14 FAH-2 H-360
TECHNICAL EVALUATION CRITERIA AND PLAN
(CT:COR-51; 04-19-2019)
(Office of Origin: A/OPE)
14 FAH-2 H-361 Scope of SOURCE
SELECTION
(CT:COR-51; 04-19-2019)
a. Federal acquisition statutes and regulations require
that both negotiated and sealed bid contracts be competitively awarded to the
maximum extent practicable, with the objective of obtaining the contracts most
advantageous to the U.S. Government. The Office of Acquisition Management (A/OPE/AQM) has implemented guidance that will be
used as the standard for source selection. The A/OPE/AQM
source selection guidance is included as this subchapter 14 FAH-2 H-360.
b. The guidance in this document applies to all competitive,
negotiated best-value acquisitions except:
(1) Architectengineer contracting, which is governed
by Code of Federal Regulation (CFR) Federal Acquisition Regulation (FAR) 48 CFR
36.000;
(2) Acquisitions using simplified acquisition
procedures, which are handled in accordance with FAR 48 CFR 13.000 including
acquisition of commercial items 48 CFR 12.000 using FAR 48 CFR 13.000
procedures);
(3) Acquisitions processed under Federal Supply
Schedules FAR 48 CFR 8.402; and
(4) Fair opportunity procedures in accordance with
orders under multiple award contracts (FAR 48 CFR 16.505(b)(1)).
c. The extent to which the processes and techniques
described in this subchapter will be used will depend upon the complexity and
dollar value of each acquisition and your available resources.
d. Waivers or deviations from any of the requirements
in this subchapter must be approved by the cognizant A/OPE/AQM division director.
14 FAH-2 H-362 Source selection
introduction
14 FAH-2 H-362.1 Source Selection
Purpose and Objectives
(CT:COR-51; 04-19-2019)
This subchapter provides the Department of State (DOS)
Office of Acquisition Management (A/OPE/AQM)
procedures for conducting competitively negotiated source selections and
outlines a common set of principles and procedures for conducting them. The
goal of these procedures is to ensure the A/OPE/AQM
source selection process delivers quality, timely products and services
to the customer at the best value for the taxpayer. It is designed to provide
flexibility within a given framework so that contracting officers can best
design and execute the source selection process to provide the optimum solution
to meet the needs of their customers. The Code of Federal Regulation (CFR)
contains the Federal Acquisition Regulation (FAR 48 CFR), and the Department of
State Acquisition Regulation (DOSAR) 48 CFR 601.000 prescribes the general
policies and requirements governing acquisition.
14 FAH-2 H-362.2 Best-Value
Continuum
(CT:COR-42; 10-30-2015)
a. This subchapter describes two of the best-value
acquisition processes and techniques that may be used to design competitive
acquisition strategies suitable for the specific circumstances of the
acquisition: Tradeoff source-selection process and lowest-price technically
acceptable source-selection process:
(1) Tradeoff source-selection process
(see FAR 48 CFR 15.101-1): This process allows for a tradeoff between noncost
factors and cost/price and allows the U.S. Government to select other than the
lowest priced proposal or other than the highest technically rated proposal.
Further, it describes various rating approaches to evaluating proposals when
using a tradeoff process. The application of this process, as well as general
source selection principles, are addressed in this subchapter; and
(2) Lowest-price technically acceptable
(LPTA) source-selection process: See FAR 48 CFR 15.101-2. The LPTA
process is appropriate when best value is expected to result from selection of
a technically acceptable proposal with the lowest evaluated price. The
application of LPTA is discussed specifically in 14 FAH-2 H-367.
The general principles outlined in the rest of this document also apply to
LPTA, but see 14 FAH-2
H-367.1 for exceptions.
b. In the best-value continuum described in FAR 48 CFR
15.101, an agency can obtain best value in negotiated acquisitions by using any
one or a combination of source-selection approaches. However, regardless of
the source-selection approach taken, activities are required to utilize the
standardized rating tables as detailed in this subchapter. For all factors and
subfactors evaluated on other than an acceptable/unacceptable basis, one of
the rating schemes in 14 FAH-2
H-366.1 must be utilized. For all factors and subfactors evaluated on an
acceptable/unacceptable basis, the ratings at 14 FAH-2 H-367.2-1
example technical acceptable/unacceptable ratings and 14 FAH-2 H-367.2-2
example performance evaluation ratings must be utilized.
14 FAH-2 H-362.3 Procurement
Integrity
(CT:COR-42; 10-30-2015)
a. All personnel involved in the source selection
process are responsible for maintaining the integrity of the procurement.
Personnel who are involved in a source selection are subject to the
requirements of the 41 U.S.C. 2102 restriction on obtaining and disclosing
certain information (see implementation at FAR 48 CFR 3.104). This law and
other similar statutes and regulations impose stringent requirements related to
safeguarding of source-selection information, contractor bid or proposal
information and other integrity issues. Violation of these requirements could
result in civil and/or criminal penalties. Become familiar with the prohibitions
and certification requirements in the statutes and regulations that may pertain
to your specific acquisition. Direct questions and/or issues regarding
procurement integrity policy and regulations to the legal counsel assigned to
the source selection.
b. See 14 FAH-2 H-369
for safeguards that you should consider taking to ensure the integrity of your
source selection.
14 FAH-2 H-362.4 Process Summary
for Source Selection
(CT:COR-51; 04-19-2019)
a. The source selection process is depicted graphically
in the example on the following page, and described briefly on the page after.
Example: Source Selection Process
|

|
b. The example of the source selection process portrays
at a high level the U.S. Government acquisition process as prescribed in FAR 48
CFR 15 and further elaborated upon in this subchapter. The example includes
steps preceding the actual proposal evaluation because those steps are
essential prerequisites to the evaluation and help ensure a successful source
selection. The following discussion will address only those aspects of the
process that are most closely associated with the source selection phase of an
acquisition.
c. It is important that the source selection plan
(SSP) (see 14
FAH-2 H-365) be finalized prior to issuance of the solicitation and
imperative that this be done before receipt of proposals. Otherwise, the
acquisition office might be accused of tailoring the plan to favor a particular
offeror. The SSP should clearly describe how the source selection will be made,
including the process, the schedule, the participants (14 FAH-2 H-363),
the evaluation criteria (evaluation factors and subfactors -- 14 FAH-1
H-365.2) that will be utilized to select the successful offeror(s) and
security (14
FAH-2 H-365.5 and 14 FAH-2 H-369).
The evaluation criteria will be restated in the solicitation and will be
considered when evaluating their proposals and selecting the contractor(s).
d. It is advantageous to identify as many members of
the SST as practicable early in the process. They can then be involved in the
development of the requirements, evaluation criteria and solicitation, thus
reducing their learning curve when questions from potential offerors need to be
answered and when the evaluation begins. This also helps ensure buy-in to the
acquisition approach and evaluation.
e. Once proposals are received, the contracting
personnel and evaluators need to focus exclusively, if possible, on the
evaluation. Many agencies sequester their evaluation teams, although that may
not be practical. Evaluators should be provided with dedicated space and
workstations or laptops pre-loaded with the evaluation forms and copies of
other relevant documents, such as the solicitation and source selection plan.
If during consensus meetings team members can share or view all of the
evaluations, including the evaluators comments and assessments, it can greatly
facilitate the chairmans drafting of the consensus reports (14 FAH-2
H-366.3 and 14 FAH-2
H-366.7). Many have found the contemporaneous drafting of the consensus
report by electronically cutting and pasting from the evaluators forms,
supplemented by documentations of the consensus discussions, to be an efficient
way to approach the task.
f. If the initial evaluations do not lead to award
without discussions (14 FAH-2
H-366.4), then questions will need to be developed for offerors determined
to be within the competitive range (i.e., eligible for further consideration),
revised proposals requested, and evaluations of the proposal revisions conducted.
This cycle continues until the determination is made to request final proposal
revisions (14
FAH-2 H-366.6). Hopefully, if initial discussions are thorough and
conscientious, and the offerors responsive, only one round of revised
proposals, or only the final proposal revision, will be required. It is
imperative that all offerors are treated equally and all deficiencies,
significant weaknesses and adverse past performance information to which the
offeror has not yet had an opportunity to respond be addressed (See FAR 48 CFR
15.306(d)(3)). Otherwise, in the event of a protest, the Government
Accountability Office (GAO) might instruct the Department redo the process.
g. It cannot be overly stressed how important the
documentation of the evaluators analysis and conclusions are to the success of
an acquisition (see 14 FAH-2
H-366.3 and 14 FAH-2
H-366.7). The technical evaluation team (TET) consensus report should
clearly and thoroughly explain how and why the ratings were developed.
Adjectival ratings and/or color coding, if used, no matter how much they favor
a particular offeror, do not substitute for an analytical narrative that
explains why the panel reached the conclusions and awarded the ratings that it
did. It is this analysis that the source selection authority will rely upon to
make his or her best value decision and that will be carefully reviewed in any
official proceeding that may follow a complaint lodged by a disappointed
offeror.
h. The same standard applies to the best value decision
(14 FAH-2
H-366.9) and source selection decision document (14 FAH-2
H-366.10); each documented analysis in the process builds upon and is
dependent upon the preceding analyses.
i. Post award debriefings covered in 14 FAH-2
H-366.11 are intended to provide offerors, typically those that did not
receive an award, with information that will assist them in preparing proposals
for future acquisitions. FAR 48 CFR 15.506 requires that significant
weaknesses and deficiencies, if any, in an offerors proposal be discussed,
along with other matters. It can also be helpful to describe strengths in the
proposal. Debriefings can be written or oral, but in either case should be
conducted with care so as to not inadvertently create a concern that could lead
to a protest. The Office of the Legal Adviser (L/BA) should be consulted as
necessary when preparing debriefings.
j. The development of lessons learned is an area
often ignored, and any insights gained on a project thus lost. During each
acquisition, individuals involved probably realize that something could have
been done better or differently to produce a better result. For example, the
evaluators might conclude that an evaluation factor was of little value in
discriminating among the proposals received. Such information should be noted
and provided to the contracting officials who will be preparing similar
solicitations in the future so that the factor can be improved, weighted less
heavily or deleted, as appropriate. Also, forms or samples might be developed that
prove useful, and these should be shared with others. Lessons learned
documents need not be extensive, but should be developed when appropriate and
submitted to the Business Operations Division (A/OPE/AQM/BD)
for retention and dissemination as appropriate.
14 FAH-2 H-363 ROLES AND
RESPONSIBILITIES
14 FAH-2 H-363.1 Source Selection
Team (SST) Roles and Responsibilities
(CT:COR-42; 10-30-2015)
Source selection is accomplished by a team that is
tailored to the unique acquisition. Composition of the team generally consists
of the source selection authority (SSA), contracting officer (CO) (if different
from the SSA), source selection advisory council (SSAC), technical evaluation
team (TET), price evaluation team (PET), advisors, L/BA, small business specialists,
and other subject-matter experts. Team members may include personnel from
other U.S. Government agencies or nongovernmental organizations, when necessary
to obtain expert technical advice. All members of the team must be designated
early in the source selection process, and any needed training must be provided
in time to be ready to participate in the source selection.
14 FAH-2 H-363.2 Source Selection
Authority (SSA)
(CT:COR-42; 10-30-2015)
The SSA is the individual designated to make the source
selection decision.
14 FAH-2 H-363.2-1 Appointment of
the SSA
(CT:COR-42; 10-30-2015)
The appointment of the individual to serve as the SSA must
be commensurate with the complexity and dollar value of the acquisition. For
acquisitions of significance due to their high dollar value, technical
complexity or programmatic importance, the contracting officer should consult
with the designated heads of the contracting activities (HCA) (see 48 CFR
601.601.70 and 48 CFR 2.101) to determine the appropriate level to serve as the
SSA. For all other acquisitions, the contracting officer will serve as the SSA
in accordance with FAR 48 CFR 15.303.
14 FAH-2 H-363.2-2 SSA
Responsibilities
(CT:COR-42; 10-30-2015)
The SSA must:
(1) Be responsible for the proper and efficient
conduct of the source selection process in accordance with this procedure and
all applicable laws and regulations;
(2) Appoint the chairpersons for the TET and, when
used, the SSAC and PET;
(3) Ensure that personnel appointed to the SST are knowledgeable
of policy and procedures for properly and efficiently conducting the source
selection. Ensure the SST members have the requisite acquisition experience,
skills, and training necessary to execute the source selection, and ensure the
highest level of team membership consistency for the duration of the selection
process;
(4) Ensure that realistic source selection schedules
are established and source selection events are conducted efficiently and
effectively in meeting overall program schedules. The schedules should support
proper and full compliance with source selection procedures outlined in this
document and the established Source Selection Plan (SSP) for the acquisition;
(5) Ensure all involved in the source selection are
briefed and knowledgeable of 41 U.S.C. 2101 through 41 U.S.C. 2107, and FAR 48
CFR 3.104 regarding proper restrictions on obtaining and disclosing procurement
information including proper marking of contractor bid and proposal
information, as well as source selection information. Ensure that all persons
receiving source selection information are instructed to comply with applicable
standards of conduct (including procedures to prevent the improper disclosure
of information) and sign a Non-Disclosure Agreement and a conflict of interest
statement. Ensure conflict of interest statements (from both government and
nongovernment members) are appropriately reviewed and actual or potential
conflict of interest issues are resolved prior to granting access to any source
selection information. See 5 CFR 2635, and particularly 5 CFR 2635.401
concerning conflicting financial interests;
(6) Ensure that proposals are evaluated based solely
on the factors and subfactors contained in the solicitation as required by 41
U.S.C. 3703(c);
(7) Make a determination to award without discussions
or enter into discussions;
(8) Select the source or sources whose proposal offers
the best value to the U.S. Government in accordance with evaluation criteria
established in the solicitation; and
(9) Document the rationale in the source selection
decision document (SSDD) as detailed in 14 FAH-2
H-366.10.
14 FAH-2 H-363.3 Contracting
Officer (CO)
(CT:COR-42; 10-30-2015)
The contracting officer will manage the source selection
process and serve as the primary business advisor and principal guidance source
for the entire source selection.
14 FAH-2 H-363.3-1 Selection of
Contracting Officer (CO)
(CT:COR-42; 10-30-2015)
Contracting elements have discretion in the selection of
the individual to serve as the contracting officer. However, the contracting
officer, as the principal guidance source, should have experience in the source
selection process, as appropriate for the dollar value and complexity involved.
