An Office of Personnel Management contract for investigative support services could be reevaluated following a protest lodged by two vendors.

In May, Next Tier Concepts Inc. of Vienna, Va., and MAXIMUS Federal Services Inc. of Reston, Va., contended that OPM misevaluated proposals, engaged in misleading discussions and made an unreasonable source selection decision when awarding a contract to Primus Solutions of Beltsville, Md.

Following the release of a request for proposals, OPM received five submissions. After evaluating final proposal revisions, the agency made an award on a best-value basis to Primus Solutions an indefinite-delivery, indefinite-quantity contract for a base period of two years and three one-year option periods.

Primus Solutions’ proposed a price of $117,445,600, which both Next Tier Concepts Inc. and MAXIMUS Federal Services Inc. challenge as unrealistic and requiring of a proposal downgrade or elevated risk rating for Primus. The challengers also argue that Primus Solutions’ program manager became unavailable after the firm submitted its proposal, requiring new personnel to be evaluated.

In light of a price realism analysis and the need to substitute a program manager, Government Accountability Office General Counsel Susan A. Poling released a ruling recommending that OPM reopen meaningful discussions with Primus Solutions and all of the competitive range offerors and afford them an opportunity to submit revised proposals. If Primus was deemed no longer in line for award, OPM should terminate that contract and award it to the newly selected offeror.

While other claims by the protestors were denied, GAO did recommend that OPM reimburse the protestors the costs for filing and pursing their respective protests, including attorneys’ fees.

The complete decision can

.

Share:
In Other News
Load More