SCS Refrigerated Services, LLC
Highlights
SCS Refrigerated Services, LLC protests the award of a contract to Spokane Produce, Inc. under request for proposals (RFP) No. HDEC02-06-R-0007, issued by the Defense Commissary Agency (DeCA) for providing fresh fruits and vegetables to commissaries located in DeCA's west region (Area 4). SCS argues that DeCA improperly evaluated its proposal and that the best value award decision was unreasonable.
B-298790; B-298790.2; B-298790.3, SCS Refrigerated Services, LLC, November 29, 2006
DOCUMENT FOR PUBLIC RELEASE
The decision issued on the date below was subject to a GAO Protective Order. This redacted version has been approved for public release.
Decision
Matter of: SCS Refrigerated Services, LLC
File: B-298790; B-298790.2; B-298790.3
William A. Shook, Esq., Kelley P. Doran, Esq., Matthew Koehl, Esq., and Victor G. Vogel, Esq., Preston Gates Ellis & Rouvelas Meeds LLP, for the protester.
Harold G. Bailey, Jr., Esq., Richard D. Gluck, Esq., Aaron W. Knights, Esq., and Robert A. Boraks, Esq., Garvey Schubert Barer, for Spokane Produce, Inc., an intervenor.
Elliot J. Clark, Jr., Esq., Defense Commissary Agency, for the agency.
Edward Goldstein, Esq., and Christine S. Melody, Esq., Office of the General Counsel, GAO, participated in the preparation of the decision.
DIGEST
Protest challenging proposal evaluation and source selection decision is denied where record shows evaluation and award decision were reasonable and consistent with solicitation's evaluation terms and applicable procurement regulations.
DECISION
SCS Refrigerated Services, LLC protests the award of a contract to Spokane Produce, Inc. under request for proposals (RFP) No. HDEC02-06-R-0007, issued by the Defense Commissary Agency (DeCA) for providing fresh fruits and vegetables to commissaries located in DeCA's west region (Area 4). SCS argues that DeCA improperly evaluated its proposal and that the best value award decision was unreasonable.
DeCA operates commissary stores, which provide for the sale of groceries and household supplies to members of the military and authorized patrons. On
Pursuant to the RFP, award was to be made to the offeror whose proposal represented the best value to the government based upon the evaluation factors of technical capability, past performance, and price. The solicitation specified that technical capability was significantly more important than past performance, and when combined, technical capability and past performance were significantly more important than price. RFP amend. 4, at 14.
Under the technical capability factor, the solicitation included the following four subfactors: (1) experience, (2) quality program, (3) production capability/distribution plan, and (4) additional support/promotion plan, which was slightly less important than the other three equally weighted subfactors. The past performance factor was comprised of the following three subfactors: (1) product delivery, (2) quality history/customer satisfaction, and (3) business relations, which was slightly less important than the other two equally weighted subfactors. Under the terms of the RFP, technical capability was to be evaluated based on narratives and information submitted by the offerors in their technical proposals and past performance was to be evaluated based on responses to past performance surveys provided by the offerors' references and any other past performance information available to the contracting officer. RFP amend. 4, at 14-15.
Due to the inherent variability of prices for fresh fruits and vegetables, the RFP did not seek fixed prices for produce; rather, offerors were required to propose what the solicitation termed the offeror's percentage of patron savings, which was defined as follows:
the average amount the contractor will save the commissary patron on all core items over the selling price of the same or similar items from comparable commercial operations within the local commuting area and/or geographical area within a 20-mile radius of the commissary location (excluding membership clubs and convenience type stores), called Market Basket Pricing. . . . The contractor will be required to maintain the minimum percentage of patron savings throughout the life of the contract.
