441 G St. N.W.
Washington, DC 20548
Comptroller General
of the
United States
Decision
Matter of: Ruchman and Associates, Inc.--Costs
File: B-419968.3
Date: March 10, 2022
Neil H. Ruchman for the protester.
Michael H. Noyes, Esq., Department of Homeland Security, for the agency.
Heather Weiner, Esq., and Jennifer D. Westfall-McGrail, Esq., Office of the General
Counsel, GAO, participated in the preparation of the decision.
DIGEST
Request that GAO recommend reimbursement of protest costs is granted where the
agency unduly delayed taking corrective action in response to clearly meritorious
protest arguments and where the other protest grounds were intertwined with the clearly
meritorious issues.
DECISION
Ruchman and Associates, Inc. (RAI), a small business located in Nottingham, Maryland,
requests that our Office recommend the agency reimburse it for the reasonable costs of
filing and pursuing its protest. RAI challenged the establishment of a blanket purchase
agreement (BPA) with Firebird Analytical Solutions and Technologies, under request for
quotations (RFQ) No. 70US0920Q70090079, issued by the Department of Homeland
Security, United States Secret Service, for contract financial investigative support. The
protester challenged the agency’s price realism evaluation. The protester also argued
that the agency unreasonably evaluated RAI’s technical quotation regarding its
proposed key personnel, and failed to perform a proper best-value tradeoff. After our
Office advised the parties at an alternative dispute resolution (ADR) conference that
GAO would likely sustain the protest, the agency stated that it would take corrective
action, and we dismissed the protest as academic.
We grant the request.
BACKGROUND
On July 7, 2020, the agency issued the RFQ to vendors holding General Services
Administration (GSA), federal supply schedule (FSS) contracts under the Professional
Services Schedule using the procedures of Federal Acquisition Regulation (FAR)
Page 2
B-419968.3
subpart 8.4. Agency Report (AR), exh. 3, RFQ at 1; AR, exh. 2, Contracting Officer’s
Statement (COS) at 1.
1
The RFQ was set aside for small businesses and anticipated
establishment of a BPA contemplating the issuance of fixed-price and labor-hour call
orders, for a base year and four 1-year option periods. RFQ at 2-4. Award was to be
made on a best-value tradeoff basis, considering corporate experience, past
performance, technical capability, and price.
2
Id. at 18-19. The technical capability
factor included two subfactors of equal importance: program management and staffing,
and key personnel. Id. at 19.
The evaluation was conducted in two phases using an “advisory down-select” process.
3
Id. at 18. The agency received phase I quotations from six vendors. COS at 2; AR,
exh. 13, Source Selection Decision/Price Analysis Memorandum (SSD/PAM) at 6. After
evaluating quotations, the agency notified RAI and Firebird that they were among the
most highly rated vendors and invited both vendors to participate in phase II of the
procurement. Id. at 5-6; Protest, exh. 1, RAI Notice at 1. Both RAI and Firebird
submitted phase II quotations. COS at 6.
After evaluating phase II quotations, the agency assigned the following overall ratings to
RAI and Firebird:
RAI
FIREBIRD
High Confidence
High Confidence
High Confidence
High Confidence
Low Confidence
High Confidence
$9,015,345
$12,966,441
COS at 9, 11; AR, exh. 13, SSD/PAM at 6-7, 10, 13. RAI received the low confidence
rating for the technical capability factor based on the agency’s concerns regarding RAI’s
proposed approach for key personnel.
The agency selected Firebird for the establishment of the BPA, concluding that its
quotation represented the best value. The agency notified RAI on June 28, 2021, of the
award decision. In accordance with the guidance at FAR section 8.405-2(d), the
agency provided RAI with a brief explanation of the award. COS at 16, 18; Protest,
1
Citations to the agency report are to the report produced in the underlying protest and
supplemental protest, docketed as B-419968 and B-419968.2.
2
The solicitation also provided for an optional evaluation factor--written scenarios--
which the agency opted not to use during the procurement. COS at 10.
3
In the first phase, vendors were evaluated under the first two technical factors--
corporate experience and past performance; following the phase one evaluation, the
agency issued “advisory notifications.” RFQ at 18. The most highly rated vendors were
invited to proceed to the second phase during which quotations were evaluated for
technical capability and price, and vendors not among the most highly rated were
advised that they were unlikely to be viable competitors. Id.; COS at 5-6.
