GAO Denies Pre-award Protests Against Alliant

I am pleased to announce that we are continuing with the evaluation and award (planned for Fall 2017) of GSA’s $50 billion Alliant 2 Governmentwide Acquisition Contract (GWAC). Our decision follows the recent decision by the U.S. Government Accountability Office (GAO) to deny four companies’ protests to our new source selection methodology and the number of contractors to be awarded.

Alliant 2’s innovative evaluation methodology is characterized as  “highest technically rated, with fair and reasonable price.” It achieves best value under Federal Acquisition Regulation (FAR) part 15.101 by identifying offerors with the most relevant technical expertise who propose fair and reasonable pricing.  The method was pioneered by GSA’s OASIS (One Acquisition Solution for Integrated Services and further developed under the Human Capital and Training Solutions (HCaTS) and Alliant 2 programs.

In their decision, GAO stated that they found “…no basis in the FAR to object to a proposed source selection process that contemplates award to the highest technically rated offerors without using a tradeoff process.”

GAO further commented that FAR Section 1.102(d) permits reasonable exercise of the contracting officer’s discretion, recognizing that if a procurement strategy is in the government’s best interest, and is not explicitly prohibited, then the innovative procurement process is permissible.

GAO Decision Impact

GSA’s innovative source selection methodology on the Alliant 2 solicitation was directly challenged through several pre-award protests to GAO. However, GAO found that the methodology is valid, not objectionable, and supported by the discretion afforded contracting officers when they use the FAR. This decision affects IT acquisitions significantly.

This unprecedented decision reinforces the fact that government has the flexibility to try new and innovative source selection methodologies, among other things. As a proactive partner with federal agencies, GSA is always willing to try new ways to better serve government and improve mission delivery.

Our goal is to create comprehensive IT solutions available from the very best companies.

Ongoing Partner Engagement

We engaged both government stakeholders and industry partners from the beginning of the procurement process, and conducted extensive acquisition planning and market research to determine how to best structure the Alliant 2 GWACs. We always strive to maximize our collaboration with federal agencies and industry in order to identify the most advantageous structure for our contracts and to incorporate their ideas.

You may also remember a previous blog about Alliant 2 (including Alliant 2 Small Business) describing how much effort the team put into ensuring robust transparency, collaboration, and innovation at each phase of the process, especially during Alliant 2’s pre-solicitation phase.

These outreach efforts included:

  • Establishing an Alliant 2 Interact community with more than 8,000 members,
  • Providing a government-wide reviewed business case on OMB MAX,
  • Conducting meetings/presentations for interested agencies.
  • Coordinating agency customer and industry working groups,
  • Hosting five separate pre-proposal conferences attended by over 1000 people, and
  • Publishing seven Requests for Information (RFIs) through FedBizOpps (FBO) with two official industry days, and two separate fully comprehensive and complete draft Requests for Proposals (RFPs).

I know that the Alliant 2 and Alliant 2 Small Business contracts will meet the needs of federal agencies for IT services and will include a diverse set of highly qualified industry partners.

Download and read the entire GAO decision.

Read more about Alliant 2/Alliant 2 Small Business and the A2/A2SB Interact Community.

Please follow us on Twitter @GSA_ITC and LinkedIn to join our ongoing conversations about government IT.