This is the accessible text file for GAO report number GAO-07-33R 
entitled 'State Department Contract for Security Installation at 
Embassies Awarded to 8(a) Joint Venture' which was released on November 
8, 2006. 

This text file was formatted by the U.S. Government Accountability 
Office (GAO) to be accessible to users with visual impairments, as part 
of a longer term project to improve GAO products' accessibility. Every 
attempt has been made to maintain the structural and data integrity of 
the original printed product. Accessibility features, such as text 
descriptions of tables, consecutively numbered footnotes placed at the 
end of the file, and the text of agency comment letters, are provided 
but may not exactly duplicate the presentation or format of the printed 
version. The portable document format (PDF) file is an exact electronic 
replica of the printed version. We welcome your feedback. Please E-mail 
your comments regarding the contents or accessibility features of this 
document to Webmaster@gao.gov. 

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately. 

United States Government Accountability Office: 

Washington, DC 20548: 

November 8, 2006: 

The Honorable Stephen C. Preston: 
Administrator: 
Small Business Administration: 

Subject: State Department Contract for Security Installation at 
Embassies Awarded to 8(a) Joint Venture: 

Dear Mr. Preston: 

In March 2003, the Department of State (State) awarded a sole-source 
contract to EmbSEC, a Virginia limited liability corporation, for work 
at U.S. embassies. The contract currently has a ceiling price of $354 
million. The contractor is required to install and maintain technical 
security equipment, such as alarms, cameras, and controlled-access 
equipment; establish X-ray capability for special projects; and 
maintain and repair physical security products. The contractor also 
procures equipment and materials and operates the warehouse where they 
are stored. 

EmbSEC was created as a joint venture, mentor/protégé partnership under 
the Small Business Administration's (SBA) 8(a) business development 
program. A joint venture in the 8(a) program is an agreement between an 
8(a) participant and one or more businesses to work together on a 
specific 8(a) contract. SBA regulations state that the purpose of the 
mentor/protégé relationship is to enhance the capabilities of the 
protégé and to improve its ability to successfully compete for 
contracts. The EmbSEC joint venture is comprised of RDR, Inc., the 
mentor, and BP International (BPI), the protégé, an 8(a) firm at the 
time the contract was awarded. State had awarded 8(a) contracts to RDR 
for the same type of work in 1992 and 1998. 

We received a tip on our fraud hotline regarding the EmbSEC 
contract.[Footnote 1] The objectives of our review, conducted under the 
authority of the Comptroller General to conduct evaluations on his own 
initiative, were to determine (1) State's basis for awarding the 
contract to EmbSEC without competition and (2) the extent to which SBA 
has monitored the roles and responsibilities of the companies under the 
joint venture arrangement. We are sending a separate management letter 
to State regarding this contract.[Footnote 2] 

Results in Brief: 

State relied on a waiver of 8(a) competitive thresholds, granted by SBA 
in 2001, to award the sole-source contract to EmbSEC. However, the 
waiver was improper because SBA was not authorized to grant it. SBA can 
authorize sole-source 8(a) awards above the competitive thresholds (1) 
for specific procurements and (2) if it determines that other 8(a) 
firms cannot compete for the requirement. In this case, SBA authorized 
State to make sole-source 8(a) awards in any amount for contracts that 
"supplement the security of U.S. Government diplomatic posts and 
protect the lives of Departmental personnel." The waiver was not tied 
to a specific procurement, but was a blanket waiver that could be 
applied to any contract pertaining to security at diplomatic posts. The 
waiver was signed by another official on behalf of SBA's Associate 
Administrator for 8(a) Business Development; SBA headquarters officials 
were unaware of the waiver until we brought it to their attention. They 
agreed that it was unauthorized. State incorporated the waiver in its 
procurement regulation in April 2004, but officials from State's 
offices of procurement policy and Small Business Utilization told us it 
has been used only for the EmbSEC contract. It is not clear why State 
used the waiver to award the 2003 contract to EmbSEC rather than using 
competitive procedures. Five years earlier, in 1998, when RDR was 
awarded the prior contract as the only 8(a) offerer, the contracting 
officer expressed concern with the lack of competition, noting that "it 
would be in the best interest of the government to re-compete this 
requirement at the earliest practical time." State officials told us 
that a number of companies could perform this work. 