RFP amend. 4, at 21.[2]
In response to the RFP, DeCA received timely proposals from six offerors, including SCS and
After receipt of final proposal revisions, DeCA's final evaluation of proposals reflected the following ratings:
Final Evaluation Results Group 1 | Maximum Points |
|
A |
B |
C |
SCS |
D |
Technical Capability | |||||||
Experience | 30 | 28 (EX) | 27 | 27 | 25 | 26 (VG) | 27 |
Quality Program | 30 | 28 (EX) | 27 | 27 | 27 | 27 (EX) | 27 |
Production Capability/Distribution Plan | 30 | 28 (EX) | 25 | 24 | 23 | 23 (VG) | 22 |
Additional Support/Promotion Plan | 20 | 18 (EX) | 18 | 18 | 17 | 18 (EX) | 13 |
Total Score: | 110 | 102 (EX) | 97 | 96 | 92 | 94 (VG) | 89 |
Past Performance |
|
| |||||
Product Delivery | 30 | 28 (EX) | 28 | 28 | 28 | 28 (EX) | 28 |
Quality History/Customer Satisfaction | 30 | 27 (EX) | 27 | 27 | 26 | 25 (VG) | 20 |
Business Relations | 20 | 18 (EX) | 18 | 19 | 18 | 15 (VG) | 13 |
Total Score: | 80 | 73 (EX) | 73 | 74 | 72 | 68 (VG) | 61 |
Total Technical and Past Performance Score: | 190 |
175 | 170 | 170 | 164 |
162 | 150 |
Proposed Minimum % of Patron Savings: |
40% | 40% | 40% | 41% |
51% | 42% |
Agency Report (AR), Tab 12, Decision Summary Document, at 35.[3]
In making its best value decision, DeCA compared
In its protest, SCS challenges DeCA's evaluation of its proposal, DeCA's evaluation of the proposal submitted by
In reviewing an agency's evaluation, we will not reevaluate offerors' proposals; instead, we will examine the agency's evaluation to ensure that it was reasonable and consistent with the solicitation's stated evaluation criteria and procurement statutes and regulations. Urban-Meridian Joint Venture, B-287168, B-287168.2,
Here, the record reflects that DeCA conducted a detailed evaluation of the proposals submitted by SCS and
Initially, we note that the latter comment does not appear to be an adverse comment concerning SCS. In any event, the evaluation record does not indicate any weaknesses attributed to SCS's proposal under the experience subfactor; thus there is nothing to suggest that SCS was downgraded as a consequence of the above remarks it challenges. Rather, these comments reflect a comparative assessment of SCS's proposal with the proposal submitted by
SCS also challenges specific weaknesses attributed to its proposal under the technical capability subfactor, production capability/distribution plan, and concerns regarding its past performance. During its discussions with SCS regarding production capability/distribution plan, DeCA asked SCS to explain how it intended to handle emergency, out-of-cycle, or replacement orders at stores located in the
Under the past performance factor, DeCA informed SCS during discussions of a negative comment regarding its past performance, which stated that SCS sometimes takes too long in providing answers to problems or issues.
While SCS maintains that it addressed each of the above concerns in its response to DeCA's discussion questions, the record reflects that DeCA's concerns regarding SCS's distribution plans and its past performance remained--SCS's challenges reflect nothing more than its disagreement with DeCA's evaluation. Specifically, regarding DeCA's request for further information regarding SCS's emergency, out-of-cycle, or replacement products for the Puget Sound area stores, SCS responded, in part, by stating that [d]epending on the nature of the emergency, response time could be less than 4 hours or as much as next delivery. AR, Tab 8, SCS's Response to Discussions at 5. As a consequence of this statement, DeCA was concerned that emergency orders to the
SCS also maintains that its score under the production capability/distribution plan subfactor should have been higher since, as requested by DeCA, it identified its alternate sources of supply in the event one or more of its transport trucks is unable to complete deliveries to a commissary store location due to inclement weather, and explained its plans for providing replacement products to the Malmstrom and Mountain Home stores from a local source in the event a product is rejected upon delivery at these locations. While the record reflects that SCS did in fact address these issues, DeCA concluded that SCS's responses did not fully allay its concerns. Specifically, while SCS had named a primary alternate source for deliveries, Duck Delivery of Sumner, Washington, DeCA faulted SCS for failing to provide a formal contract or written agreement with this source. In addition, DeCA had concerns about SCS's plans to use Peirone Produce for replacement products at the Malmstrom and Mountain Home stores, as opposed to a local source, since, according to DeCA, Peirone Produce was an 8-10 hour drive from these stores.[6] Moreover, DeCA found SCS's representations that it would work to maintain relationships with the commissaries' current emergency suppliers lacked specific information to guarantee a future relationship with these suppliers. While SCS maintains that DeCA's concerns were unreasonable, its arguments amount to mere disagreement with the agency's evaluation and do not provide a basis for sustaining its protest.
Moreover, SCS contends that the agency improperly considered the location of its suppliers and its failure to provide evidence of formal contracts or agreements with its contingency suppliers since these were not stated bases of evaluation. While procuring agencies are required to identify significant evaluation factors and subfactors in a solicitation, they are not required to identify every aspect of each factor that might be taken into account; rather, agencies reasonably may take into account considerations, even if unstated, that are reasonably related to or encompassed by the stated evaluation criteria. See Ridoc Enter., Inc., B-292962.4,
These aspects of the evaluation were reasonable. Under the production capability/distribution plan subfactor, the solicitation required offerors to provide detailed descriptions of their contingency plans for delays, how they would handle out-of-cycle and emergency orders, how they would handle produce shortages, and to identify back-up sources. RFP amend. 4 at 12-13. Given the scope of the requested information, we think the location of an offeror's back-up suppliers and the certainty of its relationships with its back-up suppliers were reasonably related to an offeror's ability to respond to distribution challenges so as to timely and adequately meet the produce needs of the various Area 4, Group 1 commissaries. As a consequence, DeCA's concerns did not reflect the application of unstated evaluation factors.