14 FAH-2 H-363.3-2 Contracting
Officer (CO) Responsibilities
(CT:COR-42; 10-30-2015)
a. Manage all business aspects of the acquisition,
advise and assist the SSA in the execution of the responsibilities as outlined
in 14 FAH-2
H-363.2, and work with the TET to ensure the evaluation is conducted in accordance
with the evaluation criteria specified in the solicitation. This includes
consulting with and advising the TET at all stages, facilitating TET consensus
meetings, and reviewing all TET and PET reports.
b. Ensure that required approvals are obtained and the
Use of Non-Government Personnel provision is included in the solicitation
before nongovernment personnel are allowed to provide source selection support
(see FAR 48 CFR 7.503(c)(12) and 48 CFR 37.205).
c. In accordance with FAR 48 CFR 3.104 and DOSAR 48
CFR 603.104, ensure that procedures exist to safeguard source selection
information and contractor bid or proposal information. Approve access to or
release of source selection information and contractor bid or proposal
information after consulting the Office of the Legal Adviser (L/BA) before and
after contract award.
d. Maintain as a minimum, the documents and source
selection evaluation records as detailed in 14 FAH-2 H-368.
e. Release the final solicitation only after obtaining
all required approvals including the SSA approval of the SSP.
f. Serve as the single point of contact for all
solicitation-related inquiries from actual or prospective offerors.
g. After receipt of proposals, control exchanges with
offerors in accordance with FAR 48 CFR 15.306.
h. With the approval of the SSA to enter discussions,
establish the competitive range and enter into discussions.
i. Obtain past performance information from the Past
Performance Information Retrieval System (PPIRS) and provide it to the TET for
use in completing the past performance evaluation.
j. Make, in conjunction with the SSAC, if applicable,
a best value recommendation to the SSA.
k. Support the TET, SSAC and SSA in any briefings
required.
l. Ensure offerors are debriefed, if requested, in
accordance with FAR 48 CFR 15.505 and FAR 48 CFR 15.506, as applicable.
m. It is critically important that the contracting
office coordinate closely with the program office throughout the acquisition
process. Contracting officials must understand the needs of the program office
in order to be able to select the appropriate acquisition methodology and
contract type. They should work closely with the program office to develop
appropriate evaluation factors and criteria, i.e., what will be evaluated and how
that will be accomplished. The contracting officer or contract specialist
should be available and responsive to inquiries from the cognizant program
officials and TET:
(1) Contracting personnel typically have more
experience with source selection plan preparation, evaluation factor
development, proposal evaluation and, if applicable, SSAC operation, than
representatives from the program office. This knowledge, when properly
applied, can prevent inadvertent deviations from proper procedures and the time
consuming corrective action that can result;
(2) While the evaluation is taking place, an ongoing
dialogue between the contracting office and the TET will help ensure that the
source selection plan, applicable regulations and solicitation requirements
will be accurately interpreted and followed and a fair and thorough evaluation
will be conducted and properly documented; and
(3) Routine and regular communication will improve the
likelihood of a favorable outcome and help minimize the likelihood of a protest.
14 FAH-2 H-363.4 Source Selection
Advisory Council
14 FAH-2 H-363.4-1 Establishment
and Role of SSAC
(CT:COR-42; 10-30-2015)
a. The SSA establishes an SSAC to gain access to
functional area expertise to provide the support the SSA requires throughout
the source selection process.
b. Organizations are encouraged to establish an SSAC
for acquisitions with a total estimated value of $100 million or more. An SSAC
is optional for acquisitions with a total estimated value of less than $100
million.
c. The primary role of the SSAC is to provide a
written comparative analysis and recommendation to the SSA. When an SSAC is
established, it will provide oversight to the TET.
d. The SSA may convene the SSAC at any stage in the
evaluation process as needed.
14 FAH-2 H-363.4-2 Composition of
SSAC
(CT:COR-42; 10-30-2015)
a. The SSAC is comprised of an SSAC Chairperson and
SSAC members.
b. SSAC members should represent the specific
functional areas from which the SSA may require expertise.
14 FAH-2 H-363.4-3 Responsibilities
of SSAC
(CT:COR-42; 10-30-2015)
a. The SSAC chairperson must appoint SSAC members,
subject to SSA approval.
b. The SSAC members must:
(1) Review the evaluation results of the TET and PET,
if applicable, to ensure the evaluation process followed the evaluation
criteria and the ratings are appropriately and consistently applied;
(2) Consolidate the advice and recommendations of the
SSAC into a written comparative analysis and recommendation for use by the SSA
in making the best-value decision; and
(3) Ensure that minority opinions within the SSAC are
documented and included within the comparative analysis.
14 FAH-2 H-363.5 Technical
Evaluation Team (TET)
14 FAH-2 H-363.5-1 Composition of
the TET
(CT:COR-42; 10-30-2015)
a. The TET is comprised of a chairperson and evaluators
(also known as TET members). On occasion, the TET members will be organized
into functional teams corresponding to the specific evaluation criteria (e.g.,
technical team or past performance team). In those instances, a functional
team lead may be utilized to consolidate the evaluation findings of the team
and serve as the primary team representative to the TET chairperson. Although
the FAR 48 CFR indicates that contractors may be utilized as members of
evaluation boards (FAR 48 CFR 7.503(d)(14), e.g., technical evaluation teams
or panels (TET/TEP), subsequent guidance from OMB/OFPP establishes an express
prohibition against contractors participating as voting members of a
"selection board" (e.g., SSAC), and an implied prohibition against
participating as voting members of an "evaluation board" (e.g., TET).
When it is necessary for nongovernment personnel to serve on TETs, ensure that
a written determination is made that government personnel with adequate
training and capabilities to perform the required proposal evaluation are not
readily available (see FAR 48 CFR 37.203(d) and FAR 48 CFR 37.204). For
further information on the OFPP policy, see 76 FR 56227.
b. U.S. Government personnel assigned to the TET must
consider this duty as their primary responsibility. Their source selection
assignment must take priority over other work assignments. Supervisors are
responsible for ensuring that other work assignments do not adversely impact
the source selection process.
c. Nongovernment personnel assigned to the TET must
sign the non-disclosure agreement required to be signed by U. S. Government
employees who are participating in the source selection.
14 FAH-2 H-363.5-2 Responsibilities
of the TET
(CT:COR-42; 10-30-2015)
a. The TET chairperson must:
(1) Be responsible for the overall management of the
TET and act as the TETs interface to the SSA;
(2) Establish functional evaluation teams, as
appropriate, to support an efficient source selection evaluation. Appoint
chairpersons and members to the functional evaluation teams, subject to
approval of the SSA;
(3) Ensure the skills of the personnel, the available
resources, and time assigned are commensurate with the scope and complexity of
the acquisition;
(4) Ensure members of the TET are trained and
knowledgeable on how an evaluation is conducted prior to reviewing any
proposals;
(5) Ensure the evaluation process follows the
evaluation criteria and ratings are being consistently applied;
(6) Chair consensus meetings and prepare the final
consensus report;
(7) Provide consolidated evaluation results to the
SSAC, or SSA if there is no SSAC;
(8) Reconvene the technical evaluation team to
reevaluate revised proposals, conduct consensus meetings and prepare the
necessary reports, as described above, if revised proposals are received; and
(9) Support any post source selection activities such
as debriefings and post-award reviews/meetings, as required.
b. TET members must:
(1) Conduct a comprehensive review and evaluation of proposals
against the solicitation requirements and the approved evaluation criteria;
(2) Ensure the evaluation is based solely on the
evaluation criteria outlined in the RFP;
(3) Assist the TET chairperson in documenting the TET
evaluation results; and
(4) Support any post source selection activities, such
as debriefings and post-award reviews or meetings, as required.
c. Neither the TET chairperson nor the TET members
must perform comparative analysis of proposals or make source selection
recommendations unless requested by the SSA.
14 FAH-2 H-363.6 Price/Cost
Evaluation Team (PET)
(CT:COR-42; 10-30-2015)
To the extent the contracting officer needs additional
assistance evaluating cost/price, a PET may be established, with
responsibilities as follows:
(1) Ensure that the RFP requests the cost/price data
necessary to meaningfully evaluate proposals, but does not request more data
than is needed;
(2) Ensure that offerors cost/price proposals and
cost data are safeguarded and kept separate from the technical data;
(3) Evaluate the proposed cost or prices in accordance
with the RFP and SSP guidelines;
(4) Prepare a cost/price report that documents the
reasonableness of proposed price and/or cost, and the basis of any conclusions
or adjustments made to proposed prices and costs. Price or cost realism is
rarely evaluated for competitive fixed price contracts and should be considered
only under the circumstances described in FAR 48 CFR 15.305(a)(1). Also, see 14 FAH-2
H-366.1-1;
(5) Provide such briefings and consultations
concerning the evaluation as may be required by the SSA; and
(6) Participate in debriefing of unsuccessful offerors
as requested by the CO.
14 FAH-2 H-363.7 Program Management
Requirements Office Roles and Responsibilities
(CT:COR-42; 10-30-2015)
The requirements community is vital to the success of the
overall source selection process. The leadership of the program
management/requirements office must:
(1) Ensure the technical requirements are consistent
with the cognizant requirements document. Establish realistic technical
specifications that are stable and have been approved, and develop a statement
of work (SOW), statement of objectives (SOO) or performance work statement
(PWS);
(2) Alloccate the necessary resources including
personnel, funding and facilities to support the source selection process;
(3) Assist in the establishment of the SST to include
serving as an advisor or member to the TET, PET and/or the SSAC, as needed;
(4) Assist in the development of the evaluation
criteria consistent with the technical requirements or risk factors; and
(5) Provide input to the contracting office to support
the independent U.S. Government cost estimate (IGCE) of contract price required
by FAR 48 CFR 4.803(a)(7) and that may be required for the evaluation of
proposals (see FAR 48 CFR 15.404-1(c)(2)(iii)(D)).
14 FAH-2 H-363.8 Initial Team
Briefing Requirements
(CT:COR-42; 10-30-2015)
As stated in 14 FAH-2
H-366.1, all members of the SST must be briefed on the basic rules and
tenets of the source selection process prior to commencement of evaluation
activities. The briefing will be conducted jointly by the contracting officer
and legal adviser (from L/BA).
14 FAH-2 H-363.8-1 Source
Selection Objective
(CT:COR-42; 10-30-2015)
The objective of source selection is to select the proposal
that represents the best value to the U.S. Government (reference FAR 48 CFR
15.302). Prior to receipt of proposals, each evaluator should become familiar
with all pertinent documents; e.g., the acquisition strategy/plan, SSP and
RFP, especially Section C, the Statement of Work, Section H, Special Contract
Requirements, Section L, which provides instructions to the offerors as to how
to prepare their proposals, and Section M, which describes how the proposals
will be evaluated and the award decision will be made.
14 FAH-2 H-363.8-2 Security,
Non-Disclosure and Conflict of Interest
(CT:COR-42; 10-30-2015)
a. See 14 FAH-2 H-369,
security considerations. Discuss procurement integrity, conflict(s) of
interest and associated matters. Ensure everyone understands what source
selection information consists of and restrictions related to disclosure
thereof, both current and continuing. Discuss importance of avoiding even the
appearance of a conflict of interest.
b. Evaluation of the proposals submitted must be
conducted and the award decision made as described in the solicitation. All
offerors must be treated fairly and equally.
c. No one outside of the technical evaluation team and
contracting officials can be given information concerning the evaluation
without the permission of the contracting officer. If anyone asks about the
status of the evaluation, who the competitors are, how the pricing looks, etc.,
refer the questioner to the contracting officer. There are civil, and in some
cases criminal, penalties for release of source selection information, which
includes the offerors proposals and the work products of the evaluation. If
you believe that source selection information has been released, inadvertently
or otherwise, inform the contracting staff immediately so that steps can be
taken to mitigate any damage to the process.
14 FAH-2 H-363.8-3 Source
Selection Organization
(CT:COR-42; 10-30-2015)
Review the roles and responsibilities of the various
organizational components of the SST (TET, PET, SSAC and SSA and contracting
officer).
14 FAH-2 H-363.8-4 Administrative
Requirements
(CT:COR-42; 10-30-2015)
Review the planned schedule for completing the evaluation,
including reporting, participating in discussions, if appropriate, evaluating
and rating final proposal revisions, and supporting briefings to the SSA and
debriefings of unsuccessful offerors. Emphasize the commitment required.
Review the following guidelines:
(1) Do not discuss the proposals, evaluation criteria
or any other aspect of the procurement with any vendor or anyone inside or
outside the government who has not been specifically authorized by the
contracting officer;
(2) Sign all evaluation sheets;
(3) Secure all proposal and evaluation materials;
(4) Ensure that discussions with other persons
involved in the evaluation process take place in a secure area i.e., where it
cannot be easily overheard;
(5) Direct any questions to the chair of your
evaluation team;
(6) Report any security violation or unauthorized
disclosure to the contracting officer immediately;
(7) Make sure that you write legibly and in complete
sentences on the evaluation sheets;
(8) Make sure you provide strengths and weaknesses to
support your rating in each category. These comments may be used to support
debriefing with unsuccessful offerors;
(9) Provide questions and requests for clarification
as needed for each offeror; and
(10) Base your evaluation only on the information
available within the proposal. Do not use personal knowledge as a basis for
your rating.
