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

B-280922 1 (1998-12-04)

handle is hein.gao/gaocrptahxe0001 and id is 1 raw text is: 


oComptroller General
             of the United States
             Washington, D.C. 20548
             Decision




             Matter of: Teltara Inc.

             File:       B-280922

             Date:       December 4, 1998

             Ralph B. Wahlberg and Michael W. Campbell for the protester.
             Pamela Langston-Cox, Esq., Internal Revenue Service, for the agency.
             Jacqueline Maeder, Esq., and Paul Lieberman, Esq., Office of the General Counsel,
             GAO, participated in the preparation of the decision.
             DIGEST

             Source selection decision is not reasonable where the record does not provide any
             documentation or explanation which supports the decision, and the source selection
             memo essentially contains only percentage comparisons between the technical point
             score and price of the awardee's proposal and the technical point scores and prices
             of the other proposals, which do not support the purported best value
             determination.
             DECISION

             Teltara Inc. protests the award of a contract to TMI Services, Inc. under request for
             proposals (RFP) No. TIRWR-97-R-00005, issued by the Department of the Treasury,
             Internal Revenue Service (IRS), for janitorial services at the Ogden Service Center,
             Ogden, Utah. Teltara asserts that the agency's selection decision is unreasonable
             and does not accurately take into account the relative proposal evaluations.

             We sustain the protest.

             The solicitation, issued on August 1, 1997 as a competitive small business set-aside,
             contemplated the award of a fixed-price contract for a 1-year base period with four
             1-year options. RFP §§ B.1, B.2. The solicitation provided that award would be
             made to the offeror whose proposal represented the best overall value to the
             government, to be determined by comparing differences in the value of the
             technical features with differences in the offerors' prices. RFP § M.2. The RFP
             further stated that [i]n making this comparison the Government is concerned with
             striking the most advantageous balance between technical features and price to the
             Government. Id. Under the evaluation criteria section, the solicitation provided
             that technical proposals would be scored on the basis of plan of accomplishment
             (30 points), business management (35 points) and business experience (35 points),
             for a possible total of 100 points, and provided that price proposals would not be
             point-scored, but would be compared and considered with the technical score in

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