Air Force Materiel Command (AFMC)
Guiding Principles
For
Fair Opportunity Selection Under
Federal Acquisition Regulation (FAR) 16.505(b)(1)
Owner: HQ AFMC/PKQ
Date: November 2019
Version: 3.1
i
Table of Contents
1.0 Description……………………………………………………………………………… 1-3
2.0 FAR 15.3 to FAR 16.5 Comparison……………………………………………………. 4-9
3.0 Sample FAR 16.505(b)(1) Fair Opportunity Process Workflow and Activities………... 9-10
Process Flowchart…………………………………………………………………………… 11
3.1 Work Breakdown Structure (WBS)…………………………………………………….. 11-15
Appendix A, Automation…………………………………………………………………… 16
Appendix B, Evaluation Criteria……………………………………………………………. 17-18
Appendix C, Fair Opportunity Selection Plan (FOSP)……………………………………... 19
Appendix D, Page Limitations……………………………………………………………… 20
Appendix E, Multifunctional Independent Review Teams (MIRTs)……………………….. 21
Appendix F, Business/Contract Clearance………………………………………………….. 22
Appendix G, Oral Proposals and Oral Interchanges………………………………………... 23-25
Appendix H, Interchanges…………………………………………………………………... 26-27
Appendix I, Evaluation Documentation Requirements……………………………………... 28-29
Appendix J, Glossary of Terms……………………………………………………………... 30-33
Appendix K, Notification to Offerors………………………………………………………..34
Template A, Ordering Procedures………………………………………………………... 35
Template B, Market Research Report………………………………………………………. 35
Template C, Fair Opportunity Proposal Request (FOPR)…………………………………... 35
Template D, Fair Opportunity Selection Plan (FOSP)……………………………………… 35
Template E, Oral Presentation Instructions…………………………………………………. 35
Template F, Interchange Notice (IN)……………………………………………………….. 35
Template G, Fair Opportunity Decision Authority (FODA) Briefing Sample if FODA is not
Contracting Officer………………………………………………………………………….. 36
Template H, Fair Opportunity Decision Document (FODD)……………………………….. 36
Template I, FAR 16.5 Fair Opportunity Selection Work Breakdown Structure
(WBS)/Schedule Tool………………………………………………………………………. 36
1
Fair Opportunity Selection FAR 16.505(b)(1)
1.0 Description.
Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) contracts are appropriate
for use when the Government has a known requirement but the exact timing or occurrence of the
requirement can’t be identified. These contracts are awarded to multiple awardees using FAR
15.3 source selection procedures, with the intent to conduct fair opportunity task/delivery order
competitions among the awardees in accordance with FAR 16.505(b)(1). Task Orders (TO) are
established for services, while Delivery Orders (DO) procure supplies. The Government can
conduct fair opportunity competitions against a MAC IDIQ as long as the requirement is within
scope of the IDIQ and cumulative value of all orders doesn’t exceed the maximum value of the
MAC IDIQ.
FAR 16.505(b)(1) allows flexibility in conducting fair opportunity competitions where it states:
[T]he contracting officer may exercise broad discretion in developing appropriate order
placement procedures...contracting officers may use streamlined procedures, including
oral presentations…the competition requirements in Part 6 and the policies in Subpart
15.3 do not apply to the ordering process.
This language creates an environment where the Contracting Officer (CO) can significantly
reduce procurement lead time by developing simplified and streamlined ordering processes to
compete orders amongst the pre-selected qualified MAC IDIQ contract holders. The CO
documents the chosen fair opportunity competition processes within the MAC IDIQ Ordering
Procedures, and includes the ordering procedures within the basic MAC IDIQ contract. The
subsequent fair opportunity solicitations, called the Fair Opportunity Proposal Requests
(FOPRs), may also contain a description or clarification of the competitive processes that will be
followed to compete a given order.
Many acquisition teams do not capitalize on the flexibility and potential time savings associated
with the less formal FAR 16.505 competition strategies because the FAR and its supplements do
not contain more specific guidance or information on how COs can utilize their “broad
discretion.” As a result, the advantages available through competing an action under a MAC
IDIQ are underutilized as many teams spend valuable time, money and resources using formal
FAR 15.3 source selection procedures because there is so much regulation, training and sample
documentation available. Simply put, the current acquisition community is extremely conversant
with FAR 15.3 source selection procedures, so teams revert to using formal FAR 15.3
competition procedures rather than exploring and utilizing the streamlining opportunities
afforded by FAR 16.505.
AFMC developed these guiding principles to provide acquisition teams more information on:
- Understanding the difference between FAR 16.5 fair opportunity competitions
compared to the FAR 15.3 source selection process;
2
- Possible FAR 16.505(b)(1) fair opportunity competition ordering strategies for team
consideration as they employ the CO’s “broad discretion” to develop appropriate
ordering procedures for their situation.
This Guiding Principles document is organized as follows:
- A quick look comparison of FAR 15.3 source selection against FAR 16.5 ordering
procedures (ref para 2.0);
- A tailorable FAR 16.5 fair opportunity Work Breakdown Structure (WBS)/Schedule
tool reflecting a baseline process workflow describing the fair opportunity process
from requirement identification to order award for actions SAT < $1B (ref para 3.1).
It does not replace or supersede any existing laws, regulations, directives, policies, or
instructions. It is not meant to be a one-process fits all. It is an example for
acquisition teams to consider as they identify the competitive ordering strategies
appropriate for their acquisition. This process is meant as a starting point to guide
teams, who are encouraged to tailor the baseline process workflow to support their
acquisition. The tailorable Excel file is included within Template I. This tool will
assist acquisition teams in identifying activities required for each particular
acquisition and establish durations based on the circumstances of each acquisition.
The activities listed may or may not be required so teams should modify activities to
fit their acquisition. Additionally, the template allows teams to delete unnecessary
steps and/or further break down activities into smaller tasks for scheduling and
tracking;
- Appendices that describe various methodologies acquisition teams may employ when
conducting fair opportunity competitions. These appendices describe how to utilize
the strategies and identify key team considerations when selecting strategies
appropriate for their competition;
- Establishes new lexicon (See Appendix J) distinguishing FAR 16.5 from FAR 15.3.
