
The Competition in Contracting Act states:
Regarding sole brand without a Justification and Approval the Navy are steering the contract and limiting competition
which is not in the best interest of the United States tax payer.
Under CICA, 41 U.S.C. sect. 253(a)(1)(A), contracting officers have a duty to promote and provide for
competition and to provide the most advantageous contract for the government. In their role of promoting
and providing for competition, contracting officials must act affirmatively to obtain and safeguard
competition; they cannot take a passive approach and remain in a noncompetitive position where they
could reasonably take steps to enhance competition. VSE Corp., Johnson Controls World Servs., Inc., B290452.3 et al., May 23, 2005, 2005 CPD para. 103 at 8; HEROS, Inc., B-292043, June 9, 2003, 2003
CPD para. 111 at 7; National Aerospace Group, Inc., B-282843, Aug. 30, 1999, 99-2 CPD para. 43 at 8.
See also S. Rep. No. 98-50, at 18 (1984), reprinted in 1984 U.S.C.C.A.N. 2174, 2191 (stating that CICA
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
11 | P a g e
requires agencies to make an affirmative effort to obtain effective competition). CICA further provides
that under no circumstance may noncompetitive procedures be used due to a lack of advance planning by
contracting officials. 41 U.S.C. sect. 253(f)(5)(A); Signals & Sys., Inc., B-288107, Sept. 21, 2001, 2001
CPD para. 168 at 9. Although the requirement for advance planning is not a requirement that such
planning be successful or error-free, see Abbott Prods., Inc., B-231131, Aug. 8, 1988, 88-2 CPD para.
119, at 8, the advance planning must be reasonable. Signals & Sys., Inc., supra, at 13. Here, we conclude
that the agency has failed to comply with the CICA mandate for reasonable advance planning.
III.
By NAVSUP Fleet Logistics Center Norfolk Contracting Officer not SETTING ASIDE FOR US SMALL BUSINESSES
and NOT allowing Brand Name or Equal for RFQ N3596A14RCCS017 and FEDBID 627729 as required by the
Competition in Contracting Act and fabricating fictitious statements that in the entire United States, there are NOT 2 U.S.
Small Businesses, the United States Navy has harmed Latvian Connection LLC and its opportunities to bid against ONLY
U.S. Small Businesses. By not exclusively reserving this solicitation for U.S. Small Businesses, the contracting
procurement process has been compromised.
The GAO has stated: However, an agency must undertake reasonable efforts to ascertain whether it is likely that it will
receive offers from at least two small businesses capable of performing the work. Id. Our Office will review a protest of
an agency determination not to set aside a procurement to determine whether the contracting officer has undertaken
reasonable efforts to ascertain the availability of capable small businesses. Id.
The United States Navy did not conduct a Sources Sought to determine if U.S. Small Businesses were interested and the
U.S. Navy did not conduct a Pre-Solicitation. The U.S. Navy has bypassed the Small Business Act and the Competition
in Contracting Act with its arbitrary and capricious decision to not SET ASIDE for U.S. Small Businesses on such a
common commodity as computers and peripheral devices.
It is unreasonable to conduct a solicitation for just 7 days and assume that there are not at least 2 Small Businesses that
would compete. The GAO report suggests that U.S. Small Businesses dont trust FEDBID.com, not that there are not
U.S. Small Businesses that will not compete for commodity items. The FAR only recognizes www.FBO.gov as the
platform to conduct U.S. Government contracting. NOT FEDBID. The United States Navy and the Pentagon are
cheating U.S. Small Businesses by utilizing FEDBID.com and its unfair businesses practices of not awarding consistently
to the low bidder but instead have endless reposts against FAR 15.206 and without Amendments. This is not market
research to depend upon the dismal responses of FEDBID and assume there is not 2 U.S. Small Businesses out of the
entire United States supply businesses from the U.S. Census Bureau statistics of U.S. Small Businesses. The number of
qualified U.S. Small Businesses that would compete on solicitation N3596A14RCCS017 and FEDBID 627729
is greater than 2. This decision by the U.S. Navy to not set aside deserves an investigation from the Small Business
Administration and the Department of Justice.
12 | P a g e
IV.
awarded the Contract based on a fair evaluation of LATVIAN CONNECTION LLC LLCs bid AGAINT ONLY U.S.
Small Businesses. Such a determination is not susceptible to a precise mathematical calculation; rather, prejudice
requires only that but for the agencys actions, the protestors would have had a reasonable chance of receiving the
award. Anthem Alliance for Health, Inc., TRICARE Management Activity Reconsideration, B-278189.5, July 13,
1998, 98-2 CPD 66. A reasonable possibility of prejudice therefore is sufficient to sustain the protest. United Intl.
Engg., Inc., B-245448.3, Jan 29, 1992, 92-1 C.P.D. 122. Europe Displays, Inc., B-297099. Latvian Connection
LLC has been prejudiced by US NAVYs violation of the Competition in Contracting Act and Small Business Act to
invite Foreign and Large Business to compete in a competition that should be reserved exclusively for U.S. Small
Businesses.
REQUEST FOR DOCUMENTS
LATVIAN CONNECTION LLC LLC requests that the following materials be included in the agency
report, pursuant to 4 C.F.R. 21.1(d)(2008):
All Market Research to suggest that there were no Small Businesses that could perform
A copy of the Justification and Approval to sole source contract award F6FGAC4125A001
The SF 2579 Small Business Coordination Record
All Market Research regarding Set-Aside Businesses including SAM.gov and the Small Business
Administrations Dynamic listing (Exhibit 6)
Bid Abstract and Evaluations
All emails, memo for record, regarding this solicitation with Foreign companies & Large Businesses
All documents that refer or relate to the efforts to obtain competition from U.S. Registered Small
Businesses.
All documents that refer or relate to the efforts to increase competition
All documents that refer or relate to the Contracting Officers Market Research
13 | P a g e
LATVIAN CONNECTION LLC LLC requests that the U.S. Navy take corrective action and cancel the award of
N3596A14RCCS017 and FEDBID 627729 and solicit as a Total Small Business Set Aside ; and post the solicitation
on www.fbo.gov and set aside the solicitation for U.S. Small Businesses. We also request that the U.S. Navy cease using
FEDBID.com and perform market research with the Small Business Administration and their Dynamic Database of Small
Businesses; conduct Sources Sought and Pre-Solicitations and utilize the ONLY Federal Acquisition Government Point of
Entry www.fbo.gov . For the U.S. Navy to rely on FEDBID.coms record of 2/3 of all solicitations having less than 2
bids (Exhibit 4) is not MARKET RESEARCH, it is a hustle against the U.S. Small Businesses of the United States and
ex-Obama appointee Joseph Jordan who has abandoned an important assignment in order to assist FEDBID steal U.S.
Small Business contracts from U.S. Small Businesses, Service Disabled Veteran Owned Small Businesses, Veteran
Owned Small Business, minority owned Small Businesses and Women Owned Small Businesses.
We must emphatically request that this important protest be sent to the Small Business Administration for their review
and comments.
We also request that LATVIAN CONNECTION LLC LLC be reimbursed the costs of filing and pursuing its protest,
including reasonable protest preparation fees. Bid Protest Regulations 4 C.F.R. 21.8(d)(1) (2010).