Page 3
B-419968.3
exh. 2, Notification of Award; id., exh. 3, Explanation of Award. The brief explanation
did not provide any information other than listing the evaluation factors provided in the
RFQ and stated that “[c]onsidering the non-price factors and price, [Firebird] was
deemed to be the best value to the Government.” Protest, exh. 2, Notification of Award;
id., exh. 3, Explanation of Award. Specifically, the brief explanation did not provide any
information about how the quotation was rated under the non-price factors, or how
pricing factored into the decision.
On July 8, 2021, RAI filed a protest with our Office, challenging generally the agency’s
evaluation and best-value tradeoff as unreasonable. In essence, RAI argued that the
agency offered no meaningful justification for why RAI’s highly rated quotation was not
selected when compared to another quotation priced twice as high as the protester’s
quotation. Protest at 5.
After receiving a heavily redacted agency report, the protester filed comments on the
report.
4
Redacted Memorandum of Law (MOL). Upon review of the filings, our Office
found that the redacted record contained insufficient detail to adequately inform either
the protester, the intervenor, or our Office of the basis for the selection decision or for
the agency’s arguments. GAO Notice, Aug. 19, 2021. GAO requested that the agency
provide “less redacted” documents to the protester and intervenor.
5
Id. at 2; GAO
Notice, Sept. 3, 2021 at 1.
Upon receipt of the additional information from the agency, the protester filed a
supplemental protest.
6
Specifically, the protester challenged the agency’s price realism
analysis, arguing that the agency unreasonably concluded that its proposed
fully-burdened labor rates were unrealistic and presented an unacceptable risk of
performance. The protester also argued that the agency unreasonably concluded that
RAI’s pay rates were unrealistically low, noting that “the Agency did not request a cost
buildup, so the Agency would not have any pay rate information to determine if rates are
too low.” Supp. Protest at 1. In addition, the protester challenged the agency’s
assignment of a rating of “low confidence” to RAI’s quotation under the technical factor
4
Of relevance here, RAI’s comments filing disputed the position taken in the agency’s
report that the solicitation provided for a price realism analysis. Comments at 1.
Alternatively, the protester argued that the price realism analysis was flawed and
wrongly concluded that RAI’s price presented risk to the government and was
unrealistically low. Id. at 3. Instead, RAI argued that it “has continued to perform
exceptionally on this work for the past four years at prices similar to that proposed for
this RFQ.Id. at 3. In addition, the protester contended that, to the extent the agency’s
technical evaluation was based on the agency’s conclusion from the price realism
analysis that “RAI’s price was so low as to indicate a lack of understanding and/or pose
a performance risk,” the agency’s evaluation was unreasonable. Id. at 2.
5
RAI elected to proceed with its protest without the assistance of counsel, and therefore
our Office was unable to issue a protective order in this protest.
6
GAO also asked for additional briefing from the agency regarding whether the
solicitation provided for a price realism analysis. GAO Notice, Aug. 19, 2021, at 1.
Page 4
B-419968.3
based on concerns that RAI would not be able to hire qualified personnel or retain
incumbent personnel at its quoted labor rates. Id. at 1, 6. The protester further argued
that the agency’s technical evaluation was unreasonable because the agency did not
have a basis for concluding that RAI’s discounted labor rates represented a 35% to
45% pay cut.” Id. at 6 (quoting MOL at 5, n.2). RAI asserted that its proposed
discounts were to fully loaded labor rates, and that the agency’s conclusion was
unreasonable because the agency did not have the information necessary to ascertain
RAI’s pay rates or whether they were too low. As a result of these evaluation errors,
RAI alleged that the agency’s award decision was unreasonable. Id. at 6.
After receipt of the supplemental protest described above, the agency provided a
supplemental report, and the protester prepared supplemental comments. On
September 28, 2021, after development of the supplemental protest record, our Office
conducted a “litigation risk” ADR conference. During the conference, the GAO attorney
assigned to the protest advised the parties that GAO would likely sustain two aspects of
the supplemental protest--the protester’s challenge to the reasonableness of the
agency’s price realism analysis and the agency’s evaluation of the protester’s quotation
under the key personnel factor. On September 29, 2021, the agency advised our Office
that it intended to take corrective action, and we dismissed the protest as academic.
Ruchman & Assocs., Inc., B-419968, B-419968.2, Oct. 1, 2021 (unpublished decision).