This FAR 16.5 lexicon is important because it will:
o Establish a FAR 16.5 “mindset” for all Government and industry stakeholders
involved in TO/DO competitions under a MAC IDIQ contract. Use of a
unique FAR 16.505 lexicon will facilitate a common understanding and
proficiency in competing orders in the less formal and more flexible
environment afforded by a FAR 16.505 fair opportunity competition;
o Help differentiate the competitive ordering process of FAR 16.5 from the
FAR 15.3 source selection process. For example, under FAR 15.3 and related
Air Force guidance, the use of discussions requires establishing a competitive
range, holding discussions with all Offerors in the competitive range and (as
applicable) conducting contract clearance prior to requesting Final Proposal
Revisions (FPRs). However, when following the procedures within these
guiding principles and invoking Interchanges, a competitive range does not
have to be established and contract clearance to request FPRs may not have to
be conducted. In addition Interchanges with offerors are not subject to the
FAR 15.3 rules, but should be conducted to afford all offerors a fair
opportunity for consideration. The Government Accountability Office (GAO)
has clarified “when exchanges with the agency occur in task order
competitions, they must be fair and not misleading.” AT&T Corp., B-414886,
3
Oct. 5, 2017, 2017 CPD ¶ 330. Further, “[w]hen holding discussions,
procuring agencies are not permitted to engage in conduct that favors one
offeror over another.” Id.
o Help identify to Offerors that the Government is conducting the acquisition in
accordance with (IAW) FAR 16.5 and not FAR 15.3. This is key as case law
has enforced FAR 15.3 source selection rules when acquisitions rely heavily
on FAR 15.3 procedures and terminology even if the acquisition states it will
be conducted under FAR 16.5. It is not wrong to use FAR 15.3 procedures for
ordering; and indeed the procedures may support an award determination
when undertaking complex acquisitions under an IDIQ, but if they are used,
those FAR 15.3 procedures must be followed as outlined in FAR 15.3, as the
GAO will apply them if a protest is filed. Although acquisition teams may
use FAR 15.3 procedures for order selection and award, they should consider
if these procedures are necessary, given complexity of the acquisition, since
employing FAR 15.3 may introduce additional steps, and thus time, to the
acquisition.
- Tailorable FAR 16.505 templates.
MAC IDIQ contracts must describe the fair opportunity competition processes that will be
utilized to compete and award orders against them (FAR 16.504(a)(4)(iv)). This is accomplished
with the ordering procedures which are included in the basic MAC IDIQ. In some cases, these
are written very broadly, using terminology along the lines of “Orders placed under this MAC
IDIQ will be competitively awarded using FAR 16.505(b)(1) fair opportunity processes.” In
those cases, the specific ordering process procedures are contained in the FOPR allowing teams
maximum flexibility to select ordering processes appropriate for each individual order. When
this is the approach utilized, the cognizant Fair Opportunity Decision Authority (FODA) and
Clearance Approval Authority (CAA) will review the proposed fair opportunity processes via
Acquisition Plan/Acquisition Strategy Panels and business/contract clearance reviews for each
order, as applicable.
When the MAC IDIQ ordering procedures are very detailed, covering all aspects of the ordering
process, the teams may not need to accomplish the acquisition strategy reviews/documentation
and business clearance with each order being competed.
When the Government desires to alter the competitive strategies utilized on a MAC IDIQ, it must
first consider the content of the basic MAC IDIQ. How specific is the language of the MAC
IDIQ ordering procedures? If the ordering procedures are written very broadly, the team will
have to ensure that individual FOPRs are very clear and unambiguous about which fair
opportunity competition strategies will be employed for that individual order competition. It is
also advisable to notify MAC IDIQ contractors about the strategies employed as soon as
possible, in any format deemed appropriate by the team (e.g. Industry Days, draft FOPR
issuance, contracting officer letters/emails). If the MAC IDIQ ordering procedures are written
very specifically, they would need to be changed and incorporated into the basic MAC IDIQ via
a bilateral modification.
4
It is important to note that while FAR 16.5 grants COs discretion to streamline the ordering
process, some of the guiding principles on streamlining opportunities may come with risk.
Procuring activities should consider both the risk and the opportunities, available in making FAR
16.5 acquisition decisions. The key will be to plan a purchase that will provide a fair opportunity
to all Offerors, clearly identify the fair opportunity procedures that will be utilized, either in the
MAC IDIQ and/or the FOPR, document the decision making process and demonstrate in the
documentation how each Offeror received a fair opportunity for consideration while engaging
with program counsel throughout the process. Finally, the importance of conducting the
evaluation in accordance with the stated fair opportunity procedures and documenting the
rationale for the award decision cannot be over emphasized.
2.0 FAR 15.3 to FAR 16.5 Comparison
This chart provides a comparison of the differences between FAR 15.3 source selection
procedures and FAR 16.5 fair opportunity competition procedures. This chart only touches on
areas where there are differences, it does not address every acquisition process area. For
example, legal review is required over given thresholds regardless if it is a FAR 15.3 or FAR
16.5 acquisition. Just because something is not covered in this comparison chart does not
automatically imply it is not needed.
EZ Source
FAR 15.3
Mandated Source Selection Tool for competitive acquisition >$100M
FAR 16.5
Not required to use EZ Source
Notes
In general, utilize automation where ever possible to streamline and expedite acquisition
documentation and correspondence. Encourage electronic submission and update of cost
proposals. Use macros to the greatest extent practicable to automate duplicative/manual data-
entry Government processes/analysis. However, use of EZ Source for FAR 16.5 acquisitions
can add complexity.
Decision
Authority
FAR 15.3
Source Selection Authorities identified in FAR 15.303, AFFARS MP 15.3, para 1.4.1.1.
FAR 16.5
The CO is the FODA for all fair opportunity order competitions unless another FODA is
determined on a case-by-case basis based on program or order specifics.
Notes
FAR 16.505(b)(1)(ii) states the policies in FAR 15.3 do not apply to the ordering process. If the
FODA is not the CO, the acquisition cycle could increase significantly.
Protests
FAR 15.3
All actions regardless of dollar value can be protested IAW procedures at FAR 33
FAR 16.5
Per FAR 16.505(a)(10), NO protest under subpart 33.1 is authorized in connection with the
issuance or proposed issuance of an order, except for:
1) Protest only possible if the order increases the scope, period or max value of the Indefinite
Delivery/Indefinite Quantity (IDIQ) contract or value in excess of $25M
2) Protests of orders may only be filed with the Government Accountability Office (GAO) IAW
procedures at FAR 33.104 (this eliminates possibility of agency protests and protests to the
United States Court of Federal Claims)
Ordering
Procedures
FAR 15.3
FAR 16.5
5
Notes
Additional
Details At:
Requirement
FAR 15.3
FAR 16.5
Notes
1. Communicate requirements to potential Offerors via the FOPR, draft FORP, Industry Days,
etc.
2. See FAR 16.505(a)(4) and its supplements when procuring items peculiar to one
manufacturer via a Fair Opportunity Exception (FOE)
Case Law
AllWorld Language Consultants, Inc, B-411481.3, Jan 6, 2016: an order cannot be awarded
outside of the ordering period of the basic IDIQ contract, and the government cannot exercise an
option on an order after the underlying IDIQ period of performance (as defined in FAR 52.216-
22) expires.
Acquisition
Plan
FAR 15.3
FAR 16.5
1) Orders placed under an IDIQ awarded by another agency (i.e., a Governmentwide acquisition
contract, or multi-agency contract) are not exempt from the development of acquisition plans
(see Subpart 7.1) IAW FAR 16.505(a)(8).