New When a procuring agency takes corrective action in response to a protest, our Office may
recommend reimbursement of protest costs where, based on the circumstances of the case, we determine
that the agency unduly delayed taking corrective action in the face of a clearly meritorious protest,
thereby causing the protester to expend unnecessary time and resources to make further use of the
protest process in order to obtain relief. 4 C.F.R. 21.8(e) (2013); AAR Aircraft Servs.--Costs, B291670.6, May 12, 2003, 2003 CPD 100 at 6. When an agency takes corrective action before the due
date set for receipt of the agency report, our Office views such action as prompt and will not recommend
the reimbursement of costs. The Sandi-Sterling Consortium--Costs, B-296246.2, Sept. 20, 2005, 2005
CPD 173 at 2-3.
Under the Competition in Contracting Act of 1984, the GAO may recommend that protest costs be reimbursed where
they find that an agencys action violated a procurement statute or regulation. 31 U.S.C. 3554(c)(1) (2010). The
GAOs Bid Protest Regulations provide that, where the contracting agency decides to take corrective action in
response to a protest, the GAO may recommend that the protester be reimbursed the costs of filing and pursuing its
protest, including reasonable attorneys fees. 4 C.F.R. 21.8(e) (2010). The GAO has stated that it does not mean
that costs should be reimbursed in every case in which an agency decides to take corrective action; rather, a protester
should be reimbursed its costs where an agency unduly delayed its decision to take corrective action in the face of a
clearly meritorious protest. Griners-A-One Pipeline Servs., Inc.--Costs, B-255078.3, July 22, 1994, 94-2 CPD 41
at 5.
Respectfully submitted,
__________________________
Keven L. Barnes
CEO
Latvian Connection LLC
GAO PRE AWARD PROTEST
Department of NAVYs & N3596A14RCCS017 and FEDBID 627729
July 1, 2014
Keven Barnes
Latvian Connection, LLC
File:
Protester:
Agency:
Solicitation No.:
Report Due:
GAO Attorney:
Official Fax:
B-410000
Latvian Connection, LLC
Naval Supply Systems Command
N3596A-14-r-CCS017
07/30/2014
Decision Due: 10/08/2014
Noah B. Bleicher
Phone:
202-512-5078
202-512-9749
Case Status: 202-512-5436
ACKNOWLEDGMENT OF PROTEST
We have received your protest concerning the referenced procurement. The
contracting agency is required to file a report in response to the protest by the
Report Due date indicated above. Under our Bid Protest Regulations, 4 C.F.R.
21.3(i), you are required to submit written comments in response to the report.
Written comments must be received in our Office within 10 calendar days of your
receipt of the report--otherwise, we will dismiss your protest. For purposes of
determining when your response to the agency report must be submitted, we will
assume that you received the report by the Report Due date unless you notify us
otherwise at that time.
Also, the agency has been advised that if you have filed a request for specific
documents, the agency should provide to all parties and GAO, at least 5 days prior
to the Report Due date, a list of those documents, or portions of documents, that the
agency has released to the protester or intends to produce in the report, and of the
documents that the agency intends to withhold and the reasons for the proposed
withholding. You are requested to object to the scope of the agencys proposed
disclosure or nondisclosure with GAO and the other parties within 2 days of receipt
of the list.
Bid protests, and subsequent associated filings, may be filed using the following
methods. Our Office hours are 8:30 a.m. until 5:30 p.m. eastern time, Monday
through Friday.
Facsimile: When filing with our Office, parties should rely on the use of
facsimiles as much as possible. Facsimile transmitted documents are
considered filed upon receipt of the entire text of the filing. Correspondence
received, and transmissions completed, after our Office hours will be
considered filed on the next business day. When filing a document by
facsimile, it is not necessary to file a duplicate original. If a duplicate original
is provided, please indicate on the face of the duplicate original that it
previously has been telecopied. Please refrain from sending voluminous
transmissions or lengthy exhibits. These exhibits should be hand delivered,
or sent by mail or commercial carrier (e.g., UPS or FedEx).
GAO bid protest decisions not subject to protective orders are distributed via the
GAO Worldwide Web Internet site (www.gao.gov), and in most cases are available
within 1 business day of the decision date. We will provide you or your
representative e-mail notice of the availability of the decision on this protest upon
issuance if you furnish us the e-mail address.
Please refer to our file number in all future correspondence regarding the protest.
--For the Managing Associate General Counsel
July 1, 2014
Michelle Davis
Naval Supply Systems Command
File:
Protester:
Agency:
Solicitation No.:
Report Due:
GAO Attorney:
Official Fax:
B-410000
Latvian Connection, LLC
Naval Supply Systems Command
N3596A-14-r-CCS017
07/30/2014
Decision Due: 10/08/2014
Noah B. Bleicher
Phone:
202-512-5078
202-512-9749
Case Status: 202-512-5436
REVERSE AUCTIONS
Guidance Is Needed to
Maximize Competition and
Achieve Cost Savings
Statement of Michele Mackin, Director
Acquisition and Sourcing Management
GAO-14-200T
Page 1
GAO-14-200T
Reverse Auctions
Have Increased and
Have Been Used
Primarily to Buy
Commercial Products
and Services
Across the four agencies representing the bulk of reverse auction activity
in fiscal year 2012, use of reverse auctions increased almost 175 percent
between fiscal years 2008 and 2012. Figure 1 summarizes the growth in
use of reverse auctions in dollars and number of auctions.
Figure 1: Number and Value of Reverse Auctions across the Selected Agencies
from Fiscal Years 2008 to 2012
Of the $828 million in fiscal year 2012 contracting actions that resulted
from reverse auctions at these agencies, $746 millionor 90 percent
was for products. Services, in contrast, constituted about 10 percent.
Reverse auctions were used to purchase a variety of commercial
products, primarily for information technology (IT) and medical equipment
and supplies. While to date most reverse auctions have been used for
commercial products, some agency officials told us that the use of
Page 2
GAO-14-200T
reverse auctions to acquire services is increasing and that they are also
being used for more complex contracts.
Our analysis of the data also identified some common characteristics
among contract awards resulting from reverse auctions. We found the
following:
Figure 2: Value of Small Business Awards Resulting from the Use of Reverse
Auctions across the Selected Agencies, Fiscal Year 2012
Page 3
GAO-14-200T
can occur due to the timing of when funds are released and that
reverse auctions can facilitate the timely award of contracts late in the
fiscal year.
This estimate has a 95 percent confidence interval that extends from 17 to 33 percent.
Page 4
GAO-14-200T
Competition and
Savings Are Not
Always Maximized, in
Part Due to Lack of
Comprehensive
Guidance
Page 5
GAO-14-200T
Figure 3: Fees Paid by Selected Agencies Based on Number of Vendors and Bids,
Fiscal Year 2012
the $98 million in estimated savings may be too high since it includes
$24 million in savings from auctions without interactive bidding, which
in theory would help drive prices lower, and
Page 6
GAO-14-200T
While agencies generally do not track the reverse auction fees they pay, pursuant to
FedBids GSA Schedule contract, federal agency buyers utilizing FedBids reverse auction
services reserve the right to pay the transactional fee directly to FedBid. We found that the
VA in some instances asked FedBid for information regarding the fees paid on specific
reverse auctions.
Page 7
GAO-14-200T
GAO Recommends
that Office of Federal
Procurement Policy
Take Actions to
Address the Use of
Reverse Auctions
Given the clear trends showing that reverse auctions are on the rise and
the lack of government-wide guidance on their use, we made several
recommendations in our report. We recommended that the FAR be
amended to address reverse auctions from a regulatory standpoint, and
also recommended that the Office of Management and Budget (OMB)
issue guidance addressing competition and fees and to share agency
best practices.