14 FAH-2 H-363.8-5 Source
Selection Process - Mechanics of Proposal Evaluations
(CT:COR-42; 10-30-2015)
a. While the specific evaluation processes and tasks
will vary between source selections, the basic objective is always to provide the SSA with information to make an informed and reasoned
selection and to document the evaluation adequately.
b. Towards this end, the evaluators will identify
deficiencies, strengths, weaknesses, and any issues requiring clarification
applicable to each proposal. If discussions are held, the contracting officer
must discuss with each offeror deficiencies, significant weaknesses and adverse
past performance information to which the offeror has not yet had an
opportunity to respond (reference FAR 48 CFR 15.306(d)(3)):
(1) Rating The evaluators
conclusions as supported by narrative write-ups identifying the strengths,
weaknesses, and deficiencies of an evaluation factor or subfactor. The ratings
for the technical factor and each of its subfactors will be expressed as an
adjective;
(2) Deficiency A material
failure of a proposal to meet a U.S. Government requirement or a combination of
significant weaknesses in a proposal that increases the risk of unsuccessful
contract performance to an unacceptable level;
(3) Strength Any aspect of a
proposal that, when judged against a stated evaluation criterion, enhances the
merit of the proposal or increases the probability of successful performance of
the contract;
(4) Weakness A flaw in a
proposal that increases the risk of unsuccessful contract performance; and
(5) Significant Weakness A
flaw that appreciably increases the risk of unsuccessful contract performance.
c. In addition to the SSA using this information to
make a source selection decision, the contracting officer will use it to
establish a competitive range when discussions are necessary and, as
appropriate, will provide the information to the respective offeror during
clarifications, communications, and/or discussions.
d. Thoroughly evaluating proposals is not an easy
task. Furthermore, the file must be documented thoroughly to demonstrate
clearly that the proposals were fully and fairly evaluated as provided in the
solicitation and that the judgments of the evaluators were reasoned and
reasonable. Evaluation forms are provided to facilitate the documentation, but
it is the evaluators work product and narrative conclusions that will
influence, if not determine, the award decision and which the Department will
rely upon to support and defend the award decision in the event of litigation.
e. The evaluation process is described in great detail
in the source selection plan, but in simple terms, evaluators will read or skim
all of the proposals, then individually evaluate in detail each proposal and
document conclusions on the evaluation forms. Then the team will meet to
discuss and reach a consensus on each proposal, may conduct reference checks,
and generate a conclusive report. Although skimming through all of the
proposals before beginning individual evaluations may appear to be redundant,
it has been found to dramatically improve the consistency of evaluations.
Evaluators should not discuss a proposal prior to the consensus meeting on that
proposal, and it is typically more efficient, although not necessary, that the
consensus meetings be held sequentially as the individual evaluations are
completed. It is critically important that assessments of the proposals be
made against the evaluation criteria stated in Section M of the solicitation
and that proposals are not compared to each other.
f. Review and enumerate each factor and subfactor that
will be evaluated and scored. Discuss/explain the relative importance of each
factor and subfactor.
g. Using evaluation format and automated evaluation
tools can ease the administrative burden associated with these tasks. Example
Individual Factor Evaluation; Example Risk Factor Evaluation Format and Example
Past Performance Evaluation Format are sample formats that may be tailored and
used for evaluation when you are not using an automated tool. The formats may
be loaded onto a computer for the convenience of the evaluator. This also
facilitates production of the consensus reports, since narratives can be
readily transferred to the consensus forms. Whatever method
is used, it is important that the evaluation findings are supported with
narrative statements. All evaluations must be documented. Ratings
alone are not conclusive data upon which to make a source selection decision.
h. The information the offerors are supposed to submit
for evaluation for each factor and subfactor is usually spelled out on the
technical evaluation format that will be used. The test or standard of
acceptability for each subfactor is restated (from Section M) on each subfactor
evaluation format and this should be kept in mind as the evaluation takes
place.
i. The evaluation formats must be annotated to show
where in the proposal the information being evaluated was found (section,
paragraph, page number etc.). This is particularly helpful during the
consensus deliberations. Do not write in the proposals; use
Post-it Notes, if necessary, as these can be removed at the completion of
evaluations. Notes in the proposal would be discoverable in the event
of litigation and could create confusion if there is a conflict with the final
evaluation conclusions.
j. Evaluators must document the analysis and rationale
for their assessment of the proposal. These comments do not need to be
exhaustive, but should explain why the rating was assigned. Every comment
block in the consensus evaluation format should have some information in it,
even if it is just the location in the proposal (e.g., section, paragraph or
page) where the information was found. Strengths, weaknesses, significant
weaknesses and deficiencies should be identified as such. The definitions of
these terms, included in 14 FAH-2 H-364,
should be reviewed. If negotiations are held, all significant weaknesses and
deficiencies in the proposals must be identified to offerors in the competitive
range, so they have the opportunity to correct them. We may identify
weaknesses but are not required to unless the combined effect of a number of
weaknesses creates a significant weakness or deficiency.
k. If negotiations are held, specific questions are
posed to the offerors in which the weaknesses or deficiencies are pointed out
and correction is requested. It can be helpful for the offerors, and certainly
for the individuals representing the U.S. Government in negotiations, if the
impact of the weakness or deficiency is described. These questions should be
generated and recorded during the consensus meetings.
l. It may be desirable to contact other entities
concerning the past performance of an offeror. If so, the information obtained
through these reference checks will be included in the evaluation of past
performance.
m. Typically, consensus meetings are held and the
consensus reports are generated as the evaluation of each proposal is
completed. Evaluators sometimes discover during consensus meetings that
offerors have been given different ratings for similar proposals in a
particular area. In such cases, the team should review the proposals and
conform the evaluations to the standards in the solicitation Section M. If
different offerors had similar problems in a particular area, the language
summarizing the teams conclusions should be similar, if not the same.
Evaluators should try to reach consensus on the ratings for an offeror.
Minority reports are rare. The consensus format are typically reflections or
duplicates of the individual rating format.
n. Once the technical evaluation has been completed,
the TET may be asked for input on information in the price proposal, for
example, on the compensation plan. Pricing information is not provided to the
technical evaluators, if at all, until after the technical evaluation is
completed in order to avoid any allegation from a disappointed offeror that the
pricing could have affected the technical evaluation. Pricing information may
sometimes be provided to the TET chairperson following the technical
evaluations if it is necessary to crosswalk the technical proposal with price.
o. The final work product of the TET is the
chairpersons report. It summarizes the findings and conclusions of the team
and may make recommendations to the contracting officer/SSA concerning
negotiations and/or award. If negotiations are determined by the contracting
officer to be appropriate, the team will need to prepare questions for the
offerors identifying, at a minimum, significant weaknesses and deficiencies
that would need to be corrected in order for the proposal to be eligible for
award. If the evaluations are thoroughly prepared, the information therein can
be carried forward to the consensus forms and then to the Chairpersons
Report. It is critical that the only considerations used in the
evaluation/selection process are those set forth in the SSP and the
solicitation.
p. The source selection official, normally the
contracting officer, will consider the technical evaluation and prices proposed
and determine whether to establish a competitive range of firms with which to
hold discussions/negotiations. At times, clarifications may be requested that
do not constitute discussions, for example, with regard to past performance or
to resolve minor or clerical errors. If discussions are held, all offerors
within the competitive range will be informed of the significant weaknesses and
deficiencies discovered in their proposals and items requiring clarification
will be discussed. Offerors will be permitted to submit proposal revisions to
address these issues. The revised proposal sections will then be evaluated by
the team following the procedures above and a second report produced.
14 FAH-2 H-363.8-6 Performance in
Source Selection
(CT:COR-42; 10-30-2015)
Review 14 FAH-2
H-366.2 and ensure everyone understands the neutral rating based on FAR
48 CFR 15.305(a)(2)(iv) requirements involving an offeror without a record of
relevant past performance or for whom information on past performance is not
available.
14 FAH-2 H-363.8-7 Cost or Price
Analysis
(CT:COR-42; 10-30-2015)
Review how cost/price will be evaluated. Explain how it
factors into the competitive range determination and the final source
selection.
14 FAH-2 H-363.8-8 Summary
(CT:COR-42; 10-30-2015)
Ensure everyone understands the overall objective and their
role in the process. Provide an opportunity for the team to ask questions.
Example: Individual
Factor Evaluation Format
Solicitation #:
_____________________________________ Date:
___________
Offeror:
____________________ Evaluator:
_____________________
Evaluation Factor [#]:
_______________________ Page: ___ of ___
|
RFP References:
|
Offeror References:
|
Identify all comments and questions
below as follows: Initial Rating (IR), Result of Discussion (RD) or Final
Rating (FR). Use continuation sheets or a database as needed and a separate
sheet for every factor or subfactor.
|
Evaluation Rating: (Circle
One)
Technical: Superior
Acceptable Marginal Unsatisfactory
|
Evaluation standards:
[Include the standards from the
solicitation against which the proposal will be evaluated.]
|
Strengths:
|
Weaknesses:
|
Risks: [This
Block is not used when Risk is being evaluated as a separate factor.]
|
Rating Narrative and Rationale:
[Provide a narrative summary of the
offeror's approach. Include the analysis and rationale for the assessment of
the proposal.]
|
EVALUATION NOTICES (ENs) - required for each weakness, significant weakness, deficiency and
clarification
|
Evaluators Signature: _____________________________
Date: _______________
|
Tech Evaluation - WORKSHEET CONTINUATION PAGE
Offeror: _____________________
Evaluator: ____________________
Evaluation
Factor:
Page: ___ of ___
|
[Indicate which Block is being
continued.]
|
Example: Risk
Factor Evaluation Format
Solicitation #:
_____________________________________ Date:
______________
Offeror: _________________________
Evaluator: _____________________
Evaluation Factor [#]: ______Risk_____ Page: ___ of ___
|
RFP References:
|
Offeror References:
|
Identify all comments and questions
below as follows: Initial Rating (IR), Result of Discussion (RD) or Final
Rating (FR). Use continuation sheets or a database as needed.
|
Evaluation Rating: (Circle
One)
Risk:
Low Moderate High
|
Evaluation standards:
[Include the standards from the
solicitation against which the proposal will be evaluated.]
|
Rating
|
Description
|
Low
|
Has little potential for disruption of schedule, increased
cost or degradation of performance. There is a high level of confidence that
normal contractor effort and normal Government monitoring will be able to
overcome any difficulties.
|
Moderate
|
Has moderate potential for disruption of schedule, increased
cost or degradation of performance. Special contractor emphasis and close
Government monitoring will likely be able to overcome difficulties.
|
High
|
Is likely to cause significant disruption of schedule,
increased cost or degradation of performance. Is unlikely to overcome any
difficulties, even with special contractor emphasis and close Government
monitoring.
|
|
|
|
Strengths:
|
Weaknesses:
|
Rating Narrative and Rationale:
[Provide a narrative summary of the
risks of the offerors approach. Include the analysis and rationale for the
rating assigned.]
|
EVALUATION NOTICES (ENs) - required for each weakness, significant weakness, deficiency and
clarification
|
Evaluators Signature: ______________________________
Date: ______________
|
Risk Evaluation - WORKSHEET CONTINUATION PAGE
Offeror:
_________________________ Evaluator:
______________________
Evaluation Factor: Risk Page:
___ of ___
|
[Indicate which Block is being
continued.]
|
Example: Past
Performance Factor Evaluation Format
Solicitation #:
____________________________________ Date:
______________
Offeror:
____________________________ Evaluator:
___________________
Evaluation Factor [#]: Past
Performance Page: ___ of ___
|
RFP References:
|
Offeror References:
|
Identify all comments and questions
below as follows: Initial Rating (IR), Result of Discussion (RD) or Final
Rating (FR). Use continuation sheets or a database as needed.
|
Past Performance Confidence level:
(Circle One)
Substantial
Satisfactory Unknown/Neutral Limited No
|
Evaluation standards:
[Based on the quality and relevance
of the offerors recent past performance, a performance confidence assessment
is made.]
|
Relevancy Considerations
|
Rating
|
Definition
|
Very Relevant
|
Present/past performance effort involved comparable
scope and magnitude of effort and complexities as this solicitation
requires.
|
Relevant
|
Present/past performance effort involved much of the
magnitude of effort and complexities this solicitation requires.
|
Somewhat Relevant
|
Present/past performance effort involved some of the
scope and magnitude of effort and complexities this solicitation requires.
|
Not Relevant
|
Present/past performance effort involved little or none
of the scope and magnitude of effort and complexities this solicitation
requires.
|
Performance Confidence Assessments
|
Rating
|
Description
|
Substantial Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a high expectation that the offeror will
successfully perform the required effort. It is unlikely that Government
intervention will be needed in order to obtain the required
product/service.
|
Satisfactory Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a reasonable expectation that the offeror will
successfully perform the required effort. Little Government intervention
is expected to be needed in order to obtain the required product/service.
|
Unknown Confidence (Neutral)
|
No recent/relevant performance record is available or
the offerors performance record is so sparse that no meaningful confidence
assessment rating can be reasonably assigned.
|
Limited Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a low expectation that the offeror will
successfully perform the required effort. Some Government intervention is
expected to be needed in order to obtain the required product/service.
|
No Confidence
|
Based on the offerors recent/relevant performance
record, substantial doubt exists that the offeror will be able to
successfully perform the required effort.
|
|
|
|
|
Strengths:
|
Weaknesses:
|
Rating Narrative and Rationale:
[Provide a narrative summary of the
relevance and quality of the offerors recent past performance and rationale
for the assigned confidence assessment.]
|
EVALUATION NOTICES (ENs) - required for each weakness, significant weakness, deficiency and
clarification
|
Evaluators Signature:
______________________ Date:
_________________
|
PAST PERFORMANCE - WORKSHEET CONTINUATION PAGE
Offeror:
__________-_____________ Evaluator:
_____________________
Evaluation Factor: _Past Performance____
Page: ___ of ___
|
[Indicate which Block is being
continued.]
|
14 FAH-2 H-364 Definitions
(CT:COR-42; 10-30-2015)
Acquisition plan: The result
of the coordinated and integrated efforts of all personnel responsible for an
acquisition working together to develop a comprehensive plan for fulfilling the
agency need in a timely manner and at a reasonable cost. Acquisition plans are
addressed in detail at FAR 48 CFR 7.1. DOSAR 48 CFR 607.103(d) requires
domestic requirements offices to develop formal, written acquisition plans for
all acquisitions whose value, including base and all option amounts, exceeds $5
million.
Clarifications: Limited
exchanges between the U.S. Government and offerors that may occur when award
without discussions is contemplated (reference FAR 48 CFR 15.306(a)).
Communications: Exchanges
between the U.S. Government and offerors, after receipt of proposals, leading
to establishment of the competitive range (see FAR 48 CFR 15.306(b)).
Competitive range: See FAR 48
CFR 15.306(c).
Deficiency: A material failure
of a proposal to meet a Government requirement or a combination of significant
weaknesses in a proposal that increases the risk of unsuccessful contract
performance to an unacceptable level (reference FAR 48 CFR 15.001).
Discussions: Discussions are
negotiations conducted in a competitive acquisition. Discussions take place
after establishment of the competitive range (see FAR 48 CFR 15.306(d)).
Evaluation notice (EN): The
contracting officers written notification to the offeror for purposes of
clarifications, communications or in support of discussions.
Lowest price technically acceptable
(LPTA): A process used in competitive negotiated contracting where the
best value is expected to result from selection of the technically acceptable
proposal with the lowest evaluated price (reference FAR 48 CFR 15.101-2).