2) Acquisition plans are required for all orders except TO/DOs issued in accordance with the
terms of the basic contract (except non-DoD orders > $10M) IAW AFFARS 5307.104-
92(b)(2)(a).
Notes
Multi-
Functional
Independent
Review Teams
(MIRT)
FAR 15.3
IAW AF PGI 5301.9001(b), The use of multi-functional independent review teams (MIRT) is
considered a best practice for high dollar value or complex competitive acquisitions.
FAR 16.5
Notes
FedBizOps
Synopsis
FAR 15.3
FAR 16.5
In general, not required per FAR 16.505(a)(1)
Notes
6
Draft
Solicitation
(DRFP)
FAR 15.3
Highly recommended per the DoD Source Selection Procedures, paragraph 2.4.
FAR 16.5
Notes
If there is uncertainty about any requirement, coordinating the requirement(s) with industry is a
good practice. This will help ensure a "fair opportunity. In addition, it will improve the quality
of proposals, thereby reducing evaluation timeline. A Draft FOPR could also be used in
conjunction with an industry day or preproposal conference.
Solicitation
FAR 15.3
Requires a Request for Proposals (RFP) with mandatory use of rating definitions established in
DoD Source Selection Procedures (Sections L & M)
FAR 16.5
Notes
FAR 16.505(b)(1)(ii) states "The CO should keep submission requirements to a minimum. COs
may use streamlined procedures, including oral presentations. Include the procedures in the
solicitation and in the contract and consider price or cost under each order as one of the factors in
the selection decision."
Best Practice: Be clear and explicit that you are not using FAR 15.3 & DoD Source Selection
Procedures; use the FAR 16.5 lexicon, not the FAR 15.3 terminology.
Additional
Details At:
Appendix B: Evaluation Criteria; Appendix D: Page Limitations; Template C: FOPR
Case Law
Matter of: Bay Area Travel, Inc.; Cruise Ventures, Inc.; Tzell-AirTrak Travel Group, Inc., (B-
400442; B-400442.2; B-400442.3; B-400547; B-400547.2; B-400547.3; B-400564; B-400564.2;
B-400564.3), 5 Nov 08. “GAO will review the issuance of task and delivery orderto ensure
that the evaluation is in accord with the solicitation and applicable procurement laws and
regulations.” General Dynamics Information Technolocy, Inc., (B-414387.2), 30 May 17.
“Protest…is denied where record shows that agency’s evaluation was reasonable and consistent
with the terms of the solicitation and applicable statutes and regulations.”
Evaluation
Criteria
FAR 15.3
Best value can be obtained using any one or a combination of approaches within the Best Value
continuum. Cost/price and quality of product/service through consideration of one or more non-
cost factors must be evaluated. Past Performance and Small Business participation must be
evaluated (some exceptions). Standardized rating tables and definitions established. Reference:
DoD Source Selection Procedures.
FAR 16.5
Cost/price must be considered under each order as one of the factors in the selection decision.
No additional mandatory evaluation factors, rating tables or definitions established in FAR 16.5
Notes
1. Acquisition teams should focus on the minimum key discriminators needed to determine the
awardee, use page limitations (include only # of pages necessary based on dollar & complexity
of the order), limit evaluation criteria to meaningful evaluation factors (qualifications) and
streamlined procedures, such as in past performance considerations.
2. Where award will be made on a best value basis, a written statement must be included stating
the relative importance of quality and price or cost factors.
3. Consider limiting past performance, if evaluated, to contractor performance on orders within
the basic IDIQ, specifically to those that are similar in scope. See FAR 16.505.
Additional
Details At:
Source
Selection Plan
(SSP)
FAR 15.3
Required for all best-value, negotiated, competitive acquisitions IAW DoD Source Selection
Procedures, para 2.2. The Source Selection Authority (SSA) must approve the plan before the
final solicitation is issued.
FAR 16.5
Notes
If the FODA is someone other than the CO, it may be prudent for the acquisition team to
document a Fair Opportunity Selection Plan (FOSP) to guide/organize the evaluation.
Additional
Details At:
7
SSEB/SSAC
FAR 15.3
FAR 16.5
Business
Clearance to
issue the
Solicitation
FAR 15.3
IAW AFFARS 5301.9001, required for operational contracting actions > $3M and for PEO and
Enterprise contracting > $5M for actions identified in AFFARS 5301.9000.
FAR 16.5
AFFARS 5301.9000(b)(6) excludes from business clearance: Competitive order solicitations and
orders issued in accordance with FAR 8.4, 13, or 16.5 and against existing MAC ID/IQ,
GWACs, and FSS contracts in accordance with the terms and conditions and ordering
procedures of the basic contract.
Additional
Details At:
Exchanges with
Offerors After
Receipt of
Proposals
FAR 15.3
FAR 15.306 and the DoD Source Selection Procedures (para 3.5) establish specific guidelines
for clarifications, communications and discussions.
FAR 16.5
Notes
Additional
Details At:
Template C: Fair Opportunity Proposal Request (FOPR)
Competitive
Range
FAR 15.3
FAR 16.5
No requirement to establish a formal competitive range to interact with Offerors.
Notes
Competitive Range may not be required, but if the decision is made not to continue on with a
proposal, document the file with the reasons why.
Evaluation
Notices
FAR 15.3
FAR 16.5
An Interchange Notice (IN) is used to accurately capture the contemporaneous sharing of
information between the Government and the Offerors. An IN may address any aspect of the
proposal: technical, cost/price, past performance, contract documentation, and/or any other
matter in the evaluation process. To ensure a fair opportunity, however, when a CO issues INs
to offerors, the CO must ensure all offers receive fair consideration for award. If Interchanges are
not conducted with all offerors, the CO will need to document why some offerors were excluded
and how the “excluded” offerors nevertheless received a fair opportunity for consideration.
Additional
Details At:
Comparative
Analysis
FAR 15.3
The SSEB first conducts an in-depth review of each proposal against the factors and subfactors
established in the solicitation. The SSAC then provides the written comparative analysis. If no
SSAC, SSA completes the analysis. The SSEB should only make an award recommendation if
requested by the SSA. DoD Source Selection Procedures para 1.4.3.1.3, 3.1 and 3.8.
8
FAR 16.5
No process is dictated by FAR 16.5. Immediate comparison of responses received is allowed
without having to “independently score” proposals and then separately do comparative analysis.
Additional
Details At:
Contract
Clearance (to
request Final
Proposal
Revisions)
FAR 15.3
Required when discussions are held IAW AFFARS 5301.9000 for operational contracting
actions > $3M and PEO and Enterprise contracting > $5M.
FAR 16.5
Notes
Additional
Details At:
Appendix F: Business/Contract Clearance
Final Proposal
Revision (FPR)
FAR 15.3
Must request FPRs after discussions. At the conclusion of discussions, each Offeror still within
the competitive range shall be given an opportunity to submit a FPR IAW DoD Source Selection
Procedures, paragraph 3.5.
FAR 16.5
When conducting Interchanges IAW the procedures within these guiding principles, Offerors do
not have to be offered an opportunity to revise their proposal through a formal FPR.