OMB generally agreed with our recommendations.
Chairmen Coffman and Hanna, Ranking Members Kirkpatrick and Meng,
and Members of the Subcommittees, this concludes my prepared
statement. I would be pleased to respond to any questions that you may
have at this time.
Contacts and
Acknowledgments
(121185)
If you or your staff have any questions about this statement, please
contact Michele Mackin at (202) 512-4841 or MackinM@gao.gov. In
addition, contact points for our Offices of Congressional Relations and
Public Affairs may be found on the last page of this statement. Individuals
who made key contributions to this testimony are Katherine Trimble,
Assistant Director; Russ Reiter; Carl Barden; Virginia (Jenny) Chanley;
Dayna Foster; Kristine Hassinger; Georgeann Higgins; Julia Kennon;
Kenneth Patton; Roxanna Sun; Bob Swierczek; and Jocelyn Yin.
Page 8
GAO-14-200T
This is a work of the U.S. government and is not subject to copyright protection in the
United States. The published product may be reproduced and distributed in its entirety
without further permission from GAO. However, because this work may contain
copyrighted images or other material, permission from the copyright holder may be
necessary if you wish to reproduce this material separately.
GAOs Mission
Obtaining Copies of
GAO Reports and
Testimony
Order by Phone
To Report Fraud,
Waste, and Abuse in
Federal Programs
Contact:
Website: http://www.gao.gov/fraudnet/fraudnet.htm
E-mail: fraudnet@gao.gov
Automated answering system: (800) 424-5454 or (202) 512-7470
Congressional
Relations
Katherine Siggerud, Managing Director, siggerudk@gao.gov, (202) 5124400, U.S. Government Accountability Office, 441 G Street NW, Room
7125, Washington, DC 20548
Public Affairs
TABLE of CONTENTS
Exhibit 10 MG Masiello Memo SB 20121213_SAT-Policy-Memo
Page
Page
Page
Page
15
Page
17
EXHIBIT 10 MEMOS
'J~
1 :vlL
ACQUJSmON,
TECHNOLOGY
AND LOGISTICS
EXHIBIT 10 MEMOS
This indicates that the "rule of two" is not used to the maximum extent practicable under
SAT as required by statute.
To help DoD increase its contracting with small businesses, please take the
following steps in conjunction with every new contract award that has an anticipated
dollar value exceeding $3,000 but not exceeding the SAT:
Automatically reserve the work for small business concerns and set aside the
contract for small business, unless there is not a reasonable expectation of
obtaining offers from two or more responsible small business concerns that are
competitive in terms of market prices, quality, and delivery.
If the work is not set aside for small business, document in the contract file the
reason for acquiring the service or product on an unrestricted basis. Such
documentation shall be completed using the DD 2579, which must be coordinated
with the contracting activity small business specialist in accordance with Defense
Federal Acquisition Regulation Supplement Subpart 219 .201(d)(10).
Please ensure appropriate internal controls are used to monitor compliance with
the steps described above. For example, contracting activities may decide to sample
contract files to review market research and other documents explaining why your
respective component or agency purchased the product or service on an unrestricted
basis.
Your commitment and efforts to ensure that DoD meets and hopefully exceeds its
small business contracting goals are greatly appreciated.
The staff points of contact are Ms. Cassandra R. Freeman, 703-693-7062 or
cassandra.freeman@osd.mil, for procurement policy; and Ms. Wendy Despres, 571-3726310 or wendy.despres@osd.mil, for small business policy.
~/P--
cc:
Directors, DoD Office of Small Business
Programs
2
LATVIAN CONNECTION LLC
EXHIBIT 10 MEMOS
OTSB $ (Millions)
$250
$200
$150
$100
$50
$225.88
42.43%
$200.18
37.86%
FY11
FY12
$59.49
36.92%
$43.19
32.41%
$36.37
25.44%
$30.71
25.35%
$30.95 $26.66
23.14% 24.18%
$3.16
$11.24
$9.31
$2.97
28.90% 30.82% 20.83% 37.72%
$5.79
$3.98
$0.19
29.48% 63.81% 32.11%
$21.08
33.19%
$9.39
28.91%
$3.98
$2.02
$0.22
20.83% 48.72% 46.64%
$12.87 $10.48
28.28 24.97%
$6.50
25.39
$5.37
$4.41
34.29% 54.62%
$0
EXHIBIT 10 MEMOS
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
7
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
8
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
9
Institute a system of investment planning to derive affordability caps: This has been
implemented on a case-by-case basis as programs have entered the acquisition process. This
initiative will make long-term capital investment analysis covering product lifecycles of 30
or 40 years a standard part of the acquisition process under DoDD 5000.02. Service and
component resource managers and leadership will conduct portfolio analysis to limit future
investment limitations on a capital investment portfolio of products, e.g., ground combat
vehicles or surface combatants.
Enforce affordability caps: After two years of imposing affordability caps, we are now at
the point where this initiative will have to be enforced if it is going to be successful at
preventing spending on products that will be too expensive to be procured in meaningful
quantities. This task falls to senior leadership, including the DAE, SAEs, and CAEs, who
must work with the Service and Component leadership to halt programs that will not be
within the established cap unless tradeoffs to reduce cost are implemented. Unless this is
done, the Department will continue to spend billions on development and initial production
of programs that are ultimately canceled or curtailed.
Implement should cost based management: Should cost, the concept that our managers
should set cost targets below independent cost estimates and manage with the intent to
achieve them, is well on its way to becoming part of the DoD culture. This effort is
fundamental to cost control and deserves continued emphasis. Proactively controlling cost is
everyones business. Savings will continue to be applied as close to their origin as Service
and Department priorities allow. Successful should cost management should be recognized
and rewarded by the chain of command and by personnel systems.
Institute a system to measure the cost performance of programs and institutions and to
assess the effectiveness of acquisition policies: The Department will become more datadriven in assessing its own and industrys performance at achieving improved productivity.
The Department will develop metrics for the programs and institutions (government and nongovernment) within the acquisition system and assess performance to better understand best
practices in industry and government. The first set of data derived from this initiative will be
published in early 2013.
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
10
Build stronger partnerships with the requirements community to control costs: This is
an area of continuing emphasis in which good progress has been made, but more needs to be
done. More than anything else, requirements drive costs. The requirements and acquisition
communities must cooperate more closely and continuously to ensure that requirements are
technically achievable and affordable so that operational and Service leadership can make
informed decisions about the costs associated with varying levels of performance. For Major
Programs, the DAE is working closely with the VCJCS and the JROC, and each Service has
taken steps in the right direction. However, more needs to be done to ensure well informed
requirements decisions that balance cost and performance throughout product lifecycles.
Align profitability more tightly with Department goals: The Department will reassess
how it provides incentives to industry so that they are as cost effective as possible at
achieving the Departments goals. The desire is to reward successful contractor performance
that has high value to the Department and which might not be achieved without the
motivation provided by the incentives. Both basic contract types and special incentive fee
structures will be reassessed over the next few months to see if a better alignment can be
accomplished.