On October 7, RAI filed this request.
DISCUSSION
RAI requests that our Office recommend reimbursement of the costs of pursuing all of
its protest grounds. RAI contends that its supplemental protest grounds challenging the
agency’s price realism analysis and technical evaluation were clearly meritorious, that
the agency unduly delayed taking corrective action, and that the other protest grounds,
to include those from its initial protest, are not severable from the successful grounds.
While the agency generally opposes RAI’s request, it does not dispute that RAI’s
supplemental protest allegations were clearly meritorious as to the agency’s price
realism analysis and evaluation of RAI’s quotation under the technical capability factor.
Resp. to Req. for Costs at 3. Instead, the agency argues primarily that it did not unduly
delay taking corrective action in response to the supplemental protest. Id. Accordingly,
the agency asks that we decline to recommend reimbursement for all of the requested
costs.
Based upon our review of the record, and as discussed below, we recommend that RAI
be reimbursed its costs related to its supplemental protest allegations concerning the
agency’s price realism analysis and evaluation of RAI’s key personnel. We recommend
that RAI be reimbursed its costs because the agency unduly delayed taking corrective
action in response to clearly meritorious protest grounds. We further conclude, with one
exception, that RAI’s other grounds of protest are intertwined with the clearly
meritorious protest grounds and should also be reimbursed.
When a procuring agency takes corrective action in response to a protest, our Office
may recommend reimbursement of protest costs under 4 C.F.R. § 21.8(e) if we
Page 5
B-419968.3
determine that the agency unduly delayed taking corrective action in the face of a
clearly meritorious protest. East Coast Nuclear Pharmacy-Costs, B-412053.5, Aug. 31,
2016, 2016 CPD ¶ 249 at 5. This principle is intended to prevent inordinate delay in
investigating the merits of a protest and taking corrective action once an error is evident,
so that a protester will not incur unnecessary effort and expense in pursuing its
remedies before our Office. Id. A protest is clearly meritorious when a reasonable
agency inquiry into the protest allegations would show facts disclosing the absence of a
defensible legal position. Octo Consulting Grp., Inc.-Costs, B-414801.4, Dec. 14, 2017,
2018 CPD ¶ 52 at 3. While we consider corrective action to be prompt if it is taken
before the due date for the agency report responding to the protest, we generally do not
consider it to be prompt where it is taken after that date. CDIC, Inc.-Costs, B-277526.2,
Aug. 18, 1997, 97-2 CPD ¶ 52 at 2. Where a new protest allegation is raised after the
filing of the agency report, corrective action is prompt if taken prior to the deadline set
by our Office for the agency’s response to the new protest grounds. See Alliant SB
CTA, LLC-Costs, B-411842.5, Nov. 4, 2016, 2016 CPD ¶ 323 at 2-3.
As noted above, we find RAI’s supplemental protest challenges to the agency’s price
realism analysis and evaluation of RAI’s key personnel to be clearly meritorious
because a reasonable agency inquiry into the protest allegations would have disclosed
the absence of a defensible legal position.
With regard to the first allegation, the protester challenged the adequacy of the agency’s
price realism analysis, arguing that the record failed to support the agency’s conclusion
that RAI’s discounted labor rates presented an unacceptable performance risk. Supp.
Protest at 6-7. The agency argued that, because RAI’s proposed labor rates were lower
than the other vendors’ rates, the contracting officer reasonably “considered RAI’s
rate(s) to present a higher risk than the awardee’s rate(s).” Supp. AR at 5.
Where, as here, a solicitation provides for establishment of a BPA contemplating
fixed-price or fixed-rate call orders to be issued against a vendor’s FSS contract, and
identifies the number of hours involved, the “realism” of a vendor’s proposed pricing is
not ordinarily considered because the fixed-price or fixed-rate contracting vehicle places
the risk and responsibility for contract costs and resulting profit or loss on the contractor.
See MindPoint Grp., LLC, B-418875.2, B-418875.4, Oct. 8, 2020, 2020 CPD 309 at 9;
Systems, Studies, and Simulation, Inc., B-295579, Mar. 28, 2005, 2005 CPD ¶ 78 at 6.