Notes
Case Law
Contract
Clearance (to
make an Award
Decision)
FAR 15.3
IAW AFFARS 5301.9000 and AFFARS 5301.9001 required for operational contracting actions
> $3M and PEO and Enterprise contracting > $5M.
FAR 16.5
Selection
Documentation
FAR 15.3
Contract file must document the evaluation and decision using documentation formats/templates
outlined in AFFARS 5315.3 including SSEB Report, Competitive Range Decision Document
(CRDD), Pre-FPR Request Briefing, Comparative Analysis Report and Award Recommendation
(CAR), Final Decision Briefing and Source Selection Decision Document (SSDD). IAW the
DoD Source Selection Procedures, the relative strengths, deficiencies, significant weaknesses,
and risks identified as the result of the proposal evaluation shall be documented in the contract
file.
FAR 16.5
Notes
Documentation may be accomplished in one long running record of evaluation (Journal
Approach), accomplished via checklists, or may be in discrete steps/phases. The Fair
Opportunity Decision Document (FODD) may document the entire selection, including the
initial and final evaluation results (when Interchanges are used) but, the CO has discretion to
separately document the evaluation results from the FODD.
Additional
Details At:
9
Case Law
Navistar Def., LLC; BAE Sys., Tactical Vehicle Sys. LP, B-401865 et al., Dec. 14, 2009, 2009
CPD ¶ 258 at 13. The Army did not sufficiently document the evaluation enough to allow GAO
the ability to assess the reasonableness of the evaluation.
DD1279 Notice
of Award
FAR 15.3
DD 1279 required for all contract awards over $7M IAW DFARS 205.303(a)(i)
FAR 16.5
DD 1279 only needed for TO/DOs if IDIQ estimated contract value has already been reached
and the order is more than $7M. DFARS 205.303(a)(i)(B)
Notes
Notice to
Unsuccessful
Offerors &
Debriefings
FAR 15.3
Notifications and debriefings required for all actions upon request of the unsuccessful Offeror
IAW FAR 15.503, 15.505 and 15.506.
FAR 16.5
IAW FAR 16.505(b)(6), post-award notices to Unsuccessful Offerors are only required for
orders >$5.5M and Debriefings only required upon request. Procedures at FAR 15.503(b) shall
be followed when providing post-award notifications and FAR 15.506 shall be followed when
providing debriefings to unsuccessful Offerors.
3.0 Sample FAR 16.505(b)(1) Fair Opportunity Process Workflow and Activities
Figure 1 identifies the detailed events and activities that may be completed for orders from
SATup to $1B via a Process Flow Chart.
Teams are encouraged to pursue continuous improvement in the utilization and administration of
MAC IDIQs by conducting periodic reviews of how effective the MAC IDIQ fair opportunity
competition procedures have been in procuring the requirement in the most efficient and cost-
effective manner possible that consider, for example:
Have acquisition teams been meeting or beating the anticipated fair opportunity competition
schedules for a given MAC IDIQ?
Did the evaluation criteria during award of the MAC IDIQs ensure Government
consideration of key discriminators when evaluating offers that are not needed to be
evaluated within the ordering process?
Were the page limitations appropriate?
Is there a lot of variety among the individual order competition procedures? Is it effective?
Would it be appropriate to edit the MAC IDIQ ordering procedures to include common
procedures?
What best practices/lessons learned can be implemented into the MAC IDIQ ordering
procedures?
Another critical continuous improvement strategy is to maintain strong communication among
all stakeholders, to include the Government end user as well as the MAC IDIQ industry
members. Ideally, this will help ensure contractors are given concise, firm requirements, and
produce responsive, timely proposals. It promotes a win/win environment where known
requirements support the establishment of appropriate fair opportunity competition procedures
and strategies, leading to a streamlined acquisition schedule and stronger proposals/government
10
debriefs, which will reduce costs and save time for all parties. Most importantly, continuous
improvement and strong communications across all stakeholders will encourage acquisition
teams to pursue every opportunity to support the end user, their customer.
DAU Training: CLC 030 Essential of Interagency Acquisitions/Fair Opportunity. This module
is designed to provide DoD acquisition professionals with a better understanding of the need to
ensure that non-DoD contracting instruments are appropriately used by DoD contracting
personnel.
GSA Training: GSA Schedules vs. Open Market - This course will familiarize you with three
commonly used methods of acquisition: issuing task or delivery orders using GSA’s Multiple
Award Schedules (MAS) under FAR Subpart 8.4, negotiating a stand-alone order under FAR
Part 13 and negotiating a contract under FAR Part 15. Available at:
https://www.gsa.gov/portal/mediaId/152783/fileName/GSA_MAS_vs_Open_Mkt_StudentGuide
_Fall2014.action
11
Figure 1. Fair Opportunity Selection ProcessDetailed Flow Chart
3.1 Work Breakdown Structure (WBS)/Schedule. The WBS/Schedule, Table 1, provides
additional detail for the activity boxes in the flowchart above. Teams are encouraged to use the
tailorable tool in Template I to identify the activities required for their individual acquisition as
well as project durations given their environment and circumstances. This tool will assist teams
identify activities required for each particular acquisition and establish an acquisition schedule
based on each acquisitions circumstances. The activities listed may or may not be required based
on each individual acquisitions circumstances so teams should modify activities as required. It
also allows teams to delete unnecessary steps or further break down activities into smaller tasks
for scheduling and tracking.
This tool is meant as a starting point to guide teams, who are encouraged to tailor the baseline
process workflow to support their acquisition. Teams should consider specific program
parameters and project an acquisition schedule based on those parameters. Some things to
consider when developing an acquisition schedule include:
12
- If the order is in strict compliance with basic IDIQ or not (NOTE: a CO should
understand whether or not the order is in strict compliance with the basic IDIQ
because the timeline may be impacted)
- If the CO is the FODA
- Contract Line Item Number (CLIN) structure
- Lowest Price Technically Acceptable (LPTA) vs tradeoff evaluation methodology
used
- Number of major technical evaluation areas and/or measures of merit
- Number of anticipated proposals
- If a Draft FOPR is utilized
- Expectation for Interchanges
13
XXXX
Acquisition
Team
Duration
WBS
Task Name
OPR
Start
Finish
1.1.1
Official Requirement Received
User
0
2-Jan-17
2-Jan-17
Notes: User/Requirements Owner provides a clear, concise, and well-written requirement. For operational
contracting, examples could include requirements package, funding documents or functional planning email/meeting.
In the systems arena, examples include Acquisition Decision Memorandum (ADM), Initial Capabilities Document
(ICD) or Capability Development Document (CDD).
1.1.2
Develop Acquisition Strategy
Acq Team
0
2-Jan-17
2-Jan-17
Notes: Consider Market Research (MR) necessary and all viable acquisition alternatives to satisfying the
requirements.