Employ appropriate contract types: The original BBP emphasized the use of Fixed Price
Incentive (FPI) contracts. In BBP 2.0, we are refining our guidance to emphasize the use of
the appropriate contract vehicle for the product or services being acquired. The DFAR and
FAR provide for a range of contract types for a reason: one size does not fit all. This
initiative will focus on improving the training of management and contracting personnel in
the appropriate use of all contract types.
Increase use of Fixed Price Incentive contracts in Low Rate Initial Production: One
phase of acquisition where FPI contracts are particularly appropriate is during the early
stages of transition from development to production, low rate initial production (LRIP),
particularly the earlier lots of LRIP. We will continue to emphasize the use of FPI during
this phase.
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
11
providing a predictable basis by which companies can bid enhanced performance with the
knowledge that any increased costs are within an acceptable range.
When LPTA is used, define Technically Acceptable to ensure needed quality: Industry
has expressed concerns about the use of Lowest Price, Technically Acceptable (LPTA)
selection criteria that essentially default to the lowest price bidder, independent of quality.
Where LPTA is used, the Department needs to define TA appropriately to ensure adequate
quality.
Institute a superior supplier incentive program: This is an item from BBP 1.0 that has
not been implemented. The Navy is currently developing a pilot program for DoD, with the
intent to recognize and reward contractors who demonstrate superior performance by
focusing on cost, schedule, performance, quality, and responsiveness. The program will be
initiated in the next few months.
Expand programs to leverage industrys IR&D: This is an initiative that began under
BBP 1.0 and will continue under BBP 2.0. The overall effort requires continued leadership
support to keep the momentum going and preserve the progress made over the past year.
Reduce frequency of OSD-level reviews: This continues the initiative to lower the
frequency of OSD-level program reviews to those necessary to support major investment
decisions by the USD(AT&L), to respond to poor program performance, or to assess early
indications of problems with execution.
Re-emphasize AE, PEO, and PM responsibility and accountability: Over time the
Department has moved away from the clean lines of responsibility and accountability created
under Goldwater Nichols. This initiative reinforces the roles of the acquisition chain of
command, in the Services and in the Department.
Eliminate requirements imposed on industry where costs outweigh benefits: This will
continue the initiative to identify non-value added processes that the Department may be
imposing on industry. The intent is to work with industry to collect data that will enable the
Department to identify requirements that can be reduced or eliminated to reduce cost without
adversely affecting performance.
Reduce cycle times while ensuring sound investment decisions: This initiative will assess
the root causes for long product cycle times, particularly long development cycles, with the
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
12
goal of significantly reducing the amount of time, and therefore cost, it takes to bring a
product from concept to fielding. A full range of factors oversight activities, funding
stability, contracting lead time, requirements processes, technical complexity, use of risk
reduction activities, and testing requirements will be considered as possible contributing
factors.
Promote Effective Competition
Enforce open system architectures and effectively manage technical data rights: This
item is continued from BBP 1.0 and will focus on improving the Departments early planning
for open architectures and the successful execution of the plan to provide for open
architectures and modular systems. This will include the development of a business model
and associated intellectual property strategy (data rights planning) that can be implemented
over the lifecycle of the product, starting while competition still exists.
Increase small business roles and opportunities: Small businesses, as both prime
contractors to the Department and sub-contractors within the supply chain, are effective
sources of innovation and reduced cost. The Department will continue its emphasis on
improving small business opportunities.
Use the Technology Development phase for true risk reduction: The data on a number of
programs has demonstrated that Technology Demonstration (TD) phase competitive
prototyping is often not effective in reducing the risk associated with the products being
developed in the programs EMD phase. Proof of concept demonstrations that purport to
provide Technology Readiness Level 6 maturity, but which do not have direct traceability to
the proposed product design, are being used to win EMD programs instead of to reduce
actual risk. This initiative will improve the Departments ability to ensure that TD phase
activities reduce the actual risk associated with the product to be developed.
Assign senior managers for acquisition of services: This initiative was completed under
BBP 1.0; however, the Department will continue to emphasize the role of these senior
managers in the Military Departments and the Components and assess their effectiveness in
improving the acquisition of services.
Adopt uniform services market segmentation: The Department has issued a directive
detailing implementation guidance to standardize service taxonomy into six categories. We
will focus on the market segments with the greatest potential to reduce costs, and best
practices will be identified and expanded in all of the categories.
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
13
Increase use of market research: This BBP 1.0 initiative requires additional work. We are
establishing a market research portal to enhance market research and facilitate small business
opportunities.
Increase small business participation: A number of steps in this area have been
implemented; however, we believe that the increased use of small businesses in service
contracting can be a source of additional cost saving and we will continue to emphasize the
participation of small businesses in this area.
Expand use of requirements review boards and tripwires: This initiative will expand on
the use of specific best practices in service contract management that have been identified in
some commands.
Establish higher standards for key leadership positions; establish stronger professional
qualification requirements for all acquisition specialties: Our key leaders must have the
required qualifications, not just certification, for the positions they hold this includes the
appropriate amount of relevant experience, education, and training. Current qualification
standards do not emphasize the hands-on experience necessary to become truly proficient
enough to take on the responsibilities associated with being a key acquisition leader. The
Department has many highly qualified acquisition leaders, but the bench is not deep enough
and there is significant room for improvement. Pilot programs have been initiated to develop
appropriate requirements for qualification for key leader positions.
EXHIBIT 10 MEMOS
Exhibit 25 USD(ATL) Signed Memo to Workforce BBP 2 0 (13 Nov 12) wATTCHS (KENDALL)
14
Continue to increase the cost consciousness of the acquisition workforce change the
culture: Under BBP 1.0 we made significant strides in this direction, but there is still work
to be done and this area will require continuous attention. Perverse incentives to spend the
budget, such as obligation rate criteria and leadership emphasis on getting on contract instead
of getting the best business deal, need to be countered. There is good recognition in the
Department that cost matters a great deal now that budgets have stopped growing, but this is
an area in which we must continue to raise the consciousness of the workforce if we are to
permanently change the Departments culture.
EXHIBIT 10 MEMOS
EXHIBIT 10 MEMOS
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
17
June 6, 2012
MEMORANDUM FOR DEPUTY SECRETARIES
CHIEF ACQUISITION OFFICERS
SENIOR PROCUREMENT EXECUTIVES
AGENCY SMALL BUSINESS DIRECTORS
FROM:
Joseph G. Jordan
Administrator for Federal Procurement Policy
Office of Management and Budget
Karen G. Mills
Administrator
Small Business Administration
SUBJECT:
Thank you for your participation at the White House Small Business Procurement Group
meeting on April 25. During the meeting, each agency was asked to take the following three
immediate steps, under your leadership, to ensure small businesses are utilized to the maximum
extent practicable: (1) maximize opportunities for small businesses when making small dollar
awards, (2) increase opportunities for small businesses under multiple award contracts, and (3)
strengthen accountability for small business goal achievement. Additional information on each
of these steps is provided below. As we move forward, each agency should ensure program,
contracting, and small business policy staff understand their agencys small business contracting
goals and the tools available for meeting their goals.
Maximizing Opportunities for Small Businesses Under the Simplified Acquisition
Threshold
Pursuant to longstanding statutory requirements in the Small Business Act, agencies are
required to automatically set aside work for small businesses that is equal to or less than the
value of the simplified acquisition threshold (SAT) (generally $150,000) unless the contracting
officer determines the rule of two cannot be met i.e., there is not a reasonable expectation of
obtaining offers from two or more responsible small business concerns that are competitive in
terms of market prices, quality, and delivery. However, a third-party analysis of data in the
Federal Procurement Data System suggests that a significant amount of work under the SAT is
not going to small businesses, including for products and services in industries where small
businesses are typically well represented. This suggests that opportunities for small businesses
are being lost, and that agencies must take additional steps to consistently apply set-asides in the
manner prescribed in law and regulation.