Performance confidence assessment:
An evaluation of the likelihood (or U.S. Governments confidence) that the
offeror will successfully perform the solicitations requirements; the
evaluation is based upon past performance information.
Price negotiation memorandum (PNM):
The official record document supporting the source selection and contract award
decision, including the principal elements of the negotiated agreement
(reference FAR 48 CFR 15.406-3).
Recency: As it pertains to
past performance information, is a measure of the time that has elapsed since
the past performance reference occurred. Recency is generally expressed as a
time period during which past performance references are considered relevant.
Relevancy: As it pertains to
past performance information, is a measure of the extent of similarity between
the service/support effort, complexity, dollar value, contract type, and
subcontract/teaming or other comparable attributes of past performance examples
and the source solicitation requirements; and a measure of the likelihood that
the past performance is an indicator of future performance.
Requirements documents: All
aspects of the request for proposal (RFP) that convey the needs of the U.S.
Government to offerors, including the SOO, SOW, PWS, technical requirement
documents, and system requirement documents.
Requiring office: The entity
(for example, a program management office or other organizational entity)
responsible for translating user requirements into the requirements documents
within the RFP that communicate those requirements to offerors.
Risk: As it pertains to source
selection, is the potential for unsuccessful contract performance. The
consideration of risk assesses the degree to which an offerors proposed
approach to achieving the technical factor or subfactor may involve risk of
disruption of schedule, increased cost or degradation of performance, the need
for increased U.S. Government oversight, and the likelihood of unsuccessful
contract performance. For firm fixed-price contracts, the reference to
increased cost may be removed from the risk definition.
Significant weakness: The
proposal has a flaw that appreciably increases the risk of unsuccessful
contract performance (reference FAR 48 CFR 15.001).
Source Selection Advisory Council
(SSAC): A group of senior U.S. Government personnel who provide counsel
during the source selection process and must prepare the comparative analysis
of the TET's evaluation results with those of the PET, when utilized, and
prepare a recommendation for the SSA.
Source Selection Authority (SSA):
The official designated to make the source selection decision.
Source selection decision document
(SSDD): The document that reflects the SSA's independent, integrated,
comparative assessment and decision (reference FAR 48 CFR 15.308).
Source selection plan (SSP): A
plan that describes how the source selection will be organized, how proposals
will be evaluated and analyzed, and how source(s) will be selected.
Source selection team (SST): A
team that is tailored to the unique acquisition, tasked with carrying out a
source selection. Composition of the team generally consists of the SSA,
contracting officer (if different from the SSA), SSAC, TET, advisors, cost or
price experts, L/BA, small business specialists, and other subject matter
experts.
Strength: An aspect of an
offeror's proposal that has merit or exceeds specified performance or
capability requirements in a way that will be advantageous to the U.S.
Government during contract performance.
Technical evaluation team (TET):
A group of U.S. Government and, if needed, approved non-Government personnel
representing the various functional disciplines relevant to the acquisition.
Weakness: A flaw in the
proposal that increases the risk of unsuccessful contract performance
(reference FAR 48 CFR 15.001).
14 FAH-2 H-365 SOURCE SELECTION PLAN
(SSP)
(CT:COR-42; 10-30-2015)
A source selection plan (SSP) is required for all
acquisitions over the simplified acquisition threshold pursuant to this
subchapter. For those acquisitions where an SSP is required, the SSA must
approve the SSP before the official solicitation is issued, per FAR 48 CFR
15.303(b)(2).
14 FAH-2 H-365.1 Components of
Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
At a minimum, the source selection plan must include
the following components.
14 FAH-2 H-365.1-1 Background and
Objectives - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
Include a brief description of the requirement, a summary
of the objectives, and any reference to applicable guidance.
14 FAH-2 H-365.1-2 Acquisition
Strategy - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
Provide a summary of the planned acquisition approach.
Reference to an approved acquisition plan (required for all acquisitions over
$5 million) is sufficient, if available and current.
14 FAH-2 H-365.1-3 Source
Selection Team (SST) - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. Describe the organizational structure.
b. List members and advisors by name, position title,
organizational affiliation, if applicable, or by functional area.
14 FAH-2 H-365.1-4 Communications
- Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. Describe the process and controls for communication
with industry as well as internal government team communication, to include the
use of e-mail, during the source selection.
b. Outline the security measures that will be utilized
to ensure the information is protected as source selection information. (See
FAR 48 CFR 2.101 and FAR 48 CFR 3.104.)
14 FAH-2 H-365.2 Evaluation Factors
and Subfactors - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. Identify the evaluation factors, subfactors, their
relative order of importance; the importance of all non-cost or price factors
relative to the cost or price factor (see 14 FAH-2
H-365.2-6); and the evaluation process, including specific procedures and
techniques to be used in evaluating proposals.
b. The acquisition team must ensure a clear linkage
between the requirements and evaluation factors to maximize the accuracy and
clarity of the RFP.
c. Evaluation factors and subfactors represent those
specific characteristics that are tied to significant RFP requirements and
objectives having an impact on the source selection decision and are expected
to be discriminators or are required by statute/regulation. They are the
uniform baseline against which each offerors proposal is evaluated allowing
the government to make a best-value determination.
d. The evaluation of factors and subfactors may be quantitative,
qualitative, or a combination of both. Numerical or percentage weighting to
indicate the relative importance of evaluation factors and subfactors is
discouraged. The evaluation factors and subfactors, their relative order of
importance, and the importance of non-cost-or-price factors to cost or price
factors must be set forth in the solicitation in enough depth to communicate
what will be evaluated. The evaluation factors and subfactors must be the
primary determinant of the detailed information requested in the solicitations
instructions to offerors. If subfactors are used, they are to be evaluated
separately.
e. All source selections must evaluate cost or price,
and the quality of the product or services.
14 FAH-2 H-365.2-1 Cost or Price
- Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
The U.S. Government must evaluate the cost or price of the
supplies or services being acquired. The source selection plan should describe
the cost and/or price analysis techniques the contracting officer will use in
evaluating cost or price. See 14 FAH-2
H-366.1-1 for more information.
14 FAH-2 H-365.2-2 Quality of
Product or Service - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. In accordance with FAR 48 CFR 15.304(c)(2), the
quality of product or service must be addressed in every source selection
through consideration of one or more noncost evaluation factors such as past
performance, compliance with solicitation requirements, technical excellence,
management capability, personnel qualifications, and prior experience.
b. All source selection evaluations must utilize one or
more quality of product or service evaluation factors tailored to the source
selection process employed.
c. There are occasions where some technical
requirements are mandatory, meaning if they are not met, the entire proposal is
unacceptable, notwithstanding any other merits of the proposal. When mandatory
requirements are established, if a proposal doesnt meet one or more of the
mandatory requirements, that proposal will be disqualified and eliminated from
further consideration for award.
14 FAH-2 H-365.2-3 Technical
Factor - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. The term technical, as used below and throughout
this document, refers to non-cost factors other than past performance. More
than one technical factor may be used and titled to match the specific
evaluation criteria appropriate for the RFP.
b. However, the ratings in example "combined
technical/risk ratings", example "technical ratings" and example
"technical risk ratings" must be used for all quality of product or
service factors other than past performance, regardless of the technical
factor title. For example, processing speed of a computer system and the offerors
approach to preventive maintenance would both be considered technical
factors, and both would be rated as described in the tables referenced above.
c. The purpose of the technical factor(s) is to assess
the offerors proposed approach, as detailed in its proposal, to satisfy the governments
requirements. There are many aspects that may affect an offerors ability to
meet the solicitation requirements. Examples include technical approach, risk,
management approach, personnel qualifications, facilities, as well as other
examples. The evaluation of risk is related to the technical assessment:
(1) Technical risk: Risk assesses the degree to which
the offerors proposed technical approach for the requirements of the
solicitation may cause disruption of schedule, increased costs, degradation of
performance, the need for increased government oversight or the likelihood of
unsuccessful contract performance. All evaluations that include a technical
evaluation factor must also consider risk; and
(2) Risk can be evaluated in one of two ways:
(a) As one aspect of the technical evaluation, inherent
in the technical evaluation factor or subfactor ratings (14 FAH-2
H-366.1-2(A)); or
(b) As a separate risk rating assigned at the technical
factor or subfactor level (14 FAH-2
H-366.1-2(B)).
d. Finally, the technical factor may be divided into
subfactors that represent the specific areas that are significant enough to be
discriminators and to have an impact on the source selection decision. When
subfactors are used, establish the minimum number necessary for the evaluation
of proposals.
14 FAH-2 H-365.2-4 Past
Performance - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
a. The past performance evaluation factor assesses the
degree of confidence the Government has in an offerors ability to supply
products and services that meet users needs, based on a demonstrated record of
performance.
b. A past performance evaluation is required in
accordance with DOSAR 48 CFR 642.1503-70 for all best-value acquisitions above
the simplified acquisition threshold. A past performance evaluation may be
accomplished for acquisitions below these thresholds at the discretion of the
SSA.
c. Past performance need not be evaluated if the
contracting officer documents the reason past performance is not an appropriate
evaluation factor for the acquisition (see FAR 48 CFR 15.304(c)(3)(iii) and
DOSAR 48 CFR 642.1503-70(b)).
14 FAH-2 H-365.2-5 Small Business
- Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
Where required by FAR 48 CFR 15.304(c) and FAR 48 CFR
19.1202, the SST must evaluate the extent of participation of small business
and/or small disadvantaged business concerns. This may be accomplished by one
of the following:
(1) Establishing a separate small business participation
evaluation factor;
(2) Establishing a small business participation
subfactor under the technical factor; or
(3) Considering small business participation within
the evaluation of one of the technical sub-factors.
14 FAH-2 H-365.2-6 Relative
Importance of Factors - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
In addition to listing the relative importance of the
various individual non-cost/price related factors, the solicitation must state,
at a minimum, whether all evaluation factors other than cost or price, when
combined, are:
(1) Significantly more important than cost or price;
(2) Approximately equal to cost or price; or
(3) Significantly less important than cost or price
(See FAR 48 CFR 15.101).
14 FAH-2 H-365.3 Schedule of Events
(Milestones) - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
List the major acquisition activities and projected
completion dates. Examples include:
(1) Acquisition plan approved;
(2) Source selection authority designated;
(3) Evaluation groups established;
(4) SSP approved;
(5) Solicitation issued;
(6) Proposals received;
(7) Initial proposal evaluation (technical, price and
past performance) completed;
(8) Competitive range determined (as appropriate);
(9) Discussions conducted and final proposal revisions
received (as appropriate);
(10) Final proposal evaluation completed and consensus
ratings achieved;
(11) Best value source selection recommendation
submitted to SSA;
(12) Source selection decision document approved;
(13) Contract(s) awarded; and
(14) Unsuccessful offerors debriefed.
14 FAH-2 H-365.4 Nongovernment
Personnel - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
Address the use of non-Government personnel and compliance
with the requirements of 14 FAH-2
H-363.5-1.
14 FAH-2 H-365.5 Securing Source Selection
Materials - Source Selection Plan (SSP)
(CT:COR-42; 10-30-2015)
Detail the plan for securing all source selection
materials throughout the evaluation process.
14 FAH-2 H-366 EVALUATION AND DECISION
PROCESS
14 FAH-2 H-366.1 Evaluation Activities
for Tradeoff Analyses
(CT:COR-42; 10-30-2015)
Prior to commencement of evaluation activities, all members
of the SST must be briefed on the basic rules and tenets of the source
selection process. The 14 FAH-2
H-363.8 addresses the basic issues to be included in every briefing.
14 FAH-2 H-366.1-1 Cost or Price
Evaluation
(CT:COR-42; 10-30-2015)
a. Cost or price to the U.S. Government must be
evaluated in every source selection. However, no adjectival ratings may be
utilized for evaluating cost or price since cost or price is not rated.
b. The level of detail of analysis required will vary
among acquisitions depending on the complexity and circumstances of the
acquisition, including the degree of competition, the phase of the program, the
type of product or services to be acquired, and the contract type.
c. In order to enable offerors to make informed
decisions on how best to propose, every solicitation must provide an adequate
description of the cost or price evaluation.
d. In all source selections, the analysis must include
a determination, by the contracting officer, of whether the proposed cost or
price is fair and reasonable. The analysis should include a comparison of the
prices proposed and the independent U.S. Government cost estimate.
e. In addition to determining reasonableness of the
proposed cost or price, the contracting officer must also conduct a cost
realism analysis if contracting on a cost reimbursement basis. Cost/price
realism analysis may also be used on competitive, fixed-price incentive
contracts and time-and-materials/labor-hour contracts or, in exceptional cases,
on other competitive fixed-price-type contracts. FAR 48 CFR 15.400 and the
contract pricing reference guides provide additional guidance on cost or price
evaluation.
f. Competitively awarded fixed-price contracts
typically do not require cost analysis or cost realism analysis. Contracting
officers should avoid stating that cost analysis or cost or price realism
analysis will be conducted in solicitations for fixed-price contracts that are
expected to be competitively awarded. Even if competition is not obtained, it
may be possible to determine a price is fair and reasonable based upon price
analysis, as described in FAR 48 CFR 15.404-1(b). If a solicitation states
that certain analyses will be performed, then they must be performed.
14 FAH-2 H-366.1-2 Technical
Rating Evaluation Processes
(CT:COR-42; 10-30-2015)
a. The TET must conduct an in-depth review of each
proposal against the non-price/cost factors and subfactors established in the
solicitation, and assign evaluation ratings. The technical rating reflects the
degree to which the proposed approach meets or does not meet the minimum
performance or capability requirements through an assessment of the strengths,
weaknesses, deficiencies, and risks of a proposal.
b. The examples below include both adjectival ratings
and color coding. The colors are simply a visual representation of the
adjectival ratings and may be utilized in an evaluation or not. Both the
colors and the adjectival ratings are simply guides and cannot be relied upon
to support an award decision alone. Thorough and well-documented analyses of
the proposals are critical for informing the source selection authority and
supporting the award decision. This documentation begins with the evaluators
and pertinent comments or summaries should be carried forward in subsequent
reports and recommendations.
c. As referenced in 14 FAH-2
H-365.2-3, one of two distinct methodologies can be used to evaluate the
technical approach and related risk. Methodology 1 - Combined Technical/Risk
Rating, outlined at 14 FAH-2
H-366.1-2(A), includes risk associated with the technical approach in a
single rating for each factor. Methodology 2, outlined at 14 FAH-2 H-366.1-2(B),
provides separate technical and risk ratings.