Although SBA officials approved the EmbSEC joint venture and mentor/ 
protégé agreement, they have not monitored the roles and 
responsibilities of the two contractors, despite the fact that this is 
an unusually large and complex 8(a) contract. According to contractor 
representatives, as well as State officials, RDR sought out BPI as an 
8(a) joint venture partner for the contract. At the time, BPI was a 
very small firm specializing in information technology project 
management and consulting. Under the EmbSEC contract, RDR and DynCorp, 
a subcontractor, install and maintain security systems at embassies, 
and BPI provides administrative services, such as operating the 
warehouse for the equipment. SBA headquarters officials--the Associate 
Administrator for the 8(a) Business Development program and a 
representative from the office of General Counsel--said that this 
arrangement does not appear to be providing BPI, as the protégé, with 
the experience that would be expected. Officials in SBA's Washington, 
D.C., district office had not followed up to ensure that the 8(a) firm 
was receiving the appropriate benefits from the arrangement. 

We are recommending that SBA retract the 2001 waiver and that it review 
the roles and responsibilities of RDR and BPI under the 8(a) joint 
venture. In written comments on a draft of this report, SBA agreed with 
the recommendations. We also received a minor technical comment from 
EmbSEC, which we incorporated. 

Background: 

SBA's 8(a) business development program is one of the federal 
government's primary means for developing small businesses owned by 
socially and economically disadvantaged individuals. Firms approved as 
8(a) participants can receive business development assistance from SBA 
but may only participate in the 8(a) program for a maximum of 9 years. 
BPI was an 8(a) firm at the time of contract award but has since 
graduated from the program. Contracting officers can award contracts to 
8(a) firms without competition below certain dollar thresholds--namely 
up to $5 million for manufacturing and up to $3 million for all other 
contracts. These competitive thresholds may be waived by SBA's 
Associate Administrator for 8(a) Business Development if there is not a 
reasonable expectation that at least two eligible 8(a) participants 
will submit offers at a fair price. 

In 1998, SBA started negotiating memorandums of understanding that 
allow federal agencies to contract directly with 8(a) firms. These 
memorandums delegate contract execution responsibility to the agencies 
and require them to monitor certain requirements of the contracts. 
Before contracting with an 8(a) firm, however, agencies must request 
approval from the relevant SBA district office (the Washington district 
office, in this case). 

Basis for the Sole-Source Award Was an Improper SBA Waiver: 

On September 18, 2001, State requested that SBA waive 8(a) competitive 
thresholds for contracts that "supplement the security of U.S. 
Government diplomatic posts and protect the lives of Departmental 
personnel." An SBA official approved the waiver on behalf of the 
Associate Administrator for 8(a) Business Development the next day to 
apply "for the duration of the national state of emergency" as declared 
by the President; the waiver contains no expiration date. This waiver 
was improper because SBA was not authorized to issue it. SBA can waive 
the competitive thresholds for a specific contract opportunity after 
determining that there is not a reasonable expectation that at least 
two eligible 8(a) participants will submit offers at a fair 
price[Footnote 3] but was not authorized to approve a blanket waiver, 
as was done here. In its letter approving the waiver, SBA agreed that 
"it is not reasonable that the Department of State would have the time 
to advertise, evaluate and negotiate with several contractors to obtain 
reasonable pricing." State, however, had identified no specific 
requirement under which this would be the case. State officials said 
they interpret the waiver as a "security policy" after the September 
2001 terrorist attacks and never viewed it as pertaining to a specific 
requirement. SBA headquarters officials were not aware of the waiver 
until we brought it to their attention. They agreed that it was 
unauthorized. 

State made the waiver authority effective on September 19, 2001, via a 
procurement information bulletin. It was subsequently incorporated in 
State's acquisition regulation[Footnote 4] on April 13, 2004, so that, 
according to officials, it would be more visible to contracting 
officers. Officials from State's Office of Small Business Utilization 
and from the contracting office told us the EmbSEC contract is the only 
one that has been awarded under the waiver. 

It is unclear why State relied on the SBA waiver rather than using 
competitive procedures to award this contract. State contracting 
officers had raised concerns in the past about the lack of competition 
for the security installation work. In 1998, when RDR was the only 8(a) 
offerer, the contracting officer expressed concern with the lack of 
competition and concluded that "it would be in the best interest of the 
government to re-compete this requirement at the earliest practical 
time." Contracting officer's representatives in State's Bureau of 
Overseas Buildings Operations indicated to us that a number of 
companies could perform the security installation work. Nevertheless, 
State's desire to continue contracting with RDR after it had graduated 
from the 8(a) program led RDR to seek out an 8(a) company with which to 
form a joint venture for the follow-on, sole-source contract. 