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
18
2
Accordingly, we are asking that all agencies review their small business contracting
practices for purchases under the SAT and make adjustments where appropriate. At a minimum,
agencies should remind their contracting components of responsibilities to set aside contracts
whose value is equal to or less than the SAT unless the rule of two is not met, to properly
document the contract file when a set-aside is not used, and to maintain appropriate internal
controls that ensure consistent application of these requirements. A sample memorandum to
send to your agencys acquisition workforce is included as Attachment 2 for your consideration.
In the near future, the Small Business Administration (SBA) will provide each agency
with an analysis of its contracts falling under the SAT that have not been awarded to small
businesses. SBA expects agencies to monitor their SAT performance and take appropriate
actions when missed opportunities to make contract awards to small businesses are identified.
We ask that all agencies report to OMB:
(1) steps taken to ensure internal controls are in place for the consistent application of small
business contracting requirements under the SAT, (note SAT - SIMPLIFIED ACQUISITION THRESHOLD)
(2) steps taken (or planned) to increase utilization of small businesses where awards under
the SAT are being made to other than small businesses, and
(3) if no steps have been taken, why no action has taken place.
Increasing Small Business Utilization on Multiple Award Contracts
In working together to enact section 1331 of the Small Business Jobs Act of 2010, Public
Law 111-240, both the Administration and Congress recognized that significant untapped
opportunities exist to increase small business participation on multiple award contracts.1 To
capitalize on these opportunities, section 1331 directed the Administrator for Federal
Procurement Policy and the Administrator of the Small Business Administration, in consultation
with the Administrator of General Services, to establish regulations under which Federal
agencies may, at their discretion, use partial contract set-asides, contract reserves, and order setasides under multiple award contracts.
As a first step, the Federal Acquisition Regulatory Council (FAR Council) issued an
interim rule on November 2, 2011 to provide guidance on the section 1331 authorities. A
number of agencies, including the Department of Homeland Security, have reported success
stories and best practices using the interim rule. Information on these successful applications of
section 1331 is available at https://max.omb.gov/community/x/EwFoIQ.
While use of the section 1331 tools is discretionary, the responsibility to give small
businesses maximum practicable opportunity is mandatory, and agencies will be held
accountable for taking all reasonable steps to meet their small business goals. This means that
Multiple award contracts are large umbrella contracts that are awarded to a number of companies who then
compete for specific orders after the umbrella contracts have been awarded. Over the life of a typical multiple
award contract, which is often 5 years or more, hundreds of millions, if not billions, are spent through these types of
vehicles.
LATVIAN CONNECTION LLC
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
19
3
each agency must determine how best to use the section 1331 tools with those tools previously
available to increase awards to small businesses and help the Federal government meet its
government-wide small business contracting goals each year. To help agencies measure their
progress, SBA will provide agencies with an analysis of their task and delivery order spending
(including spending under the SAT) that has not been awarded to small businesses.
To ensure the benefits of the FAR interim rule are being maximized, we ask that agencies
take the six steps listed in Attachment 1 and report to OMB:
(1) actions taken to accomplish the six steps,
(2) if action was not taken, why no action was taken, and
(3) when the agency reasonably expects to complete the six steps.
A sample memorandum to send to your agencys acquisition workforce is included as
Attachment 3 for your consideration.
Strengthening Accountability for Small Business Goal Achievement
Achievement of Federal small business contracting goals depends greatly on effectively
communicating those goals throughout agencies and with clear lines of accountability. To that
end, we are asking each of you to hold senior leadership accountable for meeting your agencys
small business goals, including any of the statutory socio-economic goals (Small Disadvantaged
Business, HUBZone Small Business, Woman-Owned Small Business, and Service-Disabled
Veteran-Owned Small Business). We encourage you to include agency small business
contracting goals in the performance evaluations of all Senior Executive Service (SES) staff
members who oversee your agencys acquisition workforce.
Agencies that have implemented performance evaluations containing small business
contracting goal elements report that senior level leadership accountability plays a critical role in
ensuring that those agencies meet or exceed their small business contracting and socio-economic
goals. To that end, we ask agencies to report to OMB on the steps they have taken to hold senior
leadership accountable for small business goals.
Agencies should submit their report covering the initiatives discussed above to Susan
Truslow of OMBs Office of Federal Procurement Policy at struslow@omb.eop.gov by July 9,
2012.
Attachments
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
20
Attachment 1
Short Term Steps for Increasing Small Business Opportunities
Under Multiple Award Contracts
To help ensure the benefits of section 1331 of the Small Business Jobs Act of 2010 are being
maximized, agencies should take the six steps listed below.1
1. Issue a memorandum to the acquisition workforce reminding them of the interim FAR
rule on section 1331 and encouraging use of these tools. Consistent with expectations
announced by the FAR Council when the interim rule was published,2 the memorandum
should briefly review the various actions that can be taken under the interim rule and cite best
practices and success stories (which could include those of Department of Homeland
Security, if the agency does not yet have successes of its own to which it can point). We
recommend that the memorandum be sent from the Deputy Secretary, or equivalent official,
by June 15, 2012. A sample template is provided for your consideration in Attachment 3.
2. Consider requiring order set-asides under multiple award contracts if the agency is not
currently meeting its small business goals. Historically, set-asides have proven to be the
most powerful small business contracting tool. Accordingly, an increased commitment to
order set-asides is likely to be a highly effective means to help an agency improve its small
business contracting results and meet its small business goals. This can be achieved by
committing to use order set asides unless there is not a reasonable expectation of obtaining
offers from two or more responsible small business concerns that are competitive in terms of
market prices, quality, and delivery (i.e., unless the rule of two is not met).
Since the ultimate discretion of whether to apply a section 1331 tool rests with the
contracting agency, the agency will need to determine the most appropriate application of a
required set-aside. That is, the agency will have to decide whether to apply the tool to all of
the agencys contracting activities, an identified set of contracting activities, or a discrete set
of acquisitions defined by industry or dollar threshold.3 The sample template includes
alternative language to address mandatory application of set-asides to the extent the agency
Any planned actions in response to this list should include a date for completion, which should be no later than
August 31, 2012.
When the interim rule was published, the FAR Council made clear that it expected agencies to take advantage of
set-asides under multiple-award contracts by (1) identifying existing or prospective multiple-award contracts with
small business contract holders where order set-asides may be appropriate, and (2) maximizing opportunities for
small business by utilizing order set-asides under the Multiple Awards Schedule or Federal Supply Schedule
Programs.
Agencies are encouraged to use the MaxPrac tool of the Department of Defense, which helps agencies to analyze
their spend data and determine where small business capacity and opportunities are greatest. The Department of
Defense has updated the MaxPrac tool with FY 2011 data, which is available as a zip file for download at
http://www.acq.osd.mil/osbp/docs/CivilianAgencyMaxPracFY11-0312.zip. Questions regarding access and use of
the tool may be directed to Ms. Carol Brown carol.a.brown@osd.mil in the Office of Small Business Programs in
the Department of Defense.