14 FAH-2 H-366.1-2(A) Methodology
1: Combined Technical/Risk Rating
(CT:COR-42; 10-30-2015)
The combined technical/risk rating includes consideration of
risk in conjunction with the strengths, weaknesses, and deficiencies in
determining technical ratings. Combined technical/risk evaluations must
utilize the combined technical/risk ratings listed in the example - Combined
Technical/Risk Ratings.
Example: Combined
Technical/Risk Ratings
|
Color
|
Rating
|
Description
|
Purple
|
Superior
|
Proposal meets all solicitation
requirements, demonstrates a good understanding of
the requirements and has features that offer some
advantage to the Government. Advantages/strengths generally outweigh
any disadvantages/weaknesses. Good probability of success
with very low degree of risk of unsuccessful
performance.
|
Green
|
Acceptable
|
Proposal meets basic solicitation
requirements and demonstrates an adequate
understanding of the requirements but does not offer significant
advantages to the Government over basic RFP requirements.
Disadvantages/weaknesses are not significant, unless significant advantages
are proposed that outweigh significant disadvantages. Where there were areas
of concern, clarifications given by offeror, were acceptable. Reasonable probability of success with low
degree of risk of unsuccessful performance.
|
Yellow
|
Marginal
|
Proposal does not clearly meet all
requirements, does not demonstrate an adequate approach and
understanding of the requirements. The proposal has one or more weaknesses
which may require correction. Some areas of concern may not have been fully
addressed by offeror, leaving some ambiguities. Risk of
unsuccessful performance is moderate.
|
Red
|
Unacceptable
|
Proposal does not meet requirements
and contains one or more significant deficiencies. Risk of unsuccessful performance is high. Proposal is unawardable without being rewritten.
|
14 FAH-2 H-366.1-2(B) Methodology
2: Separate Technical/Risk Rating Process.
(CT:COR-42; 10-30-2015)
a. Technical Rating: The
offerors technical solution will be rated separately from the risk associated
with its technical approach. The technical rating evaluates the quality of the
offerors technical solution for meeting the Governments requirement.
b. The risk rating considers the risk associated with
the technical approach in meeting the requirement. Technical evaluations must
utilize the ratings listed in the examples below:
Example: Technical
Ratings
|
Color
|
Rating
|
Description
|
Purple
|
Superior
|
Proposal meets requirements and
indicates a thorough approach and understanding of
the requirements. Proposal contains multiple strengths
and no deficiencies (or strengths
outweigh any weaknesses.)
|
Green
|
Acceptable
|
Proposal meets requirements and
indicates an adequate approach and understanding of
the requirements. Proposal has no particular strengths or
deficiencies (or strengths are offset by weaknesses.)
|
Yellow
|
Marginal
|
Proposal does not clearly meet
requirements and has not demonstrated an adequate approach and
understanding of the requirements, but, with some revisions, might be made acceptable.
|
Red
|
Unacceptable
|
Proposal does not meet requirements
and contains one or more deficiencies and is unawardable
without being rewritten.
|
c. Technical risk rating:
Assessment of technical risk, which is manifested by the identification of
weakness(es), considers potential for disruption of schedule, increased costs,
degradation of performance, the need for increased Government oversight or the
likelihood of unsuccessful contract performance. Technical risk must be rated
using the ratings listed in the following example. For firm-fixed-price
contracts, the reference to increased cost may be removed from the risk rating
descriptions.
Example: Technical
Risk Ratings
|
Rating
|
Description
|
Low
|
Has little potential for disruption of
schedule, increased cost or degradation of
performance. There is a high level of confidence that normal contractor
effort and normal Government monitoring will be able to
overcome any difficulties.
|
Moderate
|
Has moderate potential for disruption
of schedule, increased cost or degradation of performance. Special
contractor emphasis and close Government monitoring will likely
be able to overcome difficulties.
|
High
|
Is likely to cause significant
disruption of schedule, increased cost or degradation of performance.
Is unlikely to overcome any difficulties, even with
special contractor emphasis and close Government monitoring.
|
14 FAH-2 H-366.2 Past Performance
Evaluation
(CT:COR-42; 10-30-2015)
a. The past performance evaluation considers each
offeror's demonstrated recent and relevant record of performance in supplying
products and services that meet the contracts requirements.
b. One performance confidence assessment rating is
assigned for each offeror after evaluating the offeror's recent past
performance, focusing on performance that is relevant to the contract
requirements. This is different than just the offerors relevant experience,
which can be established and confirmed objectively.
c. The evaluation of the quality of the offerors
performance requires a subjective assessment. If specific experience is
desired, then experience should probably be a separate evaluation factor. When
experience is considered only within the context of the past performance
evaluation, the lack of relevant past performance produces a neutral past
performance rating (see FAR 48 CFR 15.305(a)(2)(iv)) and so lack of experience
(i.e., relevant past performance) would not be discriminating.
d. There are two aspects to the past performance
evaluation:
(1) The first is to evaluate the offerors past
performance to determine how relevant a recent effort
accomplished by the offeror is to the effort to be acquired through the source
selection. The criteria to establish what is recent and relevant is unique to each
source selection and must be stated in the solicitation. In establishing what
is relevant for the acquisition, consideration should be given to those aspects
of an offerors contract history that would give the greatest ability to
measure whether the offeror is likely to satisfy the current procurement.
Common aspects of relevancy include similarity of service/support, complexity,
dollar value, contract type, and degree of subcontract/teaming. Complexity
could include geographical or cultural aspects of performance outside the
United States, addition to technical and logistical complexity;
(2) There are four levels of relevancy as shown in the
example. When source selections require a greater level of discrimination
within the past performance evaluation, the SST must use all four of the
relevancy ratings identified below. However, for those source selections
requiring less discrimination in the past performance evaluation, the past
performance evaluation team may use, as a minimum, Relevant and Not
Relevant past performance ratings. The SSP must clearly identify the
treatment of relevancy within past performance evaluation. With respect to
relevancy, more relevant past performance will typically be a stronger
predictor of future success and have more influence on the past performance
confidence assessment than past performance of lesser relevance;
Example: Past
Performance Relevancy Considerations
|
Rating
|
Definition
|
Very Relevant
|
Present/past performance effort involved comparable scope and magnitude of effort and complexities
as this solicitation requires.
|
Relevant
|
Present/past performance effort involved much of the
magnitude of effort and complexities this solicitation requires.
|
Somewhat Relevant
|
Present/past performance effort involved some of the scope and magnitude of effort and complexities
this solicitation requires.
|
Not Relevant
|
Present/past performance effort involved little or none of the scope and magnitude of effort and
complexities this solicitation requires.
|
(3) The second aspect of the past performance
evaluation is to determine how well the contractor performed on the contracts.
The past performance evaluation performed in support of a current source
selection does not establish, create or change the existing record and history
of the offerors past performance on past contracts; rather, the past
performance evaluation process gathers information from customers on how well
the offeror performed those past contracts. Requirements for considering
history of small business utilization are outlined at FAR 48 CFR
15.304(c)(3)(ii).
14 FAH-2 H-366.2-1 Sources of
Past Performance Information
(CT:COR-42; 10-30-2015)
The sources of past performance information for
evaluation are as follows:
(1) Past performance information may be provided by
the offeror, as solicited;
(2) Past performance information may be obtained from
questionnaires tailored to the circumstances of the acquisition; and
(3) Past performance information must be obtained from
any other sources available to the government, which includes, but is not
limited to, the Past Performance Information Retrieval System (PPIRS), Federal
Awardee Performance and Integrity Information System (FAPIIS), Electronic
Subcontracting Reporting System (eSRS) or other databases; interviews with
program managers, contracting officers and fee determining officials; and
contract administration offices (CAOs).
14 FAH-2 H-366.2-2 Performance
Confidence Assessment
(CT:COR-42; 10-30-2015)
a. The past performance evaluation team (PPET) must review
this past performance information and determine the quality and usefulness as
it applies to performance confidence assessment.
b. In conducting a performance confidence assessment,
each offeror must be assigned one of the ratings in the example. Reference FAR
48 CFR 15.305(a)(2) for information on assigning an unknown/neutral confidence
rating.
Example: Performance
Confidence Assessments
|
Rating
|
Description
|
Substantial Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a high expectation that the
offeror will successfully perform the required effort. It is unlikely
that Government intervention will be needed in order to obtain the required
product/service.
|
Satisfactory Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a reasonable expectation that the
offeror will successfully perform the required effort. Little
Government intervention is expected to be needed in order to obtain the
required product/service.
|
Unknown Confidence (Neutral)
|
No recent/relevant performance record
is available or the offerors performance record is so sparse that no meaningful confidence assessment rating can
be reasonably assigned.
|
Limited Confidence
|
Based on the offerors recent/relevant performance
record, the Government has a low expectation that the
offeror will successfully perform the required effort. Some
Government intervention is expected to be needed in order to obtain the
required product/service.
|
No Confidence
|
Based on the offerors recent/relevant performance
record, substantial doubt exists that the offeror will be
able to successfully perform the required effort.
|
14 FAH-2 H-366.2-3 Small Business
Evaluation
(CT:COR-42; 10-30-2015)
When required by FAR 48 CFR 15.304(c)(4), the SST must
evaluate the extent of participation of small and/or small disadvantaged
business concerns, as described therein (see also 14 FAH-2
H-365.2-5). The ratings utilized for the small business evaluation will be
dependent on the small business evaluation methodology utilized:
(1) When evaluating small business participation as a
stand-alone evaluation factor or a subfactor under the technical factor, there
are two rating options as follows:
(a) Use the ratings acceptable and unacceptable only
(i.e., pass/fail), or
(b) Utilize all ratings outlined in example combined
technical/risk rating example technical ratings, depending on the treatment of
risk. References to the term requirements in the technical rating
description at will equate to small business requirements, often reflected in
the RFP as small business objectives or goals; and
(2) When small business participation is not evaluated
as a stand-alone evaluation factor or subfactor but instead is considered
within the evaluation of one of the technical subfactors, a separate small
business rating is not applied. However, the small business participation will
be considered in determining the appropriate technical rating to be applied.
References to the term requirements in the technical ratings description will
equate to small business requirements, often reflected in the RFP as small
business objectives.
14 FAH-2 H-366.3 Documentation of
Initial Evaluation Results
(CT:COR-42; 10-30-2015)
a. Following the initial round of evaluations, all TET
members must meet as a group to determine and record their consensus rating to
be assigned to each proposal. During this consensus evaluation, the TET
members must review and discuss the findings and ratings recorded during the
review and analysis of the proposals by the individual TET members, including
the strengths, weaknesses, significant weaknesses and deficiencies.
b. When there is a divergence of opinion among members
of the TET, every effort should be made to obtain a consensus:
(1) It is not unusual for initial individual evaluator
ratings to differ significantly from one another, or from the consensus ratings
eventually assigned. Indeed, the research and analysis involved in reconciling
such differences among evaluators' viewpoints is the ultimate purpose of a
consensus evaluation; and
(2) It is imperative that each evaluator understands
each proposal; differences of opinion may indicate a misreading of the proposal
and reconciliation among the evaluators helps ensure that something is not
overlooked or misunderstood.
c. As a result of the review and discussion, the TET
will reach agreement and consensus on the strengths, weaknesses, significant
weaknesses and deficiencies associated with each factor and subfactor. Ratings
will be recorded for each factor and area of evaluation and an overall
consensus rating will be assigned to each proposal:
(1) The consensus rating need not necessarily be one
that every evaluator supports strongly, but each evaluator should be
comfortable with the rating as reflecting the overall sense of the evaluation
team; and
(2) However, in the event that the differences are so
significant that a consensus cannot be reached, then that should be presented
to the SSAC (when used) and the SSA, and any minority opinions must also be
presented, providing the SSA with sufficient information to fully consider the
minority view(s).
d. It is useful to include general comments regarding
the proposals, e.g., descriptions of the offerors approaches to a
requirement. Such comments are particularly useful to readers who have not
reviewed the proposals in detail.
e. At this point it is also important to develop
questions regarding clarifications, weaknesses, and deficiencies for the
offerors, to be utilized during discussions (negotiations):
(1) These negotiation issues can typically be
extracted from the consensus report and should explain the impact on contract
performance. Evaluators should keep in mind that the individual conducting
discussions with offerors may not have the same level of understanding of
technical matters as they do and err on the side of providing too much
information rather than too little; and
(2) Issues should be identified as clarifications, weaknesses,
significant weaknesses or deficiencies as defined in FAR 48 CFR 15.306(a)(1)
and FAR 48 CFR 15.001.
f. The TET chairperson will consolidate the inputs
from each of the evaluators and present the consensus results to the
contracting officer/SSAC/SSA, as appropriate. The contracting officer and the
TET chairperson must ensure that proposals are evaluated solely on the criteria
contained in the solicitation. All evaluation records and narratives must be
reviewed by the contracting officer, L/BA, and the TET chairperson for
completeness and compliance with the solicitation. When an SSAC has been
established, it will consolidate its advice and recommendations into a written
comparative analysis and recommendation for use by the SSA in making the best-value
decision. It will ensure that minority opinions within the SSAC, if any, are
resolved, or if they cannot be resolved; then they must be documented and
included within the comparative analysis.
g. Based upon review of the initial evaluation results
the SSA will decide to either:
(1) Approve award without discussions; or
(2) Enter into the discussion process.
14 FAH-2 H-366.4 Award without
Discussions
(CT:COR-42; 10-30-2015)
a. If the solicitation provided for it, the SSA may
choose to award a contract on the basis of the initial proposals received
without conducting discussions/negotiations. Offerors may be given a chance to
clarify certain aspects of their proposal and to resolve minor or clerical
mistakes. However, offerors are not given an opportunity to respond to any
identified weaknesses or deficiencies or revise their proposal. Instead, the
SSA makes a best value decision based upon the evaluations of the initial
proposals, as submitted. To award without discussions, the RFP must contain
the provision at FAR 48 CFR 52.215-1 clause, which notifies offerors that the
U.S. Government intends to evaluate proposals and award a contract without
discussions (except clarifications as described in FAR 48 CFR 15.306(a)). This
clause provides incentive to offerors to provide in their initial proposals
their best terms from a cost or price and technical standpoint as there may not
be an opportunity to revise them.
b. The process of engaging with industry after proposal
submission affords the U.S. Government the opportunity to effectively
understand and evaluate a proposal and permits industry the opportunity to
clearly explain any aspects of a proposal that appear to be deficient,
ambiguous or non-compliant. Such dialogue leads to more efficient, effective
and improved source selections. Therefore, award without discussions is
appropriate only in limited circumstances.
c. If the SSA chooses to award without discussions,
the SSA must prepare a source selection decision document (SSDD) (reference 14 FAH-2
H-366.10). Once the SSDD is signed, it is normally incorporated into or
attached to the price negotiation memorandum, and processed for approval.