An agency may, however, as here, provide for a price realism analysis for the limited
purpose of assessing whether a vendor’s low price reflects on its understanding of the
contract requirements or the risk inherent in its approach. Grove Resource Solutions,
Inc., B-296228, B-296228.2, July 1, 2005, 2005 CPD ¶ 133 at 4-5. We will review an
agency’s price realism analysis to determine whether it was reasonable and consistent
with the terms of the solicitation. SKE Italy Srl, B-414884.3, Jan. 24, 2018, 2018 CPD
37 at 6.
Page 6
B-419968.3
The solicitation advised that price would be evaluated using a weighted computation,
and a price realism review to determine risk.
7
RFQ at 19; AR, exh. 4, RFQ amend.
0001, Questions and Answers (Q&A) Nos. 10-11 at 4. The program management
contract line item numbers (CLINs) for the base and option years were fixed price. Id.
Vendors were to provide fully burdened labor rates for the other CLINs. The solicitation
did not require that vendors provide information separating their proposed fully
burdened labor rates into their constituent elements--i.e., vendors were not required to
provide the cost build-up for their fully-burdened rates, including for example: direct
labor rates (or salary), fringe benefits rates, general and administrative (G&A)
expenses, or profit. Id. at 16. The RFQ did, however, request that vendors “provide
discounted pricing from their General Services Administration schedule contract.” RFQ
at 16.
In conducting the price realism analysis, the record reflects that the agency relied on
FAR section 8.404(d), which provides that GSA has already determined that the rates
for services offered at hourly rates under FSS contracts are fair and reasonable.
FAR 8.404(d); AR, exh. 13, SSD/PAM at 10. The contracting officer found that the
discounted labor rates quoted by a third vendor were not realistic and posed an
“unacceptable risk [the vendor will be unable to] successfully perform the requirement at
its proposed labor rates” because the vendor had proposed discounts of up to 45
percent from its schedule rates, which “GSA ha[d] determined . . . to be fair and
reasonable. Id. at 10. The contracting officer then compared RAI’s quoted rates to the
third vendor’s rates and concluded that because RAI’s rates were lower than the third
vendor’s rates, they posed unacceptable risk. Id. at 17.
We find the agency’s price realism analysis was unreasonable. Although FAR section
8.404(d) provides that GSA determines that schedule rates are fair and reasonable at
the time it creates the schedule, this FAR section says nothing about the realism of
GSA schedule rates. FAR 8.404(d). An agency’s evaluation of fair and reasonable
pricing, i.e., a price reasonableness determination, focuses on whether the offered
prices are too high, rather than too low, i.e., a price realism assessment. See Science
Applications Int’l Corp., B-408690.2, B-408690.3, Dec. 17, 2014, 2015 CPD ¶ 12 at 8.
Here, however, the contracting officer essentially found that the GSA schedule rates
were realistic (i.e., not too low) based solely on GSA’s determination that the GSA
7
Although the RFQ as initially issued did not indicate that the agency would conduct a
price realism analysis, the agency subsequently advised potential vendors of its intent
to conduct such an analysis in a series of questions and answers that were incorporated
into the solicitation by amendment. AR, exh. 4, RFQ Amendments, amend. 0001 at 4.
As mentioned above, after receipt of the agency’s initial report, the protester argued that
the solicitation did not indicate that the agency would perform a price realism analysis.
We agree with the agency on this issue; the incorporation of the Q&As into the
solicitation placed potential vendors on notice that the agency would review prices for
realism. See Nu-Way Security & Investigative Servs., Inc., B-414988.2, Oct 20, 2017,
2017 CPD ¶ 339 at 3 (furnishing amendment to solicitation places vendors on notice of
the revised terms).
Page 7
B-419968.3
schedule labor rates were fair and reasonable (i.e., not too high). This conclusion was
based on the amount of the discount without taking into account that there was wide
variation in the rates GSA found to be fair and reasonable. The contracting officer then
concluded that labor rates discounted more than a minimal amount from the GSA
Schedule rates posed a risk to performance and were unrealistic. The price evaluation
did not include any other analysis or explanation as to why the discounts created risk.
Given that the solicitation here invited discounts from the GSA schedule, the agency
cannot reasonably conclude that a vendor’s proposed labor rates were unrealistic based
solely on a vendor’s decision to quote a discount from the rates on its schedule.