1.1.3
Perform Market Research (MR)
Acq Team
0
2-Jan-17
2-Jan-17
FAR 10.002 (B) (1) states the CO may use Market Research (MR) conducted within 18 months before the award of
any TO/DO if the information is still current, accurate, and relevant.
1.1.4
Generate and Approve MR Report
PM/CO
0
2-Jan-17
2-Jan-17
Notes: PM and CO sign the report. See Template B: Market Research Report
1.1.5
Streamlined Acquisition Strategy Summary (SASS)
PM/CO
0
2-Jan-17
2-Jan-17
See the Air Force Contracting Central website, AFFARS 5307 for the SASS template,
1.1.5.a
Develop Acquisition Plan
PM
0
2-Jan-17
2-Jan-17
Notes: Develop a written Acquisition Plan (AP) IAW AFFARS 5307.104-92.
1.1.5.b
Acquisition Plan Approved
MDA/SDO
0
2-Jan-17
2-Jan-17
1.1.6
Small Business Coordination (DD2579)
SBA/CO
0
2-Jan-17
2-Jan-17
Notes: Includes coordination/approval with Small Business.
1.1.6.1
Critical Decision Point (CDP) 1 MIRT
MIRT
0
2-Jan-17
2-Jan-17
See Appendix E: MIRTs
1.2.1
Develop Fair Opportunity Proposal Request (FOPR)
Acq Team
0
2-Jan-17
2-Jan-17
Notes: Any unique terms, conditions, requirements, and/or attachments must be developed before this activity is
complete. This activity accounts for a large amount of tailoring for the order requirements from the MAC IDIQ
requirements. Examples include Statement of Work (SOW), Systems Requirements Document (SRD), Performance
Work Statement (PWS), Contract Data Requirements List (CDRLs), and the evaluation criteria and instructions to the
offerors.
14
XXXX
Acquisition
Team
Duration
WBS
Task Name
OPR
Start
Finish
1.2.2
Engage with IDIQ contract holders
Acq Team
0
2-Jan-17
2-Jan-17
Notes: Obtain feedback on the FOPR from IDIQ contract holders.
1.2.3
Requirements Package Complete
Acq Team
0
2-Jan-17
2-Jan-17
1.2.4
Finalize the Fair Opportunity Proposal Request (FOPR)
CO
0
2-Jan-17
2-Jan-17
Notes: All the terms and conditions of the FOPR finalized (to include evaluation criteria and instructions to the
offerors). See Appendix B, Evaluation Criteria.
1.2.4.a
CDP 2 MIRT
MIRT
0
2-Jan-17
2-Jan-17
1.2.5
Legal Review
Legal
0
2-Jan-17
2-Jan-17
Notes: Engagement with legal before this activity is recommended in order to shorten the attorney review time.
CO responds to all comments and documents the file accordingly.
1.2.6
Policy Review
Policy
0
2-Jan-17
2-Jan-17
Notes: CO provides access to all contract files to Clearance Reviewer. CO responds to all comments and
documents the file accordingly.
1.2.7
Business Clearance
Policy
0
2-Jan-17
2-Jan-17
Notes: Obtain Business Clearance approval to release Formal FOPR. See Appendix F, Business/Contract
Clearance.
1.2.8
Release Fair Opportunity Proposal Request (FOPR)
CO
0
2-Jan-17
2-Jan-17
1.3.1
Develop Proposals
Offerors
0
2-Jan-17
2-Jan-17
1.3.1.a
Develop Fair Opportunity Selection Plan (FOSP)
Acq Team
0
2-Jan-17
2-Jan-17
See Appendix C: Fair Opportunity Selection Plan (FOSP).
1.3.2
Receive Proposals
CO
0
2-Jan-17
2-Jan-17
Notes: The CO conducts a "quick look" of the proposals to ensure all parts of the proposals were received and that
the offeror’s have complied with the administrative instructions in the FOPR.
1.3.3
Evaluation and Write Interchange Notices (INs)
Acq Team
0
2-Jan-17
2-Jan-17
Notes: As the team evaluates each offeror, document any INs that may be necessary. A good practice is to have
Legal review INs prior to release. See Appendix H: Interchanges.
15
XXXX
Acquisition
Team
Duration
WBS
Task Name
OPR
Start
Finish
1.3.3.a
Brief FODA for Preliminary Decision
Acq Team
0
2-Jan-17
2-Jan-17
Notes: Used when FODA is not CO. The FODA decides whether to release INs, or to proceed to contract
clearance and then contract award. This task may involve developing charts, briefing, and incorporating any
comments. Ensure that legal reviews any charts prior to the brief.
1.3.4
Release INs to Qualified Offerors
CO
0
2-Jan-17
2-Jan-17
Ensure the interchanges direct the offeror(s) to submit change pages to proposals to ensure no further revisions are
necessary. Also, any change pages would be in addition to any IN narrative response. A team may also employ
oral interchanges as discussed in Appendix G, Oral Proposals and Oral Interchanges, or employ automation
techniques as described in Appendix A, Automation.
1.3.5
Offerors respond to Interchanges
Offeror(s)
0
2-Jan-17
2-Jan-17
1.3.6
Evaluate Interchange Responses
Acq Team
0
2-Jan-17
2-Jan-17
See Appendix I, Evaluation Documentation Requirements.
1.3.7
Finalize Evaluation Results
PM
0
2-Jan-17
2-Jan-17
1.3.8
Decision Document Drafted
Acq Team
0
2-Jan-17
2-Jan-17
Notes: As outlined in Appendix I: Evaluation Documentation Requirements, the evaluation may be wholly
documented in the FODD. However, choose a method of documentation that is appropriate for the complexity of
the acquisition. Good practice is to consult with legal on the intended level of detail in this document.
1.3.8.a
CDP 5 MIRT
MIRT
0
2-Jan-17
2-Jan-17
1.3.9
Legal Review
Legal
0
2-Jan-17
2-Jan-17
1.3.10
Policy Review
Policy
0
2-Jan-17
2-Jan-17
1.3.11
Contract Clearance Approval
Policy
0
2-Jan-17
2-Jan-17
Notes: See Appendix C: Business/Contract Clearance.
1.3.11.a
Brief FODA (if CO is not FODA)
Acq Team
0
2-Jan-17
2-Jan-17
Notes: The FODA decides who is selected for the order. This task may involve developing charts, briefing, and
incorporating any comments. The FODA, however, may allow the team to utilize the FODD or other evaluation
documentation to brief the specifics of the evaluation. This may be accomplished as long as the contract file
documents this methodology. Ensure that legal reviews any materials prior to the brief.
1.3.12
FODA signs Decision Document
FODA
0
2-Jan-17
2-Jan-17
1.4.1
CO Signs Order
CO
0
2-Jan-17
2-Jan-17
1.4.2
CO Notifies Offerors
CO
0
2-Jan-17
2-Jan-17
Notes: CO notifies Offerors of the selection and may offer a schedule for debriefings. IAW FAR 16.505(b)(6),
notification of and debriefings for orders are only required above $5.5M.