14 FAH-2 H-366.5 Discussion Process
(CT:COR-42; 10-30-2015)
a. Discussions are highly recommended for source
selections. The primary objective of discussions is to maximize the U.S.
Governments ability to obtain best value, based on the requirement and the
evaluation factors set forth in the solicitation. Also, to ensure there is a
clear understanding and a meeting of the minds on what is required and expected
of each party to the proposed contract.
b. If discussions are required, the contracting officer
must, with the approval of the SSA, establish a competitive range based on the
ratings of each proposal against all evaluation criteria (see FAR 48 CFR
15.306(c)). Prior to the establishment of the competitive range, the CO may
enter into limited communications with offerors whose inclusion or exclusion
from the competitive range is uncertain. These communications are limited in
accordance with FAR 48 CFR 15.306(b)(1). The establishment of the competitive
range is formally documented by the contracting officer in a competitive range
determination. The contracting officer will enter discussions with only those
offerors determined to be in the competitive range.
c. Discussions are tailored to each offerors proposal
and must be conducted by the contracting officer with every offeror in the
competitive range. The scope and extent of discussions are a matter of
contracting officer judgment. As a minimum, during discussions, the TET,
through the contracting officer, must indicate to, or discuss with, each
offeror in the competitive range any:
(1) Adverse past performance information to which the
offeror has not yet had an opportunity to respond;
(2) Significant weaknesses; and
(3) Any deficiencies that have been identified during
the evaluation.
d. This is accomplished through the release of
evaluation notices (ENs). ENs are prepared by the TET and reviewed by the
contracting officer and L/BA. All ENs must clearly indicate the type of
exchange being conducted (e.g. clarification, communication, discussion, etc).
Any EN addressing a proposal deficiency or weakness must clearly indicate that
a deficiency or weakness exists. The contracting officer is encouraged to
discuss other aspects of the offerors proposal that could in the opinion of
the contracting officer be altered or explained to enhance materially the
proposals potential for award. However, the contracting officer is not
required to discuss every area where the proposal could be improved as outlined
at FAR 48 CFR 15.306(d) and (e). All discussions must be documented in
writing.
e. If, during the discussion process, revised proposals
are received, the TET must reconvene to evaluate the proposals as modified.
The proposal revisions should be reviewed and the conclusions of the panel as
to the acceptability or quality of the proposal as changed documented as
described above. If the qualitative scores or ranking change, the analysis and
rationale for the changes should be explained in qualitative terms. Consensus
meetings will produce documentation that removes the deficiencies or weaknesses
previously identified and will identify any new strengths, deficiencies or
weaknesses resulting from the changes. Additional negotiation issues or
questions for the offerors may need to be developed at this time. It is not
necessary to review the proposals in their entirety, but only those sections
that are changed or are impacted by the changes. The documentation produced by
this review may be used to make another competitive range determination,
advance discussions with the offerors, or lead to a request for final proposal
revisions.
14 FAH-2 H-366.6 Final Proposal
Revisions
(CT:COR-42; 10-30-2015)
a. At the conclusion of discussions, each offeror still
within the competitive range must be given an opportunity to submit a final
proposal revision (FPR) by a common cutoff date and time, as established by the
contracting officer (FAR 48 CFR 15.307(b)). When the contracting officer is
not the SSA, the contracting officer must obtain the SSAs concurrence prior to
releasing the FPR request.
b. After receipt of the FPRs, the TET must complete
evaluation of the proposals. The evaluation criteria from Section M or
equivalent solicitation provision must continue to be the basis for evaluation.
14 FAH-2 H-366.7 Documentation of
Final Evaluation Results
(CT:COR-42; 10-30-2015)
a. Upon completion of the evaluation and analysis of
proposals by the individual TET members, all TET members must again meet as a
group to determine and record the final consensus ratings to be assigned to
each proposal. Final ratings will be recorded for each factor and area of
evaluation and an overall consensus rating will be assigned to the proposal.
b. The TET must prepare documentation of the evaluation
results. This is accomplished through a written narrative report, sometimes
accompanied by a decision briefing. The documentation will be in sufficient
detail to serve as a clear and concise record of the source selection decision
and must be included in the contract file. Although adjectival scores and
rankings should be presented, distinguishing aspects of proposals should be explained
in qualitative terms. The report, and briefing charts, if used, must be
suitable to serve as the official record of TET proceedings in support of
source selections. The results of the evaluation will be presented to the SSAC
(when used) and to the SSA.
c. Although the TET does not make an overall best
value recommendation, it may rank the proposals technically.
14 FAH-2 H-365.8 Conduct and
Documentation of Comparative Analysis
(CT:COR-42; 10-30-2015)
a. The SSAC, if utilized, must review the evaluation
and findings of the TET to ensure their accuracy, consistency, and
supportability in accordance with the evaluation criteria and must provide
advice, analysis, briefings, and consultation as requested by the SSA. This
will culminate in a written comparative analysis of proposals and award
recommendation for the SSAs consideration.
b. As with the TET, differences of opinion must be
discussed among the members, with a view towards obtaining consensus.
c. Likewise, if a consensus cannot be reached, minority
opinions must be documented and presented to the SSA as part of the comparative
analysis.
d. If an SSAC is not utilized, the contracting officer
is responsible for performance of this function.
14 FAH-2 H-366.9 Best Value
Decision
(CT:COR-42; 10-30-2015)
a. The SSA must select the source whose proposal offers
the best value to the U.S. Government in accordance with established criteria
in Section M or equivalent solicitation provision (reference FAR 48 CFR
12.000).
b. This best value decision must be based on a
comparative assessment of proposals against all source selection criteria in
the solicitation, considering recommendations and minority opinions presented
to the SSA. While the SSA may use reports and analyses prepared by others, the
source selection decision must represent the SSA's independent judgment.
c. The SSA must document the supporting rationale in
the SSDD.
14 FAH-2 H-366.10 Source Selection
Decision Document
(CT:COR-42; 10-30-2015)
a. An SSDD must be prepared for all source selections:
(1) Must reflect the SSA's independent, integrated,
comparative assessment and decision; and
(2) Must include the rationale for any business
judgments- tradeoffs made or relied on by the SSA (e.g., including benefits
associated with additional costs); and must be included in the source selection
file.
b. It is normally attached to, or incorporated into the
price negotiation memorandum (PNM). The SSDD must be the single summary
document supporting selection of the best-value proposal consistent with the
stated evaluation criteria; it must clearly explain the decision and document
the reasoning used by the SSA to reach the decision consistent with FAR 48 CFR
15.308.
c. The SSDD is fully releasable to the Government
Accountability Office (GAO) and others authorized to receive proprietary and
source selection information. When releasing a copy of the SSDD to offerors or
to anyone not authorized to receive proprietary and source selection
information, redacted material will be limited to that which is proprietary and
that which will continue to be protected as source selection information. The
need to redact such information is not a sufficient reason to refrain from
preparing a properly written SSDD.
14 FAH-2 H-366.11 Debriefings
(CT:COR-42; 10-30-2015)
The contracting officer must ensure offerors are debriefed,
if requested, in accordance with FAR 48 CFR 15.505 and FAR 48 CFR 15.506, as
applicable. The contracting officer must document the debriefing(s) provided
to offeror(s). At the request of the contracting officer, members of the SST
will participate in debriefings to offerors.
14 FAH-2 H-366.11-1 Purpose of
Debriefing
(CT:COR-42; 10-30-2015)
a. The contracting officer must debrief an offeror upon
receipt of the offeror's written, timely request for a debriefing. The
debriefing serves to assure offerors that the U.S. Government properly
evaluated their proposals and made the award determination in accordance with
the RFP. Since each offeror puts considerable resources into preparing and
submitting a proposal, fairness dictates that the contracting officer promptly
debrief offerors and explain why a proposal was excluded from the competitive
range or was successful or unsuccessful.
b. Timely and thorough debriefings increase
competition, encourage offerors to continue to invest resources in the U.S.
Government marketplace, and enhance the U.S. Governments relationship and
credibility with industry. The debriefing also provides feedback to offerors
to assist in improving future proposal submissions. An effective debriefing
often deters a protest by demonstrating that the U.S. Government conducted a
thorough, fair evaluation and made a sound decision according to the
established source selection methodology.
14 FAH-2 H-366.11-2 Requirements
for Debriefing
(CT:COR-42; 10-30-2015)
See FAR 48 CFR 15.505, Pre-award Debriefing of Offerors; and
FAR 48 CFR 15.506, Post-award Debriefing of Offerors for requirements relative
to debriefings. Also reference FAR 48 CFR 3.104-4, Disclosure, Protection, and
Marking of Contractor Bid or Proposal Information and Source Selection
Information.
14 FAH-2 H-366.11-3 Notification
of Debriefing
(CT:COR-42; 10-30-2015)
The contracting officer should inform the offeror of the
scheduled debriefing date by electronic means with immediate acknowledgment
requested. The contracting officer should follow up with written notification
to the offeror. If the offeror requests a later date, the contracting officer
should request the offeror to acknowledge in writing that it was offered an
earlier date, but requested the later date instead.
14 FAH-2 H-366.11-4 Location of
Debriefing
(CT:COR-42; 10-30-2015)
The contracting officer is responsible for selecting the
location of the debriefing. The location should provide a professional and
non-distracting environment. Debriefings are normally held at U.S. Government
facilities, however, they may be held at any facility that is mutually
acceptable to all parties involved. Although face-to-face debriefings are frequently
used, the contracting officer may also conduct a debriefing by telephone or
electronic means. It may be burdensome for an offeror to attend in person and
the needs of the offeror should be afforded due consideration. Likewise, if
some of the U.S. Government personnel are located at an installation other than
where the debriefing will be conducted, they may participate by telephone or
videoconference.
14 FAH-2 H-366.11-5 Debriefing
Attendees
(CT:COR-42; 10-30-2015)
a. U.S. Government personnel: The
contracting officer should normally chair and control the debriefing and select
the U.S. Government attendees. It is extremely important to ensure appropriate
U.S. Government personnel attend so that a meaningful debriefing is achieved.
A representative from the Office of the Legal Adviser (L/BA) should participate
in preparation of the debriefing and also may attend the debriefing.
Department legal counsel should attend the debriefing when the offerors legal
counsel will attend the debriefing. In the event there are indicators that a
protest is likely, inform L/BA. However, the contracting officer must not deny
a debriefing because a protest is threatened or has already been filed.
b. Offeror personnel: The
contracting officer should ask the offeror to identify all of the firms
individuals by name and position who will attend the debriefing. Normally, do
not restrict the number of personnel the debriefed offeror may bring unless
there are space limitations.
14 FAH-2 H-366.11-6 Preparing
for the Debriefing
(CT:COR-42; 10-30-2015)
a. The contracting officer should ensure that documents
relevant to the source selection have been thoroughly reviewed by the
debriefing team and are readily available to the U.S. Government personnel
during the debriefing. A best practice is to have those documents available,
during the debriefing, in a separate U.S. Government caucus room.
b. The contracting officer should conduct a dry run
prior to the actual debriefing. Role-playing is a vital part of the dry run.
Teams are encouraged to simulate interactions with disappointed or disgruntled
offerors and practice addressing questions on contentious issues. The
contracting officer should develop a set of anticipated questions that offerors
might ask at the debriefing (See 14 FAH-2
H-366.11-9 for sample questions).
(1) In anticipating possible questions, it is often
useful to review questions asked during the discussion phase (if held) of the
competition;
(2) Also, the contracting officer should ask each
offeror scheduled for a debriefing to submit written questions in advance; and
(3) The contracting officer should coordinate
responses with L/BA.
c. A poorly prepared debriefing is the surest way to
lose the confidence of the offeror and increase the prospects of a protest.
Because debriefings are time sensitive, preparation should begin even before
proposal evaluation is complete.
d. The contracting officer should brief all U.S.
Government personnel who will attend the debriefing on their roles, level of
participation and expected demeanor during the debriefing.
14 FAH-2 H-366.11-7 Outline for
the Debriefing
(CT:COR-42; 10-30-2015)
See FAR 48 CFR 15.505 (preaward) and FAR 48 CFR 15.506
(postaward) for specific requirements. The following is a general outline for
a typical debriefing:
(1) Introduction;
(2) Purpose of the debriefing;
(3) Ground rules and agenda;
(4) Source selection process;
(5) Evaluation factors/subfactors;
(6) Evaluation results;
(7) Rationale for eliminating offeror from competition
(pre-award debriefing only) and rationale for award decision based on the SSAs
decision document (post award debriefing only);
(8) Responses to relevant questions; and
(9) The contracting officers statement that the
debriefing has concluded.
