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

B-291854,B-291854.2 1 (2003-04-03)

handle is hein.gao/gaobacyhd0001 and id is 1 raw text is: 


   I

          G    A     0Comptroller General
A-      Accountability * Integrity * Reliability                      of the United States
United States General Accounting 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:  Verestar Government Services Group

          File:        B-291854; B-291854.2

          Date:        April 3, 2003

          Michael R. Charness, Esq., Charmaine A. Howson, Esq., Robert J. Rothwell, Esq., and
          Suzanne  D. Reifman, Esq., Vinson & Elkins, for the protester.
          John S. Pachter, Esq., Jonathan D. Shaffer, Esq., Richard C. Johnson, Esq.,
          Edmund   M. Amorosi, Esq., Smith Pachter McWhorter & Allen, and Nicholas M.
          Beizer, Esq., WorldCom Inc., for WorldCom Government Markets, an intervenor.
          Mark  Langstein, Esq., and Joan Maginnis, Esq., Department of Commerce, for the
          agency.
          Paul I. Lieberman, Esq., and Michael R. Golden, Esq., Office of the General Counsel,
          GAO,  participated in the preparation of the decision.
          DIGEST

          1. Allegation that agency improperly made affirmative determination of
          responsibility does not raise serious concern that the contracting officer failed to
          consider available relevant information where the developed record establishes that
          extant adverse information cited in protest as evidencing the impropriety of the
          determination was considered by the contracting officer, who concluded that it did
          not warrant a nonresponsibility determination in light of an array of mitigating
          information that was also assessed by the contracting officer.

          2. Cost realism analysis of proposal for fixed-price contract was not required where
          the solicitation provided for waiver where, as here, more than one acceptable
          proposal was received; to the extent such an analysis was performed, agency
          reasonably concluded that awardee's particular technical approach and industry cost
          trends established realism of proposed price, even though that price is substantially
          below both the protester's price and the price at which the awardee/incumbent is
          currently performing the requirement.

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