3
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
21
2
deems appropriate. We recommend that any determination to require set-asides remain in
effect at least until the agency is meeting its small business goals.
3. Bilaterally modify existing multiple-award contracts to provide for order set-asides.
When the interim rule was published, the FAR Council encouraged agencies to modify, on a
bilateral basis, existing multiple-award contracts if the remaining period of performance
extends at least six months after the effective date, and the amount of work or number of
orders expected under the remaining performance period is substantial. The sample template
includes language regarding the bilateral modification of existing contracts.
4. Strengthen internal controls. Contract files should appropriately document how section
1331 tools were considered. If the agency is not currently meeting its various small business
contracting goals, contracting components should also consider sampling contract files to
review market research and other documents explaining how section 1331 tools were
considered and, if not used, why the agency purchased the product or service on an
unrestricted basis.
5. Review SBAs proposed rule on section 1331. On May 16, 2012, SBA published in the
Federal Register a proposed rule providing more specific guidance to ensure that meaningful
consideration of set-asides and reserves is given in connection with the award of multiple
award contracts and task and delivery orders placed under them, and that those tools are used
in a consistent manner. 77 FR 29130. Agencies are strongly encouraged to review the rule
and provide directly to SBAs Dean Koppel at dean.koppel@sba.gov by July 16, 2012 any
suggestions for improving the rule. SBA is especially interested in changes that will make
the rule simpler, clearer, and more conducive to encouraging maximum use of the section
1331 tools by the agencies.
6. Ensure the workforce is trained. The General Services Administration has posted a set of
frequently asked questions, (FAQs), available at
http://www.gsa.gov/portal/content/113371, to explain how set-asides can be applied when
placing orders under Multiple Award Schedules contracts. Agencies are encouraged to
review the FAQs and also to take advantage of free training that GSA offers on order setasides. To access GSAs webinar training, please visit interact.gsa.gov and Continuous
Learning Module (CLM), Basic Contracting for GSA Schedules (FAC023) at
icatalog.dau.mil. To sign up for additional training, agencies should contact Steve Sizemore
in GSAs Federal Acquisition Service at steve.sizemore@gsa.gov.
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
22
Attachment 2
Sample Memorandum to send to the Acquisition Workforce in your agency
DATE:
FROM:
SUBJECT:
Under the FAR, micro-purchase means an acquisition of supplies or services using simplified acquisition
procedures, the aggregate amount of which does not exceed the micro-purchase threshold.
Micro-purchase threshold means $3,000, except it means
(1) For acquisitions of construction subject to the Davis-Bacon Act, $2,000;
(2) For acquisitions of services subject to the Service Contract Act, $2,500; and
(3) For acquisitions of supplies or services that, as determined by the head of the agency, are to be used to
support a contingency operation or to facilitate defense against or recovery from nuclear, biological, chemical, or
radiological attack, as described in [FAR] 13.201(g)(1), except for construction subject to the Davis-Bacon Act
(41 U.S.C. 1903)
(i) $15,000 in the case of any contract to be awarded and performed, or purchase to be made, inside the
United States; and
(ii) $30,000 in the case of any contract to be awarded and performed, or purchase to be made, outside the
United States.
1
Under the FAR, simplified acquisition threshold means $150,000, except for acquisitions of supplies or
services that, as determined by the head of the agency, are to be used to support a contingency operation or to
facilitate defense against or recovery from nuclear, biological, chemical, or radiological attack (41 U.S.C. 1903), the
term means
(1) $300,000 for any contract to be awarded and performed, or purchase to be made, inside the United States;
and
(2) $1 million for any contract to be awarded and performed, or purchase to be made, outside the United
States.
2
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
23
2
that are competitive in terms of market prices, quality and delivery. FAR 19.502-2(a) requires
the contracting officer to document the file if a set-aside is not used in connection with the award
of a contract in this dollar range.
Further, [AGENCY] has awarded [##% - SBA will soon provide agencies with a SAT
performance analysis] of contracts with dollar values equal to or less than the SAT to small
businesses, falling short of our statutory requirement of awarding 100% of contracts below the
SAT to small businesses when the rule of two is met.
To help the agency increase its contracting with small businesses, please take the
following steps in conjunction with every new contract award that has an anticipated dollar value
exceeding $3,000 but not exceeding the SAT:
Automatically reserve the work for small business concerns and set aside the contract for
small business, unless there is not a reasonable expectation of obtaining offers from two or
more responsible small business concerns that are competitive in terms of market prices,
quality, and delivery.
If the work is not set aside for small business, document in the contract file the reason for
acquiring the service or product on an unrestricted basis.
Please ensure appropriate internal controls are used to monitor compliance with the steps
described above. For example, contracting activities may decide to sample contract files to
review market research and other documents explaining why the agency purchased the product
or service on an unrestricted basis.
Thank you for your commitment to meeting and exceeding [AGENCYS] small business
contracting goals. We appreciate all of your efforts in utilizing small businesses to meet our
requirements.
cc:
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
24
Attachment 3
Sample Memorandum to send to the Acquisition Workforce in your agency
DATE:
FROM:
SUBJECT:
makes clear that set-asides may be used in connection with the placement of orders under
multiple award contracts, notwithstanding the otherwise applicable requirement to provide
each contract holder a fair opportunity to be considered;
makes clear that set-asides may be utilized under any of the various small business programs
(i.e. Small Business, Small Disadvantaged Business, HUBZone Small Business, WomanOwned Small Business, and Service-Disabled Veteran-Owned Small Business);
further makes clear that order set-asides may be used in connection with the placement of
orders and blanket purchase agreements under Multiple Award Schedule (MAS) contracts;
and
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
25
amends existing solicitation provisions and contract clauses to provide notice of set-asides.
To ensure the benefits of order set-asides are being maximized, contracting activities
should take the following immediate steps:
(1) Identify prospective multiple-award contracts with small business contract holders where
order set-asides may be appropriate and either preserve the option to set aside individual
orders or commit to using order set-asides unless there is not a reasonable expectation of
obtaining offers from two or more responsible small business concerns that are
competitive in terms of market prices, quality, and delivery (i.e., unless the rule of two
is not met at the order level).
(2) Identify existing multiple-award contracts with small business contract holders where
order set-asides may be appropriate and either preserve the option to set-aside orders or
commit to using order set-asides. This may require bilateral modifications, which should
be considered if the remaining period of performance extends at least six months after the
effective date, and the amount of work or number of orders expected under the remaining
performance period is substantial.
(3) Consider order set-asides under MAS contracts. The General Services Administration
has posted a set of frequently asked questions (FAQs), available at
http://www.gsa.gov/portal/content/113371, to explain how set-asides may be applied
when placing orders under MAS contracts. Agencies are encouraged to review the FAQs
and also to take advantage of free training that GSA offers on order set-asides. To sign
up for training, agencies should contact Steve Sizemore in GSAs Federal Acquisition
Service at steve.sizemore@gsa.gov.
(4) Review success stories in connection with the use of the interim FAR rule, available at
https://max.omb.gov/community/x/EwFoIQ, and document examples of successes as you
identify them.
(5) Ensure that contract files appropriately documents how section 1331 tools were
considered.