In addition, the agency’s reliance on a comparison of RAI’s quoted rates to the rates of
a third vendor for the conclusion that RAI’s rates were unrealistic is not supported by the
record. As an initial matter, based on a comparison of the two vendors’ quoted rates
and the discounts proposed by the third vendor, the agency made an assumption about
the discounts proposed by RAI. Such an assumption regarding the amount that RAI’s
quoted rates were discounted from RAI’s GSA Schedule rates, however, without any
consideration of RAI’s GSA Schedule rates, is not reasonable. Further, while the
agency relied on a comparison of RAI’s quoted rates to the rates of a third vendor, the
record provides no explanation as to why the discounts or the quoted rates created risk.
The evaluation here fails to provide reasonable support for the conclusion that the rates
created an unacceptable risk that the vendor would be unable to “successfully perform
the requirement at its proposed prices.” AR. exh. 13, SSD/PAM at 17.
Further, in response to the protest, the agency provided examples of the “unacceptable
risk” posed by RAI’s proposed fully burdened labor rates--such as concerns that RAI
would “not be[ ] able to retain incumbent personnel” who “would accept a 35% to 45%
pay cut” or be “able to hire other qualified personnel for the quoted unrealistically low
pay rate. MOL at 5, n.2. The solicitation, however, did not require, nor did vendors
provide, information in their quotations that separated the proposed fully-burdened
hourly rates into their constituent elements. As such, to the extent the agency
concluded that RAI’s proposed labor rates were unrealistic because they reflected risk
regarding low pay rates or risk as to whether RAI would be able to hire qualified staff (or
retain incumbent personnel), the evaluation was not supported by the record and was
unreasonable.
In sum, we find the allegation challenging the reasonableness of the price realism
analysis to be clearly meritorious.
With regard to RAI’s challenge to the agency’s technical evaluation, the protester
argued that the agency unreasonably assigned its quotation a rating of a low confidence
under the technical capability factor based on concerns regarding RAI’s plans for key
personnel. While the agency acknowledged the adequacy of RAI’s technical approach
related to key personnel, it also argued that it reasonably downgraded the protester’s
proposed approach for key personnel due to concerns about the adequacy of the
proposed labor rates, and concerns that the low rates created an unacceptable risk to
performance. MOL at 5. As discussed previously, this included a concern that RAI
would be unable to retain incumbent personnel given the proposed 35 to 45 percent pay
Page 8
B-419968.3
cut. Id. at 5 n.2. The evaluators were also concerned that RAI would be unable “to hire
other qualified personnel for the quoted unrealistically low pay rate. Id.
As also discussed above, we find that the agency’s determination in its price realism
analysis of unacceptable risk based on RAI’s proposed fully burdened labor rates was
not reasonably based. To the extent the agency’s rating of low confidence under the
technical capability factor regarding concerns with RAI’s key personnel was based on
conclusions stemming from the agency’s unreasonable price realism analysis, the
agency’s assessment of low confidence in the technical evaluation was also not
supported by the record and was unreasonable. The agency’s argument is not legally
defensible, and we find the allegation that the agency unreasonably assessed a “low
confidence” rating to RAI’s quotation under the technical capability factor to be clearly
meritorious.
We also find that the agency unduly delayed taking corrective action in the face of RAI’s
clearly meritorious protest grounds, which the protester filed as a supplemental protest
after receiving the agency report and the additional evaluation documents. As
referenced previously, where a new protest allegation is raised after the filing of the
agency report, corrective action is prompt if taken prior to the deadline set by our Office
for the agency’s response to the new protest grounds. See Alliant SB CTA, LLC-Costs,
supra. The agency elected to take corrective action in response to the GAO attorney’s
ADR conference call advising the parties of their litigation risk, which occurred after the
agency submitted its report in response to the supplemental protest and after the
protester submitted its supplemental comments. As a result, we find that the agency’s
corrective action was unduly delayed. See The Jones/Hill JV-Costs, B-286194.3,
Mar. 27, 2001, 2001 CPD ¶ 62 at 13 (undue delay found where agency took corrective
action after litigation risk alternative dispute resolution).
Finally, we turn to RAIs assertion that its unsuccessful protest grounds are not
severable from the clearly meritorious protest grounds. Again, we agree with one
exception--i.e., we view RAI’s assertion that the solicitation did not indicate the agency’s
intent to conduct a price realism evaluation to be severable from its challenge to the
evaluation as it was conducted.