1.4.3
CO Awards Order
CO
0
2-Jan-17
2-Jan-17
Notes: CO posts award in all necessary locations (contract writing system, Electronic Data Access (EDA), etc)
16
Appendix A, Automation
Description: This streamlining opportunity includes countless automation processes that cannot
be exhaustively listed here. However, some possibilities include the following:
- Cost/Price templates
- Information gathering templates (such as electronic forms)
- Frequently Asked Question (FAQ) postings
- Electronic File Exchange (such as the DoD SAFE website)
- Use of macros to automate any redundant activity (eg. Form letters, manual data entry
throughout Government cost analysis)
- Interactive web-conferencing for non-sensitive Interchanges (e.g., using Skype for pre-
proposal conferences)
- Discussion/chat forums for high-volume communication
- Create a FedBizOps page exclusively for the MAC IDIQ holders (establishes a
centralized location to communicate with industry)
Impact:
- Stipulating electronic templates in the FOPR instructs Offerors to propose similarly-
packaged data. This allows the fair opportunity team to focus on the evaluation as
opposed to understanding unique Offeror formats used to propose.
- Interaction with Offerors increases the communication of industry and Government, as
well as expedites the sharing of information.
- There may also be proposal cost savings when leveraging electronic proposal documents.
- Any one of these automation techniques may shorten acquisition timelines.
Automated procedures can never be used in place of a documented, reasoned basis for a selection
decision. The General Accountability Office has repeatedly sustained protests, in various
contexts, where agencies rely upon mechanical processes in lieu of agency judgment. See:
- EFW, Inc., B-412608, Apr. 7, 2016 (protest challenging the agency's past performance
evaluation sustained where the evaluation mechanically relied on a crosswalk table that
obscured differences between the proposals, and failed to look beyond overall adjectival
ratings in concluding that the Offeror's past performance was equivalent);
- Midland Supply, Inc., B-298720, B-298720.2, Nov. 29, 2006, 2007 CPD ¶ 2 (award
decision not reasonable where there is no documentation or explanation and agency made
its award decision based strictly on a mechanical comparison of the Offerors' total point
scores);
- The Jonathan Corp.; Metro Mach. Corp., B-251698, May 17, 1993, 93-2 CPD ¶ 174
(sustaining protest where agency’s cost realism evaluation failed to consider each
Offeror’s individualized technical approach and instead mechanically adjusted proposed
labor hours and material costs to government estimates);
- Tele-Consultants, Inc., B-408465, Sep. 27, 2013, 2013 CPD ¶ 304 at 10 (“[a]s our
decisions make clear, overly mechanical analyses or those based on mathematical
computations of scores are disfavored”).
References: FAR 16.505(b)(1)(ii)
17
Appendix B, Evaluation Criteria
Description: Information the Government requests Offerors to submit with proposals should be
the minimum necessary to verify Offerors’ understanding of the requirement and to enable the
Government to determine which Offeror should be awarded the order (also see Appendix D). It
is a good practice to limit evaluation criteria to no more than three key discriminators to allow
the Government the ability to discern the best value offer in a timely manner. Cost/Price shall
always be considered, and some examples of additional evaluation criteria include technical
capability, past performance (in limited acquisitions), TO/DO staff management, and/or risk.
Government fair opportunity teams may not need to identify evaluation criteria for TO/DO
competitions that are conducted under MAC IDIQs with pre-priced supplies/services. Best
Practice: Conduct periodic reviews of order competitions conducted under a MAC IDIQ to
analyze whether or not the chosen evaluation criteria effectively evaluated key discriminators.
Methodologies that may be applied to an acquisition’s evaluation:
- Gate criteria: Any criteria that can result in a simple “pass/fail” evaluation for reducing
the number of potential awardees should be utilized. Examples include minimum
commercial/industry certifications, licenses, and approvals on a state, federal, or
international level. Cautionary note: If applying gate criteria to small business set-aside
acquisitions, “unacceptable” findings may equate to non-responsibility determinations
which must be referred to the Small Business Administration (SBA) for Certificate of
Competency (CoC) issuance.
- Past performance: Consider limiting past performance to contractor performance within
the basic IDIQ (see FAR 16.505, “The contracting officer should consider the following
when developing the procedures: Past performance on earlier orders under the contract,
including quality, timeliness and cost control.”) Past performance outside of the IDIQ
was most likely already evaluated for award of the basic MAC IDIQ contractsit would
be duplicative to consider it again for each order competition conducted against the basic
IDIQ. Note: FAR 16.505(b)(1)(v)(A)(1) does not require the Government to evaluate
past performance, nor is there a requirement for the Government to document its rationale
not to do so.
- Multi-phase/Multi-step evaluation process: If anticipating a large number of responses
from a FOPR, it might be useful to utilize a multi-phase or multistep approach. As long
as the FOPR clearly describes the down-select criteria (or prescribed in the basic IDIQ),
the process of narrowing the field may be done by requesting Offerors to submit an initial
“white paper” for evaluation to ensure that the Offerors understand the requirement. A
more extensive proposal may be requested from a smaller pool of offerors in a
subsequent phase (phase II). Be clear, unambiguous, and transparent in the process when
requesting proposals.
- Streamlined evaluation methodology: There is no requirement in FAR 16.5 to capture
the relative strengths, deficiencies, weaknesses and significant weaknesses supporting the
evaluation of the proposals. This means that a streamlined evaluation methodology, such
as plusses and minuses (+ & -), narrative statements, acceptable/unacceptable or pass/fail
designations can be used. Note: FAR 16.505(b)(1)(iv) requires the Government to
disclose significant factors and subfactors, including cost or price, that the agency will
use in evaluating responses and their relative importance on orders greater than $5.5M.
18
- A study by the Naval Post-graduate School (NPS) revealed two findings that are
significant: 1) tradeoff source selections result in a 63% longer procurement time than
LPTA source selections, and 2) each additional evaluation factor increases procurement
time by 38%.
- Immediate Comparison: Immediate comparison of responses received is allowed without
having to “independently score” them. It requires documentation of the differences under
each evaluation factor but without having to use a scoring system, such as colors,
adjectives, or points. Rather, the evaluators collect and document facts about each
response, which allows them to quickly determine who is best suited and with whom to
place the order. There is no need to first rate each Offeror independently against the
evaluation factors before making a comparison, so long as the stated evaluation factors
are used as the basis for selecting among Offerors.