SBA Has Not Monitored Roles and Responsibilities of 8(a) Joint Venture 
Participants: 

SBA, which is responsible for monitoring the joint venture and ensuring 
that the mentor/protégé relationship complies with SBA regulations, has 
not carried out these duties--despite the fact that this $354 million, 
sole-source contract is, according to SBA headquarters officials, 
extremely unusual under the 8(a) program. Under joint ventures, the 
8(a) firm is supposed to perform a significant portion of the contract, 
according to SBA regulations. While the EmbSEC joint venture operating 
agreement states that BPI shall perform a significant portion of the 
work, its description of the roles and responsibilities of RDR and BPI 
states that RDR is to perform operations support, database development, 
and security system design and installation services. On the other 
hand, BPI is to provide program management, subcontract management, 
warehousing, administrative, computer resource, and procurement 
services. According to contractor representatives, the division of work 
set forth in the joint venture agreement is an accurate depiction of 
how the two parties' responsibilities have been carried out, with 
DynCorp, a subcontractor, providing security installation services 
along with RDR. According to RDR and BPI representatives, as well as 
State officials, RDR sought out BPI as an 8(a) partner with which to 
form the joint venture to win the follow-on contract for security 
installation. BPI had no experience with security installation; it was 
a very small firm specializing in information technology project 
management and consulting. 

SBA headquarters officials--the Associate Administrator for 8(a) 
Business Development and a senior attorney in SBA's office of General 
Counsel--told us that the division of responsibilities does not appear 
to be providing BPI with experience in performing the basic intent of 
the contract--security system installation. District officials 
explained that they may approve a joint venture under the expectation 
that the 8(a) firm would hire more people to learn the technical 
aspects of the contract work. They had not followed up to see if this 
was happening under the EmbSEC joint venture. 

RDR and BPI also entered into a mentor/protégé agreement, approved by 
SBA. The agreement sets forth the support to be provided by the mentor, 
consisting of, among other things, management assistance, assistance in 
setting up an accounting system compliant with government standards, 
and assistance in setting up lines of credit and obtaining loans. The 
technical assistance RDR is to provide to BPI is broadly stated: 
"Identify and issue subcontracts for work…to build capabilities and 
qualifications" and "Provide access to technical training, equipment, 
and qualified personnel." Contractor representatives told us that RDR 
has issued no subcontracts to BPI. According to BPI's president, his 
company has benefited in that he can now cite this large contract as a 
corporate qualification for winning future government contracts. There 
was never an intention that BPI receive technical experience installing 
security systems under the contract. 

SBA's 8(a) regulation states that it will not approve a mentor/protégé 
agreement if it determines that the agreement is merely a vehicle to 
enable a non-8(a) participant to receive 8(a) contracts. SBA district 
officials had not followed up to ensure that the 8(a) firm was 
receiving the appropriate benefits from the arrangement, despite a 
requirement that they review the relationship annually to determine 
whether to approve its continuation for another year. At the time of 
our review, the EmbSEC contract had been in place for over 3 years. 

Conclusion: 

A lack of oversight at SBA contributed to the problems we identify in 
this letter. Actions are needed at headquarters and at the district 
office to address the issues we raised. We are making recommendations 
to State regarding this contract in a separate letter. 

Recommendations for Executive Action: 

We recommend that the Administrator of SBA take the following two 
actions: 

* Retract the September 2001 waiver of 8(a) competitive thresholds 
granted to the Department of State. 

* Direct the Washington district office to review the roles and 
responsibilities of BPI versus those of RDR under the EmbSEC 8(a) joint 
venture to determine whether the joint venture is meeting the intent of 
the SBA program. 

Agency Comments: 

In written comments on a draft of this report, SBA agreed with the 
recommendations, stating that it has retracted the waiver of 8(a) 
competitive thresholds and instructed State to terminate, for 
convenience, any contracts that were awarded under this waiver unless 
State believes other authority exists for such awards. SBA has also 
directed the district office to provide evidence of its annual 
assessments of the mentor/protégé relationship between RDR and BPI. If 
the assessments were not done, the district office is to conduct them 
and provide an explanation as to why they were not performed. SBA's 
comments are reproduced in appendix I. We also received a minor 
technical comment from EmbSEC, which we incorporated. 

Scope and Methodology: 

We analyzed documents in State's EmbSEC contract files as well as the 
prior contract with RDR. We reviewed pertinent sections of the Federal 
Acquisition Regulation and State's supplement, and small business 
regulations. We held discussions with SBA officials from headquarters 
and the Washington district office. We interviewed State contracting 
officials and met with contractor representatives. We conducted our 
review from May 2006 to August 2006 in accordance with generally 
accepted government auditing standards. Key contributors to this 
correspondence were Michele Mackin, Assistant Director; John Krump; 
Sylvia Schatz; and Tatiana Winger. 

