B-296988, Specialty Marine, Inc., October 11, 2005
Decision
Matter of: Specialty Marine, Inc.
Robert E. Korroch, Esq., Williams Mullen, for the protester.
Kenneth
T. Rye, Esq., and George Brezna, Esq., Department of the Navy, for the agency.
Kenneth L. Kilgour, Esq., and Christine S. Melody, Esq., Office of the General Counsel, GAO, participated in the preparation of the decision.
DIGEST
1. Protest that the time allowed for submission of quotations was unreasonable is denied where the solicited firms received a reasonable time to respond to the solicitation and the agency was under no obligation to solicit the protester.
2. Protest challenging agency’s failure to publicly display solicitation is denied where the record supports the agency’s use of the unusual and compelling urgency exception to the public display requirement.
3. Protest that the awardee was improperly permitted to alter its quotation is denied where the record supports the agency’s assertion that, initially, the quotation was misinterpreted by the contracting specialist and in fact no alteration to the quotation was ever made.
DECISION
Specialty Marine, Inc. (SMI) protests the issuance of
a purchase order by the Department of the Navy, Military Sealift Command (MSC),
Sealift Logistics Command Atlantic (SEALOGLANT), to Atlantic Fabrication &
Boiler Services, Inc. under solicitation No. N2141952135000, to perform a flush
of the Central Fresh Water System (CFWS) on a Navy ship. SMI alleges that SEALOGLANT established an
unreasonably short response time for receipt of quotations; failed to publicly
display the solicitation; and improperly altered the quotation from
According to the agency, a Navy oiler that had recently completed a major reactivation contract required additional repair work. Specifically, an attempted sea trial was cut short due to a rust problem in the ship’s CFWS, which provides water to cool various pieces of equipment. The rusty condition of the pipes was discovered on July 8 and 9, 2005. The agency tried less costly remediation methods to rectify the rust problem, finally determining on July 21 that the CFWS needed to be chemically cleaned and flushed. Prior to the system being flushed, the ship would also require “temporary services”--cooling water and low-pressure air services--to continue to operate certain equipment.
The Navy thus prepared two solicitations, each with its own statement of work, one for the temporary services and one for the CFWS flushing; the latter is the subject of this protest. The Navy required the work to be completed promptly, for two reasons. A sea trial was necessary to verify the extensive repairs just completed so that, if necessary, MSC could invoke the warranty clause in the repair contract. Moreover, the Navy asserts that it urgently needed the ship to replace other oilers with mechanical problems. The government estimates were $20,000 for the temporary services, with a performance period of August 4-8, and $24,900 for the flushing work, with a performance period of August 8-19.
On July 29, SEALOGLANT orally contacted three potential
sources for the temporary services (SMI,
Atlantic and SMI submitted the only quotations, and both
firms offered quotations for both solicitations. Unlike SMI,
At about
SMI alleges that the time allowed for the submission of quotations
was unreasonable. Contracting agencies
are required to provide a reasonable time for all offerors to respond to
solicitations, 41 U.S.C. sect. 416(a)(5) (2000); Federal Acquisition Regulation
(FAR) sect. 13.003(h)(2). The decision as to
the appropriate response time lies within the discretion of the contracting
officer. See
SMI argues not that the 5 days was unreasonable, but that
the time that SMI had between when it received the solicitation (the afternoon
of August 1) and the time set for submission of quotations (the morning of
August 3) was unreasonable. This
argument is unpersuasive. The agency was
under no obligation to solicit SMI. In
using simplified acquisition procedures, agencies are required to promote
competition to the maximum extent practicable.
FAR sect. 13.104. Where, as here, a
simplified acquisition is not expected to exceed $25,000, the contracting
officer is required to consider solicitation of at least three sources to
promote competition to the maximum extent practicable. FAR sect. 13.104(b); Aleman & Assocs.,
Inc., B‑287275,
SMI also asserts that the agency did not publicly display the
solicitation as required by FAR sect. 5.101(a)(2).
For procurements between $10,000 and $25,000, such as the one here, the
requirements for public notice of the solicitation appear in FAR sect. 5.101(a)(2); that provision requires public display of the
solicitation unless one of the enumerated exceptions in FAR sect. 5.202
applies. While FAR sect. 5.101(a)(2) is
generally applicable to all procurements between $10,000 and $25,000, where, as
here, the agency has chosen to use simplified acquisition procedures for a
procurement in that price range, the notice requirements are established not by
FAR sect. 5.101, but by FAR sect. 13.105. That provision
states that the notice requirements of FAR sect. 5.101 (including the public
display requirement in FAR sect. 5.101(a)(2)) apply unless “an exception in [FAR
sect.] 5.202 applies.” FAR sect.
13.105(a)(2). The language does not
limit the available exceptions to those enumerated in FAR sect. 5.101(a)(2). Accordingly, all the exceptions in FAR sect. 5.202
are available to an agency using simplified acquisition procedures to conduct a
procurement with an anticipated value between $10,000 and $25,000. See Military Agency Servs. Pty.,
Ltd., B-290414 et al.,
Here, the agency relies on the unusual and compelling
urgency exception in FAR sect. 5.202(a)(2).[1] We will object to an agency’s determination
that it has a need for property or services of an unusual and compelling
urgency only where the determination lacks a reasonable basis. See Abbott Prods., Inc.,
B-231131,
SMI also argues that the agency acted improperly by in
effect allowing the awardee to alter its quotation. This argument is unsupported by the
record. As noted above, the record shows
that the awardee’s quotations for the two solicitations were submitted on one
piece of paper and the contracting specialist mistakenly read the awardee’s
total quotation for the two solicitations as its quotation for the flushing
work alone--a mistake that was quickly recognized and rectified. There simply is no indication of any
impropriety by the agency in connection with its consideration of the awardee’s
quotation. See Pride Mobility
Prods. Corp., B-292822.5,
The protest is denied.
Anthony H. Gamboa
General Counsel
[1] Under FAR sect. 5.202(a)(2), for purchases conducted using simplified acquisition procedures, the exception may be used “if unusual and compelling urgency precludes competition to the maximum extent practicable . . . .” We recognize that, in addition to the reference to unusual and compelling urgency, FAR sect. 5.202(a)(2) ties use of the exception generally to situations where “the Government would be seriously injured if the agency complies with the time periods specified in [FAR sect.] 5.203.” It is not clear that this provision is intended to apply to simplified acquisitions between $10,000 and $25,000, however, since the time periods referenced--those in FAR sect. 5.203--do not apply to such acquisitions, see FAR sections 5.101(a)(1), 5.201(b)(1)(i), 5.203; those acquisitions are instead subject to the less stringent time periods in FAR sect. 5.101(a)(2). In any event, we think the record supports a conclusion that the government would have been seriously injured by complying with the notice period requirements, given the need for the services described above.
[2] We note that the agency is not required to have a written justification and approval (J&A) for the use of this exception. The requirement for a written J&A is found in FAR sect. 6.302-2(c)(1); that provision is not applicable to procurements conducted as simplified acquisitions. FAR sect. 6.001(a).