- Pre-priced supplies: Under MAC IDIQ contracts for COTS products, especially products
for IT, prices are typically set forth in price sheets and are often available electronically
on bulletin boards for customers to select the products that best satisfy their needs and
take advantage of the competitive forces of the marketplace. As long as the CO or
customer can easily compare the various prices and products being offered under these
contracts, awardees have been given a fair opportunity to be considered. Requiring each
awardee to develop a separate "proposal" or conducting negotiations with each awardee
prior to awarding a DO is not necessary, unless the CO believes the information provided
on the price sheets is insufficient to make an award in the best interest of the Government
(see FAR 16.505(b)). In the case of MAC IDIQ contracts for services, the receipt and
evaluation of proposals typically is necessary to better understand and define the services
being procured and to take advantage of competition amongst the awardees to obtain best
value. Agencies, however, should simplify and streamline the negotiation process as
much as possible. The use of sealed bidding as described in FAR part 14 is also an
acceptable approach when pre-priced supplies exist (Harris IT Services Corp., B-411699,
Oct. 2, 2015, 2015 CPD ¶ 293 at 9).
- Be aware of FAR 16.505(b)(2)(F). In accordance with section 1331 of Public Law 111-
240 (15 U.S.C. 644(r)), COs may, at their discretion, set aside orders for any of the small
business concerns identified in 19.000(a)(3). When setting aside orders for small
business concerns, the specific small business program eligibility requirements identified
in part 19 apply. Coordinate this with Small Business. There needs to be sufficient small
business multiple award contract holders in the applicable socioeconomic category who,
through market research, provide a reasonable expectation that offers will be obtained
from at least two sources who can meet the acquisition requirements.
Impact: Acquisition timelines may be reduced with employment of any of the methodologies
outlined above. They are, however, not without risk. Some of the methodologies have not been
contested and therefore decided-upon by the GAO. Using the FAR 16.5 lexicon established in
these guiding principles will mitigate the risk of a successful protest on these methodologies.
References: “Streamlining Task and Delivery Order Solicitations under MA/IDIQ Contracts,”
ASI Government Advisory, May 2016; Naval Postgraduate School study.
19
Appendix C, Fair Opportunity Selection Plan (FOSP)
Description: In general, a formal evaluation plan is not required per FAR 16.505(b)(1)(v)(B).
However, if the FODA is not the CO, then it is a good practice to accomplish a FOSP. This plan
would include information such as:
- Background and acquisition approach (a copy/paste of Acquisition Plan);
- Fair Opportunity Team Structure (to include any non-Government personnel);
- How to conduct Interchanges;
- Any unique methodologies to be employed during the evaluation that are not expressly
outlined in the FOPR;
- How the Government will protect source selection information (IAW FAR 2.101 and
3.104);
- How the evaluation will be conducted and documented (i.e., oral presentations);
- A schedule of the major events to get to order award; and/or
- Attach copies of the evaluation criteria and the instructions to Offerors.
Impact: Having a plan encourages dialogue between the FODA and the acquisition team to
ensure expectations are understood resulting in a more streamlined evaluation. In addition, the
FOSP will provide guidance to the fair opportunity team when communicating the evaluation
results to the FODA.
References: FAR 16.505(b)(1)(ii); FAR 16.505(b)(7)(i)
20
Appendix D, Page Limitations
Description: Limit the number of pages offerors can provide when proposing. This challenges
Offerors to write efficiently but, is also consistent with the Government asking for only the
minimum information necessary to discern the best value Offeror. The FOPR instructions
dictate the number of pages by evaluation criteria or section, or subfactor or factor. If
Interchanges with Offerors are held, Offerors may be directed to limit change pages or response
pages to INs. When determining page limitations, consider:
- Was any area of the evaluation assessed on the basic IDIQ or on a previous order?
- Are standard position descriptions dictated?
- Is a standard PWS applicable?
- How frequently are orders issued?
- Is the acquisition a commercial product or service?
- How well-defined is the requirement?
Impact: Limiting pages of the proposal or limiting the Interchanges can substantially reduce the
amount of information received, allowing the Government to expedite evaluations. However,
unreasonably short page limitations may result in prolonged exchanges if the offeror does not
have space to provide the requisite information.
21
Appendix E, Multi-Functional Independent Review Teams (MIRTs)
Description: IAW AFFARS 5301.9001(b), “the CAA must ensure that the clearance process
meets the objectives in paragraph (a) above. See AF PGI 5301.9001(b) for guidance on the use
of multi-functional independent review teams (MIRTS) in conjunction with competitive
acquisitions. The use of MIRTs is not mandatory, but the following information is provided as
guidance if the CAA determines the use of a MIRT is necessary.
MIRT reviews are linked to FAR 15.3 decision points which may or may not be relevant to FAR
16.5 procedures. Where not relevant (Critical Decision Points (CDP), CDP#3 and #4), MIRT
reviews should not be utilized. Further, CDP#s 1, 2, and 5 may apply but can be tailored for
FAR 16.5 procedures for the same reasons as for FAR 15.3 processes.
MIRT CDPs 1 5 may apply under FAR 16.5 as follows:
CDP #1Review draft Acquisition Strategy Panel (ASP) brief or draft Acquisition Plan (AP)
(Includes review of requirements documents, results of market research and risk assessment, and
incentive structure, as applicable).
CDP #2 Review FOPR. (Includes review of Source Selection Plan as applicable, requirements
documents, and FOPR attachments, as necessary, to ensure executable evaluation criteria.)
CDP #3 Review draft Initial Evaluation/Competitive Range Brief or review of draft Award
without Discussions Brief. An initial evaluation brief and/or “competitive range” is not required
to be made under FAR 16.5. If not conducted, CDP #3 should not be utilized. Acquisition teams
must be careful to not use terminology or specific processes from FAR 15.3 unintentionally,
which would trigger a MIRT review for CDP #3. If there are questions regarding
applicability/requirement to conduct CDP #3, consult the CAA.
CDP #4 ELIMINATED: A FPR” is not required. Acquisition teams must be careful to not
use terminology or specific processes from FAR 15.3 unintentionally, which would trigger a
requirement to apply a MIRT review for CDP #4.
CDP #5 Review draft FODD.
Impact: If the CAA requires a MIRT, tailor the process to reflect the FAR 16.505 streamlined
process. This will save time with no degradation of performance/quality of documentation. A
good practice would be for CAAs to establish standing MIRT memberships for MAC IDIQs to
ensure timely, consistent reviews by panel members familiar with the fair opportunity processes
for the IDIQ.
22
Appendix F, Business/Contract Clearance
Description: IAW AFFARS 5301.9000(b)(6), competitive order solicitations and orders issued in
accordance with FAR 8.4, 13, or 16.5 and against existing MAC ID/IQ, GWACs, and FSS
contracts in accordance with the terms and conditions and ordering procedures of the basic
contract are excluded from business or contract clearance. If the TO/DO is not in accordance
with the terms and conditions and ordering procedures of the basic contract, then
business/contract clearance would be required.
In order for Clearance not to apply, to the greatest extent possible, include terms and conditions
including pre-established factors and/or evaluation criteria in the Ordering Provisions of the
basic contract. Ordering Clauses at DFARS 252.216-7006 (replaces FAR 52.216-18) and FAR
52.216-19 or FAR 52.212-1 and/or -2 may be augmented with an attachment of Ordering
Provisions to the contract describing procedures, evaluation criteria, and evaluation factors for
TO/DO award.