Sincerely yours, 

Signed by: 

Katherine V. Schinasi, Managing Director: 
Acquisition and Sourcing Management: 

[End of section] 

Appendix I: Comments from the U.S. Small Business Administration: 

U.S. Small Business Administration: 
Washington, D.C. 20416: 

Office Of The Administrator: 

October 30, 2006: 

Ms. Katherine V. Schinasi: 
Managing Director: 
Acquisition and Sourcing Management: 
U.S. Government Accountability Office: 
Washington DC 20548: 

Dear Ms. Schinasi: 

Thank you for your GAO Audit Report of September 2006 submitted to the 
U.S. Small Business Administration (SBA) regarding the U.S. Department 
of State's contract for Security Installation at Embassies awarded to 
an 8(a) joint venture. 

SBA reviewed your recommendations and has taken the following actions: 

A. Retracted the Waiver Above the 8(a) Competitive Threshold for Sole 
Source Contracts that was issued to the U.S. Department of State in 
September 2001 and instructed the Department of State to terminate, for 
convenience, any contracts that were awarded under the authority of 
this waiver unless the Department believes other authority exists for 
such awards; and: 

B. Directed the Washington Metropolitan Area District Office (WMADO) to 
provide evidence of its annual assessments of the RDR, Inc., BP 
International Mentor/Protege relationship since the Agreement was 
approved on July 25, 2002, including the District Director's 
determination of the Protege's benefits. It was also requested that 
WMADO provide evidence that the Protege met the required performance of 
work under any contracts awarded under the authority of the September 
2001 waiver. If these assessments were not performed, WMADO was 
instructed to conduct the assessments and provide an explanation on why 
they were not performed in accordance with the regulations. These 
actions are to be completed no later than November 8, 2006. 

If you have additional questions or comments, please contact me 
directly. 

Sincerely Yours, 

Signed by: 

Steven C. Preston: 

[End of Section] 

FOOTNOTES 

[1] The purpose of GAO's FraudNET is to facilitate reporting of 
allegations of fraud, waste, abuse, or mismanagement of federal funds. 
Allegations are received via e-mail at fraudnet@gao.gov. 

[2] GAO, Department of State Contract for Security Installation at 
Embassies, GAO-07-34R (Washington, D.C.: Nov. 8, 2006). 

[3] 13 C.F.R. 124.506(d) (2001). These standards remain in place. See 
13 C.F.R. 124.506(d) (2006). 

[4] Department of State Acquisition Regulation, 48 C.F.R. 619.805-2 
(2005). 

GAO's Mission: 

The Government Accountability Office, the investigative arm of 
Congress, exists to support Congress in meeting its constitutional 
responsibilities and to help improve the performance and accountability 
of the federal government for the American people. GAO examines the use 
of public funds; evaluates federal programs and policies; and provides 
analyses, recommendations, and other assistance to help Congress make 
informed oversight, policy, and funding decisions. GAO's commitment to 
good government is reflected in its core values of accountability, 
integrity, and reliability. 

Obtaining Copies of GAO Reports and Testimony: 

The fastest and easiest way to obtain copies of GAO documents at no 
cost is through the Internet. GAO's Web site ( www.gao.gov ) contains 
abstracts and full-text files of current reports and testimony and an 
expanding archive of older products. The Web site features a search 
engine to help you locate documents using key words and phrases. You 
can print these documents in their entirety, including charts and other 
graphics. 

Each day, GAO issues a list of newly released reports, testimony, and 
correspondence. GAO posts this list, known as "Today's Reports," on its 
Web site daily. The list contains links to the full-text document 
files. To have GAO e-mail this list to you every afternoon, go to 
www.gao.gov and select "Subscribe to e-mail alerts" under the "Order 
GAO Products" heading. 

Order by Mail or Phone: 

The first copy of each printed report is free. Additional copies are $2 
each. A check or money order should be made out to the Superintendent 
of Documents. GAO also accepts VISA and Mastercard. Orders for 100 or 
more copies mailed to a single address are discounted 25 percent. 
Orders should be sent to: 

U.S. Government Accountability Office 

441 G Street NW, Room LM 

Washington, D.C. 20548: 

To order by Phone: 

Voice: (202) 512-6000: 

TDD: (202) 512-2537: 

Fax: (202) 512-6061: 

To Report Fraud, Waste, and Abuse in Federal Programs: 

Contact: 

Web site: www.gao.gov/fraudnet/fraudnet.htm 

E-mail: fraudnet@gao.gov 

Automated answering system: (800) 424-5454 or (202) 512-7470: 

Public Affairs: 

Jeff Nelligan, managing director, 

NelliganJ@gao.gov 

(202) 512-4800 

U.S. Government Accountability Office, 

441 G Street NW, Room 7149 

Washington, D.C. 20548: