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

B-298694 1 (2006-11-16)

handle is hein.gao/gaocrptasrn0001 and id is 1 raw text is: 




A         G    A    O                                                  Comptroller General
.       Accountability * Integrity * Reliability                       of the United States
United States Government Accountability Office    DOCUMENT FOR PUBLIC RELEASE
Washington, DC 20548                                  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: Kellogg Brown & Root Services, Inc.

          File:        B-298694; B-298694.2; B-298694.3

          Date:        November 16, 2006

          James J. McCullough, Esq., Steven A. Alerding, Esq., and Deneen J. Melander, Esq.,
          Fried, Frank, Harris, Shriver & Jacobson LLP, for the protester.
          Richard L. Moorhouse, Esq., David T. Hickey, Esq., and Dorn C. McGrath III, Esq.,
          Greenberg Traurig LLP, for Atlantic Contingency Constructors, LLC; William A.
          Roberts III, Esq., and Richard B. O'Keeffe Jr., Esq., Wiley Rein & Fielding LLP, for
          Fluor International, Inc.; and J. Alex Ward, Esq., Edward Jackson, Esq., and
          Kristen G. Schulz, Esq., Jenner & Block LLP, for URS-JAP, LLC, the intervenors.
          Richard Welsh, Esq., Naval Facilities Engineering Command, for the agency.
          Sharon L. Larkin, Esq., and James A. Spangenberg, Esq., Office of the General
          Counsel, GAO, participated in the preparation of the decision.
          DIGEST

          1. Agency did not perform a reasonable cost realism evaluation when it deleted a
          certain element of cost from awardee's proposed indirect costs because other
          offerors accounted for this element as a direct cost; this evaluation did not result in a
          reasonable assessment of the probable cost of performing the contract associated
          with the awardee's proposal, given that the adjustment was inconsistent with Cost
          Accounting Standards 401 and 402 and the firm's cost accounting practices, to which
          the firm was obligated to adhere in performing the contract.

          2. Protest of evaluation of protester's proposed contingency plan is sustained where
          the protester provided detailed arguments why the evaluation was unreasonable,
          which were consistent with the record, and the agency did not explain why the
          evaluation was reasonable in light of those arguments.
          DECISION

          Kellogg Brown & Root Services, Inc. (KBR) protests the award by the Department of
          the Navy of three global contingency construction contracts under request for
          proposals (RFP) No. N62470-06-R-6002 to Atlantic Contingency Constructors, LLC
          (ACC), Fluor International, Inc. (Fluor), and URS-JAP, LLC (URS). KBR contends
          that the agency misevaluated proposals under technical and cost factors.

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