14 FAH-2 H-366.11-8 Conducting
the Debriefing
(CT:COR-42; 10-30-2015)
a. Roles: The contracting
officer, as the chairperson, controls the debriefing. The contracting officer
may defer to others for specific portions of the debriefing but will control
all exchanges. There are many different approaches that the contracting
officer can take in leading the debriefing. One of the common approaches is
for the contracting officer to conduct the entire debriefing presentation and
defer to his team to answer questions as needed. Another approach is for the
contracting officer to start the debriefing and then turn over portions of the
presentation to experts in those areas, e.g. the TET chairperson would present
the technical evaluation portion of the presentation.
b. Questions: The contracting
officer should advise offerors at the start that the U.S. Government believes
the presentation will address any questions they may have:
(1) Additional questions may be answered during the
debriefing. The contracting officer should be open to discussion but not drawn
into a debate. A U.S. Government caucus may be needed to address some
questions. The U.S. Government should request that the questions be written
for the caucus as needed;
(2) If the debriefing team cannot adequately answer
additional questions presented in writing by the offeror at the debriefing, the
CO should provide written answers as soon as possible; and
(3) However, promising additional information at a
later date should be avoided if possible, because the period for protest may be
deemed to start from the time new relevant information is provided.
c. Information not appropriate for disclosure:
The debriefing team should not disclose documentation that was not presented to
or considered by the SSA. The crux of any post award debriefing is the SSA
award decision and whether that decision is well supported and resulted from a
source selection conducted in a thorough, fair and sound manner consistent with
the requirements and source selection methodology established in the RFP. The
crux of any preaward debriefing is the offerors elimination from the
competitive range:
(1) The debriefing team should not discuss validity of
requirements, validity and integrity of evaluation process, and prohibited information
(see FAR 48 CFR 15.506(e));
(2) The debriefing team should not provide names of
individuals providing reference information about an offerors past
performance. In addition, the names of individuals on the SST, not
participating in the debriefing, should not be disclosed. However, the name of
the SSA may be revealed in postaward debriefings; and
(3) The debriefing team must not disclose any unit
prices that are not freely releasable under the Freedom of Information Act, 5
U.S.C. 552. Even though the FAR 48 CFR 15.506(d) includes unit prices in the
list of information to be provided in a debriefing, unit prices may not be
releasable. Consult with L/BA, if theres any question.
d. Offeror feedback: The
contacting officer should allow the offeror an opportunity to provide feedback
regarding the quality of the solicitation document, e.g., proposal
instructions, the appropriateness of discussions, and the source selection
process itself.
e. Debriefing documentation: The
debriefing slides, the offeror's request for debriefing (if any), previously
submitted questions, any handouts, a list of written questions and answers, and
any other relevant documents, must be included in the source selection file.
14 FAH-2 H-366.11-9 Potential
Offeror Questions that may be used for "Dry Run"
(CT:COR-42; 10-30-2015)
As referenced in 14 FAH-2
H-366.11-6, teams are encouraged to have a dry run prior to the actual
debriefing. The following is a list of sample questions the team should be
prepared to address during the debriefing. Answers should be tailored to the
unique circumstances of each acquisition and should, where possible, be tied
directly to language within the RFP (particularly Sections L and M). The notes
in 14
FAH-2 H-366.11-9(A) through 14 FAH-2
H-366.11-9(E) are provided as points for consideration and are not intended
to be responses.
14 FAH-2 H-366.11-9(A) Topic
Area 1: U.S. Government's Evaluation of Significant Weaknesses or Deficiencies
in the Proposal
(CT:COR-42; 10-30-2015)
a. Please explain the basis for the evaluated
strengths, weaknesses, or deficiencies in our proposal for each evaluation
factor and subfactor.
NOTE: Typically this is done as
part of the debriefing presentation; however, you must not disclose detailed
information regarding the strengths, weaknesses and or deficiencies in other
proposals. Such a disclosure could amount to a point-by-point comparison of
proposals, prohibited per FAR 48 CFR 15.506(e), and/or could involve disclosure
of protected/privileged information. However, if a strength is evident from
the awarded contract (for example, a more attractive delivery schedule) the
contracting officer may be able to highlight that factconsult L/BA for
guidance.
b. Did you discuss all weaknesses, significant
weaknesses, and deficiencies?
NOTE: If discussions were held,
all significant weaknesses and deficiencies, at a minimum, should have been
addressed and documented. The FAR 48 CFR 15.506(d) does not require discussion
of all weaknesses, although it is considered a best practice.
c. Were there any solicitation requirements that we
failed to address? If so, what were they?
NOTE: If discussions were held,
these matters should have been addressed and documented.
d. How was the evaluation consistent with Sections L
and M of the solicitation?
e. Were any deficiencies identified by the U.S.
Government during discussions not adequately addressed in our response to your
ENs? If so, how did the evaluation of the deficiencies change during the
evaluation of our FPR?
f. Were there any specific considerations that
precluded us from being selected as the awardee? If so, what were those
considerations?
NOTE: If discussions were held,
these matters should have been addressed.
g. What, if anything, did the U.S. Government desire
that was missing from our proposal?
NOTE: Be careful how you
answerthe U.S. Government does not evaluate based on desires
but rather on requirements contained within the RFP.
h. Please explain how past performance was evaluated.
What was our rating? How was that rating applied to the source selection
process?
i. Was experience evaluated? If so, what was our
rating and how was that information used in the source selection process?
j. Please explain the procedure for the evaluation of
risk? What risks were identified in our proposal? How did they impact the
rating of our proposal?
14 FAH-2 H-366.11-9(B) Topic
Area 2: Overall Evaluated Cost or Price and Technical Rating, if Applicable, of
Successful Offeror and Debriefed Offeror
(CT:COR-42; 10-30-2015)
a. The overall evaluated cost or price (including unit
prices) and technical rating, if applicable, of the successful offeror and the
debriefed offeror, and past performance information on the debriefed offeror;
and the overall ranking of all offerors, when any ranking was developed by the
agency during the source selection. FAR 48 CFR 15.506(e) prohibits
point-by-point comparisons of the debriefed offerors proposal with those of
other offerors. Moreover, the debriefing must not reveal any information
prohibited from disclosure by FAR 48 CFR 24.202 or exempt from release under
the Freedom of Information Act, 5 U.S.C. 552.
b. Please provide the evaluated cost or price and
technical, management, and past performance ratings for our proposal and all
other offerors.
NOTE: Information on the overall
evaluated cost or price and technical ratings is not provided for all offerors;
only for the successful offeror and the offeror being debriefed.
c. Please provide the overall ranking for all
offerors.
NOTE: Generally an overall
ranking is not developed. However, if an overall ranking was developed during
the source selection process, this must be provided during the debriefing. The
name of every offeror must be redacted except for the offeror being debriefed
and the successful offeror(s).
d. In what areas was our proposal considered
overpriced (or unrealistically low)?
e. Were we compliant with all technical requirements?
NOTE: If discussions were held,
these matters should have been addressed. You may not discuss whether the
other offerors were compliant with all technical (or any other) requirements.
f. In the risk portion of the technical/management
area, what criteria did the Government use to determine the final evaluation
ratings? How was this risk reflected in the other areas of the evaluation?
g. Was there anything not required by the solicitation
that we could have offered that might have made us more competitive for the
award?
NOTE: An answer to this question
would be conjecture, which is not appropriate.
h. Were our responses to ENs adequate? If not, how
could we have improved our responses? How were our responses to ENs on past
performance evaluated?
14 FAH-2 H-366.11-9(C) Topic
Area 3: Summary of Rationale for Award
(CT:COR-42; 10-30-2015)
a. Please explain in detail the methodology used to
determine which proposal offered the greatest overall value to the Government,
especially with respect to any comparisons/trade-offs made between technical
factors and costs proposed.
b. Please provide a copy of the SSDD.
NOTE: If the SSDD is to be
released to offerors, it should be redacted and appropriate coordination with
L/BA should be obtained.
14 FAH-2 H-366.11-9(D) Topic
Area 4: Reasonable Responses to Relevant Questions
(CT:COR-42; 10-30-2015)
a. Reasonable responses to relevant questions about
whether source selection procedures contained in the solicitation, applicable
regulations, and other applicable authorities were followed.
NOTE: Answers to questions
relative to source selection procedures should reference Section M language.
b. Please describe the evaluation process used for this
procurement.
c. How important was cost in the source selection
decision relative to past performance and technical considerations?
NOTE: Ensure that the answer is
consistent with what the RFP said about the relative importance of cost.
d. If the costs were normalized please explain how
the normalization was conducted.
e. Was a cost or price realism analysis used? If so,
please describe the process used.
f. Did the government prepare an independent cost
estimate?
g. What was the basis for not selecting us?
h. Did the government make a cost/technical trade-off?
i. In order of importance, which evaluation criteria
were the most critical to the determination of our overall rating?
j. What were the most critical evaluation criteria
that proved to be tiebreakers in the evaluation of proposals?
k. Please identify any information not contained in our
proposal that was used by the evaluators in assessing our offer.
14 FAH-2 H-366.11-9(E) Topic
Area 5: Other Potential Questions
(CT:COR-42; 10-30-2015)
a. Who was on the source selection team?
NOTE: In order to prevent
offerors from contacting individuals after the debriefing and to avoid creating
tension in ongoing working relationships on existing U.S. Government contracts,
do not disclose the names of individual evaluators or members of the SST (e.g.,
the TET, SSAC). However, those people in attendance at the debriefing should
be introduced.
b. Did the SSA and the SSAC (if applicable) fully
accept the recommendations of their respective staffs (SSAC or TET)?
(1) If not, why not?
(2) Did either reach any independent determinations?
(3) If so, what independent determinations were made?
c. Were there any common areas of weaknesses or
deficiencies in the proposals in the competitive range?
NOTE: The debriefing team must
avoid point-by-point comparisons of proposals. In addition, providing detailed
information regarding the strengths, weaknesses or deficiencies of other proposals
may disclose protected or privileged information. See FAR 48 CFR 15.506(e).
d. What management structure did the agency consider as
optimal for performing the contract? How did our proposal rate against this
standard?
NOTE: The Government does not have
any preconceived ideas regarding how to meet the RFP requirements.
e. Please identify any and all evaluation factors,
subfactors, and elements not identified in the solicitation that were used to
evaluate the proposals.
NOTE: There should never be any
evaluation factors, subfactors and elements not identified in the solicitation
that were used to evaluate proposals.
14 FAH-2 H-367 LOWEST PRICE TECHNICALLY
ACCEPTABLE (LPTA) PROCESS
14 FAH-2 H-367.1 Purpose of Lowest
Price Technically Acceptable
(CT:COR-42; 10-30-2015)
The lowest price technically acceptable (LPTA) source
selection process is a special case, to which 14 FAH-2
H-366.1, 14
FAH-2 H-366.8 and 14 FAH-2
H-366.9 do not apply. The LPTA process is appropriate when best value is
expected to result from selection of the technically acceptable proposal with
the lowest evaluated price. LPTAs may be used in situations where the U.S.
Government would not realize any value from a proposal exceeding the U.S.
Governments minimum technical or performance requirements, often for
acquisitions of commercial or non-complex services or supplies which are
clearly defined and expected to be low risk. The LPTA process does not permit
tradeoffs between price and non-price factors and an offerors failure to meet
a mandatory technical requirement will render its proposal ineligible for award
(See FAR 48 CFR 15.101-2).
14 FAH-2 H-367.2 Evaluation Factors
and Subfactors
(CT:COR-42; 10-30-2015)
a. Evaluation factors and subfactors represent those
specific characteristics that are tied to significant RFP requirements. They
are the uniform baseline against which each offerors proposal is evaluated
allowing the U.S. Government to make a best value determination.
b. The evaluation factors and subfactors must be set
forth in the solicitation in enough depth to communicate what will be
evaluated. The evaluation factors and subfactors must be the primary
determinant of the detailed information requested in the solicitations
instructions to offerors. If subfactors are used, they are to be evaluated
separately.
c. The SSP will identify the factors and subfactors to
be evaluated on an acceptable or unacceptable basis. These factors and
subfactors will identify the minimum requirements that
are key to successful contract performance.
d. All LPTAs must evaluate price and the acceptability
of the product or services.
14 FAH-2 H-367.2-1 Acceptability
of Product or Service
(CT:COR-42; 10-30-2015)
a. The acceptability of product or service must be
addressed in every LPTA source selection through consideration of one or more
non-price evaluation factors/subfactors. For LPTAs, this is done through the
establishment of minimum requirements to be evaluated on an acceptable or
unacceptable basis. Proposals are evaluated for acceptability, but not
ranked using the non-price factors/subfactors. In order to be considered
awardable, there must be an acceptable rating in every non-price
factor/subfactor. Potential LPTA non-price factors/subfactors may include the
following:
(1) Technical. The term
technical, as used herein, refers to non-price factors other than past
performance. More than one technical factor can be used and titled to match
the specific evaluation criteria appropriate for the RFP. The purpose of the
technical factor is to assess whether the offerors proposal will satisfy the
U.S. Governments minimum requirements. Some of the aspects affecting an
offerors ability to meet the solicitation requirements may include technical
approach, key personnel and qualifications, facilities, and others; and
(2) Once the minimum requirements are established, the
team must evaluate the offerors proposal against these requirements to
determine whether the proposal is acceptable or unacceptable, using the ratings
and descriptions outlined in the following example:
Example: Technical
Acceptable/Unacceptable Ratings
|
Rating
|
Description
|
Acceptable
|
Proposal clearly meets the minimum
requirements of the solicitation.
|
Unacceptable
|
Proposal does not clearly meet the
minimum requirements of the solicitation.
|
14 FAH-2 H-367.2-2 Past
Performance
(CT:COR-42; 10-30-2015)
a. Past performance may be used as an evaluation factor
within the LPTA process, or may be waived by the contract officer in accordance
with FAR 15.101-2(b). If the contracting officer elects to consider past
performance as an evaluation factor, it must be evaluated in accordance with
FAR 48 CFR 15.305, except that the comparative assessment in FAR 48 CFR
15.305(a)(2)(i) does not apply. Therefore, past performance will be rated on an
acceptable or unacceptable basis using the ratings in the below example.
Example: Performance Evaluation Ratings
|
Rating
|
Description
|
Acceptable
|
Based on the offerors performance record, the U.S.
Government has a reasonable expectation that the offeror
will successfully perform the required effort or the
offerors performance record is unknown. (See note below.)
|
Unacceptable
|
Based on the offerors performance
record, the Government has no reasonable expectation
that the offeror will be able to successfully perform the required
effort.
|
NOTE: In the case of an offeror
without a record of relevant past performance or for whom information on past
performance is not available or so sparse that no meaningful past performance
rating can be reasonably assigned, the offeror may not be evaluated favorably
or unfavorably on past performance (see FAR 48 CFR 15.305(a)(2)(iv)).
Therefore, the offeror must be determined to have unknown past performance. In
the context of acceptability/unacceptability, unknown must be considered
acceptable.
b. Aspects of past performance evaluation:
The past performance evaluation results is an assessment of the offerors
probability of meeting the minimum past performance solicitation requirements.
This assessment is based on the offerors record of relevant and recent past
performance information that pertain to the products and/or services outlined
in the solicitation requirements. There are two aspects to the past performance
evaluation:
(1) The first is to evaluate whether the offerors
present/past performance is relevant or not relevant to the effort to be
acquired. The criteria to establish what is recent and relevant will be unique
to each LPTA source selection. Therefore, the solicitation will establish the
criteria for recent and relevancy in relation to the specific requirement being
procured. In establishing what is relevant for the acquisition, consideration
should be given to what aspects of an offerors contract history would give the
most confidence that the offeror will satisfy the current procurement; and
(2) The second aspect of the past performance
evaluation is to determine how well the contractor performed on the contracts.