[If the agency is not currently meeting all of its small business goals, consider the following
alternative language for the steps listed above:
[AGENCY] is not currently meeting one or more of its small business goals. To ensure
the benefits of order set-asides are being maximized, contracting activities should take the
following immediate steps:
(1) Identify prospective multiple-award contracts with small business contract holders where
order set-asides may be appropriate and commit to using order set asides unless a
determination is made prior to placing the order that there is not a reasonable expectation
of obtaining offers from two or more responsible small business concerns that are
competitive in terms of market prices, quality and delivery (i.e., the rule of two is not
LATVIAN CONNECTION LLC
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
26
3
met at the order level). This commitment should be applied to the following new
multiple award contracts: [Agency should identify the appropriate scope of the
commitment: all prospective multiple award contracts / multiple award contracts
awarded by the following components (identify) / multiple award contracts that are
predominantly for the following products or services (identify) / all orders within the
following dollar range (identify)]. For all other new multiple award contracts, either
preserve the right to use set-asides or commit to using set asides.
(2) Identify existing multiple-award contracts (with the scope identified in item (1), above)
with small business contract holders where order set-asides may be appropriate and
commit to using order set-asides. This may require bilateral modifications, which should
be considered if the remaining period of performance extends at least six months after the
effective date, and the amount of work or number of orders expected under the remaining
performance period is substantial.
(3) Commit to order set-asides under MAS contracts for orders falling within the scope
identified in item (1). GSA has posted a set of frequently asked questions (FAQs),
available at http://www.gsa.gov/portal/content/113371, to explain how set-asides may be
applied when placing orders under MAS contracts. Agencies are encouraged to review
the FAQs and also to take advantage of free training that GSA offers on order set-asides.
To sign up for training, agencies should contact Steve Sizemore in GSAs Federal
Acquisition Service at steve.sizemore@gsa.gov.]
(4) Review success stories in connection with the use of the interim FAR rule, available at
https://max.omb.gov/community/x/EwFoIQ, and document examples of successes as you
identify them.
(5) Ensure that contract files appropriately documents how section 1331 tools were
considered.
(6) Sample contract files to review market research and other documents explaining how
order set-asides were considered and, if not used, why the agency purchased the product
or service on an unrestricted basis.]
On May 16, 2012, SBA published in the Federal Register a proposed rule providing more
specific guidance addressing all three components of section 1331, namely (1) partial contract
set-asides, (2) contract reserves, and (3) order set-asides. The purpose of SBAs rulemaking is to
ensure both that meaningful consideration of set-asides and reserves is given in connection with
the award and placement of task and delivery orders under multiple award contracts and that
those tools are used in a consistent manner. You are urged to review the rule and provide
feedback to [insert agency POC] by [insert date that will allow the agency to submit
consolidated feedback directly to SBA by July 9, 2012]. You should focus on changes that
will make the rule simpler, clearer, and more conducive to encouraging maximum use of the
tools by the agency.
EXHIBIT 10 MEMOS
Exhibit 27 Executive Office of the President June 6, 2012 MEMO (JORDAN - MILLS)
27
4
Contracting activities should report on actions taken or planned in response to this
memorandum to [insert POC] by [insert date that will allow agency to report back to OMB
by July 9, 2012]. Thank you for your attention to this important matter and for your ongoing
commitment to help our agency meet and exceed its small business contracting goals.
cc:
EXHIBIT 10 MEMOS
7/24/2014
LOGIN
REGISTER CONTACT
BUYERS
SELLERS
MARKETPLACE
ABOUT
RESOURCES
Board of Directors
FedBids mission, vision and growth is fueled by innovative, passionate and proven business
and thought leaders.
Ali Saadat
Ted Leonsis
Susan L. Bostrom
General George W. Casey Jr.
Kim D. Cooke
Scott Hilleboe
Lance L. Weaver
Leadership
Executive Leaders
Senior Leaders
Board of Directors
Key Advisors & Consultants
Ali Saadat
Board Chair, Founder, Chief Executive Officer
A lifelong entrepreneur with a passion for using disruptive technology, service and
business model innovations to improve business and market value, Mr. Saadat propels
FedBid forward with over 35 successful years in leading and building information
technology and Internet industry companies. As FedBids CEO, he uses his vision,
oversight and leadership to guide the development and implementation of FedBids
overall business strategy. Under his leadership over the past decade, FedBid has grown
to a global community of Sellers actively competing for the business of federal and
Fortune 500 Buyers, with $billions worth of goods and services awarded annually. In
January 2012, Mr. Saadat led the company in securing a significant investment from
Revolution Growth, a venture capital fund created by Steve Case, Ted Leonsis and
Donn Davis. Mr. Saadat is also passionate about philanthropy. Working with nonprofit
agencies to help them more effectively give children and families the support they need
to succeed has been the cornerstone of a wide variety of philanthropic efforts throughout
his life. Saadat earned a Master of Science degree in Industrial Engineering from George
Washington University. A dedicated husband, father and grandfather, Mr. Saadat firmly
believes in making time for all that leads to a happy, healthy and worthwhile life.
Ted Leonsis
Board Vice Chairman
Ted Leonsis, a partner in the Revolution Growth fund, is a nationally renowned
entrepreneur, investor and business-builder. Mr. Leonsis has been involved with
Revolution Growth since its founding, as an investor in and chairman of Revolution
Money and Clearspring. He is the founder, chairman and majority owner of Monumental
Sports & Entertainment, which owns the Washington Capitals (NHL), the Washington
Wizards (NBA), the Washington Mystics and the Verizon Center and he sits on the
board of directors of several leading companies ranging from American Express to
Groupon. Mr. Leonsis retired from active management of AOL in 2006, where during the
http://www.fedbid.com/about/directors/
1/4
7/24/2014
previous 13 years he was an inspirational leader and held a number of senior positions,
including vice chairman and president and worked closely with Steve Case for a decade
to build AOL into the worlds leading internet company with a market value at its peak in
excess of $100 billion. He also founded SnagFilms, the Internets leading site for online
audiences to find, watch and share documentary films. Early in his career Mr. Leonsis
founded several technology-enabled consumer companies, including Redgate
Communications, where he is credited for coining the phrase new media. He has been
named Washingtons Businessman of the Year, a Washingtonian of the Year, one of the
20 most influential people in sports and one of the top 10 entrepreneurs of the year. He
blogs daily at TedsTake.com.
Susan L. Bostrom
Board Member
Susan Bostrom is a top marketing expert and accomplished thought leader, bringing
more than 25 years of multifaceted marketing and business leadership experience to
FedBids board, including that from her recent position as executive vice president
(EVP) and chief marketing officer (CMO) of Cisco Systems, Inc where she led Ciscos
strategy and implementation of all branding, advertising, digital and product marketing
efforts. During her 13 years with Cisco, Bostrom gained widespread acclaim and
respect for creating and evolving the companys impactful and effective, "Welcome to
the Human Network" campaign. She was also responsible for Ciscos Worldwide
Government Affairs organization and Small Business Council. Earlier in her Cisco
career, Bostrom was recognized for building the Internet Business Solutions Group
(IBSG), a proprietary consulting organization that advised Fortune 500 CEOs and global
government leaders on the use and business value of Internet applications. Prior Cisco,
Bostrom held leadership positions with FTP Software, National Semiconductor and
McKinsey & Company. Bostrom currently serves on the board of directors for Varian
Medical Systems, Cadence Design Systems and Marketo, Inc. Her nonprofit board
service includes Stanford Hospital and Clinics and Georgetown University. She also
serves on the advisory board of the Stanford Institute for Economic Policy Research
(SIEPR) and the Stanford Graduate School of Business Advisory Council. Bostrom
holds an MBA degree from the Stanford Graduate School of Business and BS degree in
marketing from the University of Illinois.