In considering whether to recommend the reimbursement of protest costs, we generally
consider all issues concerning the evaluation of proposals to be intertwined and thus not
severable; therefore, we will generally recommend reimbursement of the costs
associated with both successful and unsuccessful challenges to an evaluation. Coulson
Aviation (USA) Inc.; 10 Tanker Air Carrier, LLC-Costs, B-406920.6, B-406920.7,
Aug. 22, 2013, 2013 CPD ¶ 197 at 5. We have, in appropriate cases, limited our
recommendation where a part of a successful protester’s costs is allocable to a protest
issue that is so clearly severable as to essentially constitute a separate protest. See,
e.g., BAE Tech. Servs., Inc.-Costs, B-296699.3, Aug. 11, 2006, 2006 CPD ¶ 122 at 3.
However, limiting recovery of protest costs in all cases to only those issues on which the
protester prevailed would be inconsistent with the broad, remedial Congressional
purpose behind the cost reimbursement provisions of the Competition in Contracting
Act. 31 U.S.C. § 3554(c)(1)(A); Fluor Energy Tech. Servs., LLC-Costs, B-411466.3,
Page 9
B-419968.3
June 7, 2016, 2016 CPD ¶ 160 at 3. In determining whether protest issues are so
clearly severable as to constitute separate protests, our Office considers, among other
things, whether the successful and unsuccessful arguments share a common core set
of facts, are based on related legal theories, or are otherwise not readily severable.
See Deque Sys., Inc.-Costs, B-415965.5, Aug. 23, 2018, 2018 CPD ¶ 304 at 5.
As noted above, with one exception, we find that all of RAI’s arguments concerning the
price evaluation are intertwined with its clearly meritorious protest ground challenging
the reasonableness of the agency’s price realism analysis. The one exception in this
area is RAI’s contention that the solicitation did not anticipate a price realism evaluation.
In responding to whether the RFQ anticipated price realism, the agency would not
necessarily be led to review the adequacy of the realism evaluation. Rather, in
reviewing an allegation that the solicitation did not contain a price realism requirement,
the agency’s review would likely focus entirely on the sufficiency of the terms of the
solicitation instead of the sufficiency of the agency’s price realism analysis. Thus, a
different legal theory is involved since the agency would be defending the existence of a
price realism requirement in the first instance instead of defending the sufficiency of any
such analysis in the second. As a result, the issues are not intertwined. We therefore
recommend reimbursement of RAI’s costs of pursuing all arguments challenging the
reasonableness of the price realism analysis, but not RAI’s arguments that the
solicitation did not provide for a price realism analysis.
We also find that all of RAI’s arguments concerning the technical evaluation are
intertwined with its successful protest ground challenging the evaluation of RAI’s
quotation as “low confidence” under the technical capability factor. For example, the
initial protest challenged any technical rating lower than “high confidence” for RAI’s
quotation. We consider the issues to share common factual and legal bases; thus, we
find that they also are also not readily severable from the clearly meritorious challenge.
We therefore recommend that the protester be reimbursed for the costs of filing and
pursuing these challenges.
Similarly, we decline to sever RAI’s protest relating to the agency’s tradeoff and award
decision. Protest at 5; Supp. Protest at 6-7. This protest ground is derivative of the
supplemental protest grounds of the agency’s technical and price evaluations. Apex
Transit Sols., LLC-Costs, B-418631.8, Aug. 13, 2021, 2021 CPD ¶ 282 at 9. Since we
find the supplemental protest allegations clearly meritorious, we conclude that this
derivative challenge to the best-value tradeoff and award decision also provides a basis
upon which to recommend costs. Id.
RECOMMENDATION
For the reasons discussed above, we conclude that RAI’s protest allegations
challenging the reasonableness of the agency’s price realism analysis and evaluation of
key personnel under the technical capability factor were clearly meritorious and that the
agency failed to take timely corrective action in response to these arguments. With the
exception of RAI’s argument that the solicitation did not provide for a price realism
analysis, we also conclude that RAI’s other, unsuccessful protest grounds were
Page 10
B-419968.3
inextricably intertwined with the clearly meritorious allegations. We recommend that the
agency reimburse RAI’s costs for filing and pursuing all protest grounds, with the
exception of the costs related to pursuing the argument that there was price realism
provision included in this solicitation. RAI should submit its certified claim, detailing the
time spent and costs incurred, directly to the agency within 60 days of its receipt of this
decision. 4 C.F.R. § 21.8(f)(1).
The request is granted.
Edda Emmanuelli Perez
General Counsel