The past performance evaluation performed in support of a current source
selection does not establish, create or change the existing record and history
of the offerors past performance on past contracts; rather, the past
performance evaluation process gathers information from customers on how well
the offeror performed those past contracts.
14 FAH-2 H-367.2-3 Sources of
Past Performance Information for Evaluation
(CT:COR-42; 10-30-2015)
Sources of past performance are as follows:
(1) Past performance information may be provided by
the offeror, as solicited;
(2) Past performance information may be obtained from
questionnaires tailored to the circumstances of the acquisition;
(3) Past performance information will be obtained from
any other sources available to the U.S. Government including, but not limited
to, PPIRS, FAPIIS or other databases; interviews with program managers,
contracting officers, and fee-determining officials; and the Defense Contract
Management Agency (DCMA); and
(4) The past performance evaluation team will review
this past performance information and determine the quality and usefulness as
it applies to performance competence assessment. See FAR 48 CFR 15.101-2(b)(1)
for treatment of past performance relative to small business.
14 FAH-2 H-367.3 Small
Disadvantaged Business Participation
(CT:COR-42; 10-30-2015)
In LPTAs, small disadvantaged business participation is
exempted from evaluation. See FAR 48 CFR 48 19.304 concerning status of small
disadvantaged business and FAR 48 CFR 19.702 for additional information on
small disadvantaged business under subcontracting program.
14 FAH-2 H-367.4 Price
(CT:COR-42; 10-30-2015)
a. The LPTA procedure is applied to known, firm
requirements, usually readily available in the commercial marketplace where a
fair and reasonable price determination is based on adequate price
competition. Therefore, price analysis will normally be used to determine the
reasonableness of the total evaluated price to support the selection of the
lowest priced, technically acceptable offeror. In exceptional cases when the
determination of fair and reasonable price requires additional information, the
contracting officer may conduct a cost analysis to support the determination of
whether the proposed price is fair and reasonable. Regardless of the specific
evaluation methodology, in order to enable offerors to make informed decisions
on how best to propose, every solicitation will provide an adequate description
of the cost or price evaluation.
b. FAR 48 CFR 15.400 and the contract pricing reference
guides provide additional guidance on cost or price evaluation. The contract
pricing reference guides are a set of reference volumes that were developed
jointly by the Federal Acquisition Institute (FAI) and the Air Force Institute
of Technology (AFIT). The guides are maintained by the Office of the Deputy
Director of Defense Procurement and Acquisition Policy for Cost, Pricing, and
Finance and are posted on the contracting acquisition community connection
(ACC) practice center web site.
14 FAH-2 H-367.5 Best Value
Decision and Documentation
(CT:COR-42; 10-30-2015)
a. The SSA must select the source whose proposal offers
the best value to the U.S. Government in accordance with established criteria
in Section M or equivalent solicitation provision (see FAR Part 12.000).
b. The SSA must ensure the proposals are evaluated for
acceptability but not ranked using the non-cost/price factors.
c. The SSA must document the supporting rationale in
the SSDD. The SSDD must be the single summary document supporting selection of
the best-value proposal consistent with the stated evaluation criteria. It is
normally attached to, or incorporated into the price negotiation memorandum.
14 FAH-2 H-368 DOCUMENTATION
REQUIREMENTS
(CT:COR-42; 10-30-2015)
At a minimum, the following source selection documents must
be maintained in the contract file:
(1) The SSP and any revisions thereto;
(2) Nondisclosure and conflict-of-interest statements;
(3) The draft RFP, along with all comments received
and government responses thereto, if a draft RFP is issued;
(4) The RFP, any amendments thereto, and FPR request;
(5) Past performance information (e.g., questionnaires;
interviews; CPARS reports);
(6) Offeror proposals, including all revisions,
annotated with the date of receipt;
(7) Competitive range and supporting documentation;
(8) ENs, responses, and government evaluation thereof;
(9) Evaluation results (TET evaluation report and SSAC
evaluation report if there was an SSAC);
(10) Any comparative analysis and recommendations
provided to the SSA;
(11) The SSDD;
(12) Debriefing documents; and
(13)Approval documentation (e.g., determination to
award without discussions, FPR approval, etc.).
14 FAH-2 H-369 SECURITY CONSIDERATIONS
14 FAH-2 H-369.1 Release of Source
Selection Information
(CT:COR-42; 10-30-2015)
a. 41 U.S.C. 2102 precludes individuals from knowingly
disclosing source selection information and contractor bid or proposal
information before award of a Federal contract to which the information
relates. However, the following individuals are authorized to approve release
of source selection information to U.S. Government officials who do not have a
role in the source selection process, but have been authorized access and have
signed a nondisclosure statement, providing the release would not jeopardize
the integrity or successful completion of the procurement:
(1) When the release is after issuance of the
solicitation, but prior to contract award:
(a) The HCA for acquisitions valued at $100 million or
more; and
(b) One level above the contracting officer for all
others; and
(2) When the release is prior to issuance of the
solicitation, the contracting officer.
b. We must protect the integrity of the procurement
process. Contractors proposal information and source selection information
shall be protected from unauthorized disclosure in accordance with applicable
law and the FAM and FAH. The proposals, source selection plan (SSP)and
technical evaluation worksheets are source selection information and shall not
be shared with anyone other than authorized source selection team members and
shall be safeguarded from unauthorized disclosure throughout the source
selection process.
c. Items considered a part of source selection
information include:
(1) Bid prices submitted;
(2) Proposed costs or prices submitted;
(3) Source selection plans;
(4) Technical evaluation plans;
(5) Technical evaluation of proposals;
(6) Cost of price evaluation of proposals;
(7) Competitive range determinations that identify
proposals that have a reasonable chance of being selected for award of a
contract;
(8) Ratings of bid, proposals or competitors;
(9) Reports and evaluations in support of source
selection panels, boards or advisory councils; and
(10) Other information marked as "Source Selection
Information" See FAR 48 CFR 2.101 and FAR 48 CFR 3.104.
14 FAH-2 H-369.1-1 Restrictions
on Source Selection Information
(CT:COR-42; 10-30-2015)
Do not discuss with individuals outside the source selection
process:
(1) How many proposals were received;
(2) Names of the offerors;
(3) Any aspects of a competitor's team or proposal;
and
(4) Any comments made during the evaluation sessions,
including candid or off-the cuff remarks.
14 FAH-2 H-369.1-2 Reminders on
Source Selection Information
(CT:COR-42; 10-30-2015)
a. All questions from the TET will be referred to the
chairperson and the contracting officer or contract specialist (CS). All
questions, clarifications, visits or contact with offerors must be made by or
through the contracting officer or contract specialist.
b. Evaluators and advisors will be individually
responsible for safeguarding personal notes and copies of documents.
c. Evaluators and advisors will avoid all contact with
representatives of competing firms, except as necessary in the conduct of U.S.
Government business. Such contacts must not involve discussion of this
acquisition.
d. Evaluators and advisors shall be extremely
circumspect in words and actions in the vicinity of contractors. In no event
shall any evaluator discuss any aspect of this solicitation with an offeror.
e. Any security violation or unauthorized disclosure
must be reported to the CO/CS at once.
f. The prohibitions and restrictions of the
Procurement Integrity Act continue after contract award, as well.
14 FAH-2 H-369.2 SECURITY
CONSIDERATIONS
(CT:COR-42; 10-30-2015)
All SST personnel shall be affirmatively advised that each
SST member:
(1) Is responsible for security of the evaluation and
proposal materials and other source selection and proprietary information
related to the procurement;
(2) Should be knowledgeable of, and adhere to,
governing security procedures and regulations;
(3) Will not discuss, communicate or otherwise deal on
matters related to the source selection with any individual not assigned to the
SST, unless authorized (see above), and then only within appropriately secure
areas; and
(4) Will challenge the presence of any unauthorized
individual within the SST physical location.
14 FAH-2 H-369.2-1 HANDLING OF
SOURCE SELECTION MATERIALS
(CT:COR-42; 10-30-2015)
Handle proposal and evaluation material in a manner
consistent with For Official Use Only or "Sensitive But Unclassified"
or, as appropriate, a higher security classification. Establish sufficient
safeguards to protect the material whether it is in the possession of the SST
members or it is being disseminated, reproduced, transmitted or stored.
Additionally, establish appropriate procedures for disposal (e.g., shredding or
burn bag disposal) of the material when it is no longer required by the SST.
14 FAH-2 H-369.2-2 SECURITY OF
PHYSICAL FACILITIES
(CT:COR-42; 10-30-2015)
In more complex source selections, it may be necessary to
establish procedures to ensure the security of the source selection physical
facilities. These procedures may include:
(1) Requiring identification to access the SST area
and requiring authorized visitors (e.g., maintenance/service personnel) to sign
in and out;
(2) Ensuring access points to the facilities are
either manned at all times by a representative of the SST or are kept locked
(with appropriate key or password control procedures);
(3) Establishing procedures for approving visitors to
the facilities; and
(4) Conducting security inspections and spot checks.
14 FAH-2 H-369.2-3 SST Members
Security Responsibilities
(CT:COR-42; 10-30-2015)
All SST members are responsible for the security of source
selection information. In more complex source selections, it may be beneficial
to designate certain members of the SST to oversee and/or perform security
control functions. These duties may be collateral duties or fulltime duties of
the team member.
14 FAH-2 H-369.3 REQUIRED
CERTIFICATES AND REPORTS
(CT:COR-42; 10-30-2015)
Each SST member (including advisory and support personnel)
must sign a certificate(s) that addresses nondisclosure of information,
conflicts of interest, and rules of conduct (see example certificate below).
Example: Certificate
SOURCE SELECTION PARTICIPATION
CERTIFICATION AND AGREEMENT
Solicitation #: ________________________
[Insert program name and/or
description of the effort]
Important! This agreement
concerns a matter within the jurisdiction of a United States Government
agency. Individuals who make false, fictitious or fraudulent statements
and/or certifications may be subject to prosecution under 18 U.S.C. 1001.
AGREEMENT
1. This agreement contains the rules of conduct
relating to this acquisition. It includes rules of conduct regarding
conflicts of interest as well as rules of conduct regarding the safeguarding
of confidential information.
2. Your signature on this agreement indicates that
you have read this Agreement and agree to be bound by its terms.
TERMS
3. I have read, understand and will abide by the
requirements of 41 USC 1102 as implemented in the Federal Acquisition
Regulation (FAR 48 CFR 3.104. The contracting officer has made a copy of FAR
48 CFR 3.104 available to me.
4.* To the best of my knowledge, neither I, my
spouse, my child(ren), nor members of my household:
a. Have any direct or indirect financial interest:
(1) In any firm on the list of potential offerors or
any firm that has otherwise expressed an interest in the acquisition (if this
certification is made prior to receipt/opening of proposals).
(2) In any of the firms submitting proposals in
response to this solicitation or their proposed team members/subcontractors
(if this certification is made subsequent to receipt/opening of proposals).
b. Have any other beneficial interest in such firms
except:
_______________________________________________________
|
|
Example: Certificate - continued
5. * To the best of my knowledge, no
person related to me by blood or marriage or any business associate is
employed by or has a direct or indirect financial interest or any other
beneficial interest in the firms referenced in paragraph 5.a, above, except:
______________________________________________________________
______________________________________________________________
* The listing of interests or activities
under paragraphs 4 and 5 above does not necessarily mean that the employee
cannot participate in the acquisition/source selection process. The effect
of the interests/activities will be determined by the Chairperson of the TET,
as set out in the Source Selection Plan (or the Contracting Officer for
acquisitions at his/her level), after consultation with L/BA.
6. I understand that 41 U.S.C. 423 and
provisions of the FAR govern the release of proprietary and source selection
information. I will not knowingly disclose any contractor bid or proposal
information or source selection information regarding this acquisition
directly or indirectly to any person other than a person authorized by the
head of the agency or the Contracting Officer to receive such information.
7. I will observe the following rules
during the conduct of the acquisition:
a. I will not solicit or accept,
directly or indirectly, any promise of future employment or business
opportunity from, or engage, directly or indirectly, in any discussion of
future employment or business opportunity with, any officer, employee,
representative, agent or consultant of a competing contractor or
subcontractor.
b. I will not ask for, demand,
exact, solicit, seek, accept, receive or agree to receive, directly or
indirectly, any money, gratuity or other thing of value from any officer,
employee, representative, agent or consultant of any competing contractor or
subcontractor for this acquisition. I will advise my family that the
acceptance of a gratuity from those who are engaged in or seek to do business
with the Department of Defense may be imputed to me and must therefore be
avoided.
c. I will instruct members of my
parent or home organization not to divulge my participation in the evaluation
and source selection process or my physical location while participating in
the evaluation and source selection process to unauthorized persons.
d. I understand that all
communications with offerors or their team members/subcontractors concerning
this acquisition must be made by/through the Contracting Officer or his or
her designee. I will divert all attempted communications by offerors
representatives or any other unauthorized person to the Contracting Officer,
and advise the Chairperson of the TET and L/BA.
e. I will not discuss evaluation or
source selection matters, including proprietary proposal information, with
any unauthorized individuals (including Government personnel), even after the
announcement of the successful offeror, unless authorized by proper
authority. All discussions of evaluation/source selection matters with other
TET members shall be conducted solely in those areas designated for
deliberations.
|
|
Example: Certificate - continued
8. I realize that my actions in
connection with my participation in this source selection are subject to
intense scrutiny and I will conduct myself in a way that will not adversely
affect the confidence of the public in the source selection process. I will
avoid any action, whether or not prohibited, that could result in or create
the appearance of my losing independence or impartiality. I will not use my
public office for private gain, and I agree not to engage in any personal
business or professional activity, or enter into any financial transaction,
that involves or appears to involve the direct or indirect use of inside information
to further a private gain for myself or others.
9. I understand that my obligations
under this certification are of a continuing nature, and if anything takes
place which would cause a change to any statement, or create a violation of
any representation or rule of conduct herein, I will immediately bring such
matter to the attention of the Chairperson of the TET or the Contracting
Officer.
CERTIFICATION
10. I agree to the Terms of this
Agreement and certify that I have read and understand the above Agreement. I
further certify that the statements made herein are true and correct.
_______________________________ __________________________
Signature Date
_______________________________ __________________________
Name (Printed) Organization
|