About | HeinOnline Law Journal Library | HeinOnline Law Journal Library | HeinOnline

B-411225,B-411251,B-411350 1 (2015-06-18)

handle is hein.gao/gaobadren0001 and id is 1 raw text is: 




 G             A   O                                                  Comptroller General
       Accountability * Integrity * Reliability                       of the United States
 United States Government Accountability Office
 Washington, DC 20548



          Decision


          Matter of: KAES Enterprises, LLC

          File:       B-411225; B-411251; B-411350

          Date:       June 18, 2015

          Christopher Kaes, for the protester.
          Nathaniel Greeson, Esq., and John Cho, Esq., Federal Emergency Management
          Agency, for the agency.
          Eric M. Ransom, Esq., and Edward Goldstein, Esq., Office of the General Counsel,
          GAO, participated in the preparation of the decision.
          DIGEST

          Protest alleging that solicitation's performance thresholds are unreasonable is
          denied where the performance thresholds reflect the agency's need to ensure that
          contract requirements are met, and logically relate to the required contract tasks.
          DECISION

          KAES Enterprises, LLC, of Puyallup, Washington, protests the terms of requests for
          proposals (RFP) No. HSFE70-15-R-0002, No. HSFE70-15-R-0017, and
          No. HSFE70-14-R-0041, issued by the Federal Emergency Management Agency
          (FEMA) for generator maintenance services at FEMA distribution centers in Hawaii,
          Guam, and Puerto Rico, respectively. KAES alleges that the RFPs are defective
          because the performance thresholds in the performance work statements (PWS) do
          not rationally relate to the required tasks.

          We deny the protest.

          The three RFPs at issue here, posted by FEMA between December 23, 2014 and
          February 25, 2015, seek proposals from small business firms to provide generator
          maintenance services and associated repairs at the three FEMA distribution
          centers. Each RFP contemplates the award of fixed-price contract on a best-value
          basis. The RFPs for the Hawaii and Guam requirements anticipate a contract with
          a 1-year base period of performance and four 1-year option periods. The RFP for
          the Puerto Rico requirement anticipates a contract with a 1-year base period and
          twol -year option periods.

What Is HeinOnline?

HeinOnline is a subscription-based resource containing thousands of academic and legal journals from inception; complete coverage of government documents such as U.S. Statutes at Large, U.S. Code, Federal Register, Code of Federal Regulations, U.S. Reports, and much more. Documents are image-based, fully searchable PDFs with the authority of print combined with the accessibility of a user-friendly and powerful database. For more information, request a quote or trial for your organization below.



Contact us for annual subscription options:

Already a HeinOnline Subscriber?

profiles profiles most