2/4
7/24/2014
tough issues of substance abuse and suicide, reducing the stigma of combat stress
and trauma and providing long term support for survivors of the fallen. The son of
George William Casey, the decorated Major General who commanded the 1st Cavalry
Division during the Vietnam War and himself a father of a son who served, General
George W. Casey Jr. has enjoyed a long career of exemplary service as an American
soldier. He was commissioned a second lieutenant of Infantry from Georgetown
University School of Foreign Service in 1970. Throughout his career, he served in
operational assignments in Germany, Italy, Egypt, Bosnia, Iraq and the United States. He
has extensive command experience. General Casey holds a Masters degree in
International Relations from Denver University and has served as a Senior Fellow at the
Atlantic Council of the United States.
Kim D. Cooke
Board Member
Kim D. Cooke is a game-changing business beacon, financial strategist, investor and
legal advisor. He founded Blue Water Capital, L.L.C., a private venture capital firm, in
1995 and today serves as its chairman and managing director. Blue Water Capital
raised and managed close to $100 million in capital for investment in the technology
sector. Mr. Cooke has served as a member of the board of directors of EasyLink
Services, Intl., since December 2000 and was appointed the companys lead director in
November 2003 and as chairman of the board in September 2005. Trained as a
transactional lawyer, he has extensive business and legal experience working with
credit, financial services and technology companies in the United States, AMEA and
Latin America. Mr. Cooke has served on numerous corporate boards in his capacity at
Blue Water Capital. In addition to serving on FedBids board, he serves on the boards for
EasyLink Services, Intl., Company.com, Access Point Communications, Inc., Renaps
Technology, Inc. and Keel Point, LLC. His not for profit activities include service on the
board of Family Life, The Northville Educational Foundation, as president of the Northville
High School Mens Lacrosse and Living Hope International. Mr. Cooke received his JD
from the Detroit College of Law at Michigan State University and his LLM from the
American University Washington College of Law, with highest honors.
Scott Hilleboe
Board Member
Scott Hilleboe is a member of the investment team at Revolution Growth, which invests
in game-changing consumer technology businesses that disrupt multibillion dollar
industries. Mr. Hilleboe brings over 15 years of experience in operations, venture capital
investing and business development in the media, consumer, software and enabling
technology sectors to his role as a key advisor in building FedBids momentum. Prior to
joining Revolution Growth, Mr. Hilleboe was a managing director with Steamboat
Ventures, where led an impressive stream of investments including Fastclick (IPO and
then acquired by ValueClick), Greystripe (acquired by ValueClick), Kyte (acquired by KIT
Digital), MerchantCircle (acquired by Reply.com), MediaBank (merged to become
MediaOcean), Move Networks (acquired by EchoStar), PopularMedia (acquired by
StrongMail) and Quigo (acquired by AOL). These successes were built on earlier ones
gained as an investment professional with Hummer Winblad Venture Partners, where
he co-lead investments in Jareva Technologies (acquired by Symantec), Yosemite
Technologies (acquired by Barracuda Networks), Cenzicand Voltage
Security. Previously, Mr. Hilleboe worked at industry leading enterprises IBM, LaSalle
Partners and Synopsys, as well as a number of early stage technology companies. Mr.
Hilleboe currently serves on the board of directors of EdgeCast Networks and Elemental
http://www.fedbid.com/about/directors/
3/4
7/24/2014
Lance L. Weaver
Board Member
Lance Weaver retired from Bank of America at the end of 2008 after eighteen years with
the Bank and part of the team that took MBNA public. Mr. Weaver served as an
Executive Vice Chairman and Chief Administrative Officer of MBNA. He had oversight
responsibilities for corporate affairs, law, government relations, real estate, facility
management, personnel, security, compensation and benefits, career development,
investor relations, media relations and planning. He was President of the MBNA
Education Foundation and managed all the banks community relations activities.
During his time with Bank of America, Mr. Weaver had responsibility for the banks
international credit card business and North American credit card business. He currently
serves as President of Virgin Money Cards and as an advisor to leading companies
such as VISA, Citigroup, TSYS, Magnises Card, West Monroe Partners, Allied
Properties, Broad Valley Broadband and Apollo Capital where he is a Board Member of
Avant CardApollos European credit card business. Before becoming part of Bank of
America's management team, he held positions in the banking industry at both Wells
Fargo Bank and Citigroup. Because of his extensive background in the world of
banking, Mr. Weaver was asked to teach a course in Business Ethics in the Honors
Program at the University of Delaware.
A graduate of Georgetown University, Mr. Weaver is a past member of the Georgetown
University Board of Directors and Board of Trustees and past Board Chair of
Youtube
on
us
Plus
on
Connect
on
Connect
on
us
Follow
!"345
CONTACT
on
CAREERS
us
ABOUT
Find
LOGIN
Visit
MasterCard.
MARKETPLACES
RESOURCES
EDUCATION
BUYER FAQS
WHITE PAPERS
COMMERCIAL
SELLER FAQS
VIDEOS
FEDERAL
FEDBID FUEL
FEATURES
EVENTS
SELLERS
BUYER TESTIMONIALS
SELLER TESTIMONIALS
FEEDBACK
http://www.fedbid.com/about/directors/
4/4
7/24/2014
Accessibility
Opportunities
RETURN TO OPPORTUNITIES
Opportunities List
Advanced Search
Archives
Search Tip: Use the Advanced Search Form for a w ide array of search fields. To view opportunities by agency, go to the Agencies section. A quick
search can be conducted using the fields below .
TIPS
Search
Clear
Show ing 20
per page
1 | 2 | 3 | 4 | 5 | 6 | 7 [98]
Agency/Office/Location
Type
/ Set-aside
Posted On
39--Forklifts
W911SG-14-T-9313
39 -- Materials handling equipment
Presolicitation
Aw ard
Combined Synopsis/Solicitation
https://www.fbo.gov/index?s=opportunity&mode=list
Combined Synopsis/Solicitation
1/2
7/24/2014
(Modified)
D--Install Underground
Com m unications cable
RFQPR0010492656-07
D -- Information technology services,
including telecommunications services
Combined Synopsis/Solicitation
(Modified)
D--Install Underground
Com m unications cable
RFQPR0010492656-08
D -- Information technology services,
including telecommunications services
Combined Synopsis/Solicitation
70--Toners/Printers
RFQ0620140019
70 -- General purpose information
technology equipment
70--Toners/Printers
RFQ0620140019-01
70 -- General purpose information
technology equipment
70--OPTION - McAfee
hardw are/softw are support
W91RUS-14-T-0157
70 -- General purpose information
technology equipment
Combined Synopsis/Solicitation
(Modified)
Combined Synopsis/Solicitation
(Modified) / Total Small Business
76--Textbooks
0040156580
76 -- Books, maps & other publications
Combined Synopsis/Solicitation
(Modified) / Total Small Business
J--N4446614RC233KC REFURBISHMENT
OF PURE WATER TRAILER
N6883614T0226
J -- Maintenance, repair & rebuilding of
equipment
1 - 20 of 1945
Show ing 20
per page
1 | 2 | 3 | 4 | 5 | 6 | 7 [98]
https://www.fbo.gov/index?s=opportunity&mode=list
2/2