SCS maintains that DeCA unreasonably evaluated its proposal under the past performance subfactor, business relations, as well. According to SCS, it addressed DeCA's concerns resulting from a past performance reference commenting that SCS sometimes takes too long in providing answers to problems or issues, by proposing a full-time military manager dedicated exclusively to the commissaries' needs. AR, Tab 8, SCS Discussion Questions, at 3. In addition, SCS contends that since this concern was considered by the agency to be only a slight problem, a point score of 15 out of 20 points was not warranted. AR, Tab 11, Technical Evaluation of SCS, at 8.
The record shows that the agency found SCS's response unpersuasive since it was merely a restatement of information in its proposal and did not provide DeCA with any further assurances that its responses to concerns of the commissaries would be timely. As explained by the contracting officer, the TEB found that SCS's military manager was identified as having numerous responsibilities, and given these varied responsibilities, DeCA questioned whether the military manager would be capable of promptly addressing concerns at all of the Area 4, Group 1 commissaries. AR, Contracting Officer's Statement, at 16. Regarding its point score under this subfactor, SCS's argument underscores its mistaken belief that absent a weakness, it was entitled to a rating of exceptional. DeCA's evaluation, however, contemplated assessments of offerors' strengths and weaknesses; thus, a proposal without any weaknesses was not automatically entitled to a rating of exceptional. In any event, the record reflects that SCS's score corresponded to an adjectival rating of very good, which appears reasonable given SCS past performance record which reflected ratings of satisfactory through excellent, as well DeCA's reasonable concern regarding SCS's ability to timely respond to the concerns of the commissaries as discussed above. Ultimately, SCS's protest of its past performance evaluation reflects nothing more than its disagreement with DeCA's judgments regarding this aspect of its proposal.
SCS also challenges the evaluation of its proposal under the technical capability subfactor, quality program. Specifically, DeCA had asked SCS during discussions to provide additional information explaining SCS's fresh-cut process and defining the number of days SCS will guarantee the shelf life of fresh-cut fruit and vegetables. AR, Tab 8, SCS Discussions Letter at 2. SCS maintains that it addressed this area of concern in its proposal and that DeCA failed to consider its response. As a consequence, SCS maintains that it unreasonably received a score which was 1 point below the score received by
In challenging DeCA's evaluation of
In evaluating Spokane's proposal under the production capability/distribution plan subfactor, DeCA determined that Spokane's proposal contained several strengths with regard to its ability to address emergency, out-of-cycle, or replacement products with little or no risk, including the fact that Spokane's teaming arrangement provides for a teaming partner to be located within hours of a commissary and to thereby rapidly respond to the needs of the commissaries. AR, Tab 11, Technical Evaluation of
During discussions, DeCA did ask
As a final matter, SCS argues that the agency's source selection decision was flawed because it was based on a mechanical application of the numeric scores and thus failed to provide a meaningful consideration of SCS's significantly lower price.
In a best value procurement, such as this, a procuring agency properly may select for award a higher-rated technical proposal with a higher price, where the agency determines that the price premium is justified considering the technical superiority of the selected proposal. BTC Contract Servs., Inc., B-295877,
The protest is denied.
Gary L. Kepplinger
General Counsel
[1] As it relates to the protest, Group 1 included commissaries at the following locations: (1) Bangor Naval Submarine Base, Washington; (2) Bremerton Naval Station, Washington; (3) Fairchild Air Force Base, Washington; (4) Fort Lewis, Washington; (5) Malmstrom Air Force Base, Montana; (6) McChord Air Force Base, Washington; (7) Mountain Home Air Force Base, Idaho; (8) Smokey Point, Washington; and (9) Whidbey Island, Washington.
[2] Offerors were also required to submit unit prices for 37 in-season high volume core items, which were to reflect the offeror's proposed patron savings percentage. RFP at 18. The unit prices were to be evaluated for reasonableness and were intended to provide DeCA with a basis for assessing price realism. RFP amend. 4, at 8.
[3] As reflected by the record, our office modified the above table from the one included in the agency report to indicate the maximum point values for each factor and subfactor, as well as the adjectival ratings associated with the numerical scores earned by
[4] SCS expressly withdrew its allegation that award to
[5] While SCS repeatedly maintains that its discussions were not meaningful because it was not apprised of weaknesses identified in its proposal, the record reflects that SCS was in fact informed of the various weaknesses identified by DeCA as part of its technical evaluation. To the extent SCS complains that the agency should have held a second round of discussions, thereby allowing SCS to address DeCA's concerns regarding SCS's responses to DeCA's discussion questions, DeCA was not required to do so. See Nomura Enter. Inc., B-251889.2,
[6] While SCS challenges DeCA's characterization of the drive time between Peirone Produce and Malmstrom and Mountain Home as being 8-10 hours, arguing that the drive time is closer to 6-7 hours, the agency notes that its projected time was only an estimate and provided a detailed discussion of the topography of the travel route to explain why it believes the drive time would be greater than that projected by SCS. There is nothing in the record to suggest that the agency's evaluation in this regard was unreasonable.
[7] SCS also argued that DeCA improperly considered attachments, included as appendices to