Acquisition teams must be careful not to use terminology or specific processes from FAR 15.3
unintentionally. Use of FAR 15.3 terms/process such as competitive range, discussions and
Final Proposal Revisions, could cause FAR 15.3 procedures to apply and contract clearance
requirements prior to requesting final proposal revisions.
Tailor existing templates for Business Clearance and Contract Clearance for Orders against an
existing MAC IDIQ.
23
Appendix G, Oral Proposals (OPs) and Oral Interchanges (OIs)
Description: Under appropriate circumstances, OPs can be an effective method to improve the
Government’s evaluation of Offerors' proposed approaches and may reduce acquisition cycle
time. OPs as a substitute for portions of a proposal can be effective in streamlining the selection
process, and may occur at any time in the acquisition process. OPs provide an opportunity for
dialogue among the parties. Pre-recorded videotaped presentations that lack real-time interactive
dialogue are not considered OPs although they may be included in Offeror submissions, when
appropriate. The acquisition team must ensure the use of OPs is appropriate for the situation,
accurately documented, well designed, and executed with discipline.
(1) OPs: Offeror provides some or all of the proposal via a verbal presentation. The Government
may ask questions during the presentation or withhold until a later time. OPs are typically used
to address only technical factors (ability to meet requirements or approach to mitigate risks).
OPs are beneficial when:
- There are only a few number of technical requirements;
- The technical requirements (and Offeror’s solutions thereto) are best understood
through exchange of ideas with Offeror;
- A variety of technical approaches is expected or the requirement is for services
incidental to commercial supply (i.e., management of subcontractors or suppliers)
The following should ordinarily be submitted in writing: 1) cost/price proposals, 2) past
performance, and 3) supply item technical information.
The presentation can be live or recorded, but if live, video should be used to capture the
presentation. Recommend the Government provide Offerors with an equal amount of time to
present OPs to ensure all Offerors have an equal opportunity to compete. Official documentation
can be the video recording and briefing charts used by Offeror, with or without added
informational documentation (summarized technical proposal, technical manuals, technical
specification documentation, etc.). Avoid allowing the OP session to become a marketing
session by limiting the time allowed to present, number of slides, and/or number of presenters.
Lastly, encourage pre-submission of the written materials.
(2) OIs: The Government and the Offeror address aspects of the proposal in bilateral talks. OIs
take the place of a written response to INs as discussed in Appendix H to this document; and are
based on Government INs. OIs may be conducted in person or via telecom; those present from
the Government should be all persons needed to explain what the Government questions intend
or mean, and from the Offeror should be all persons needed to completely answer the
Government’s questions in the OI event (the technical/financial/management experts for the
subjects covered by INs). Government INs must be written and provided prior to OI event. To
document OIs, have Offerors respond to INs submitting change pages to written proposal
information (i.e., written proposal change pages or briefing material for oral proposal).
PROS:
By requiring Offerors’ “key personnel” to brief, Government may obtain better insight
into quality of Offerors’ and major subcontractors’ key personnel.
24
o Presentations are best from Offerors’ actual team members instead of professional
proposal writers.
o Demonstrates how well key personnel understand what company proposes.
o Free flow of information from key personnel to evaluators gets both sides to a
“meeting of the minds” much faster and with more depth and replaces long
distance interpretation of a written proposal.
o Offeror must understand the presentation is not a marketing session.
Being conducted at Offerors’ locations can improve understanding of the Offerors
capability, but site visits may also be conducted with written proposals. If travel funds
are not available, presentations can be made via VTC and/or face to face.
o Q&A periods allow better assessment of Offerors’ technical/managerial skills and
permit Offerors to make on-the-spot proposal correction/clarifications possibly
reducing the number of INs and schedule.
CONS:
Oral presentations require experienced team members to tailor a selection approach to the
unique circumstances of the acquisition.
o It takes creativity; there is no “one-size-fits-all” approach.
o Number of presentations expected can influence decision whether or not to use
oral presentations.
An excess number of Offerors could quickly eliminate potential time
savings anticipated.
o “Logistics considerations” can influence decision whether or not to use oral
presentations.
Best when all evaluators attend all oral presentations for all Offerors but,
people get sick, houses flood, things happen so always have a plan.
If it’s a large selection team, may consider audio/videotaping the
presentations so any absentee can view the material later
Information protection and other constraining factors may be problematic
for classified programs.
Oral presentations require a highly disciplined Government team.
o All evaluators/advisors must understand that the CO is IN CHARGE and has the
authority to convey to any person on the team to be silent, leave the room, etc.
regardless of the member’s grade/rank or place in the chain of command.
Note: The entire team should be well prepped on who is in charge of
communication and how to behave before the Offerors arrive, including
understanding that they are not to nod vigorously, gesture, roll eyes, etc.
during a presentation.
o Ensure all interactions flow through the CO; there should be no “hallway
conversations”.
o Ensure equal treatment of Offerors (presentation times, EN response times,
conduct of Q&A periods).
o Avoid misleading Offerors during Q&As.
Evaluators must be careful about “form over substance”. A flashy Offeror presentation
(e.g. a great presenter) may mask weak proposal content.
Costs may be greater in preparing for oral presentations.
Higher costs may discourage small business participation.
25
Travel is required with face-to-face OPs.
OPs may actually increase evaluation time if they are used to simply restate written
presentations because both formats must be evaluated, there may be inconsistencies
between the two.
Oral presentations don’t lend themselves to complex evaluation schemes
o A great number of and/or very detailed evaluation factors and subfactors can
make oral proposal process unwieldy.
o Complexity increases contractor preparation and evaluator participation time.
Impact: OPs and OIs allow the evaluators to verbally interchange with the Offeror to better
understand what is being proposed. This should expedite the evaluation of the written materials,
reduce the number of follow-on Interchanges, and may lessen the need for very detailed
documentation of technical proposal evaluation. Summarized notes from the oral events should
suffice to capture the most important aspects of the presentations. Details must still support the
basis for final ratings, but in a less formal structure than a written proposal or traditional written
evaluation.
It is critical that the agency document how it resolved its concerns with each Offeror’s proposals
during OIs. See Exelis Systems Corp., B-407111, Nov. 13, 2012, 2012 CPD ¶ 340 at 9-10
(protest sustained in part where record demonstrated agency concern over awardee’s staffing
levels, agency asked questions to awardee during oral presentations, but failed to document how
awardee’s response resolved agency concerns).
It is important to note that OPs may turn into Interchanges (discussions), triggering the
requirement that the Interchanges be reasonable and fair between Offerors. See CSC, et. al., B-
298494.2, May 10, 2007, 2007 CPD ¶ 103; Global Analytic Info. Tech. Servs., Inc., B-298840.2,
Feb. 6, 2007, 2007 CPD ¶ 57 (exchanges at an Offeror's oral presentation that allowed the
Offeror to materially revise its price proposal were discussions, despite the FOPRs statement that
oral presentations would not constitute discussions).
26
Appendix H, Interchanges
Description:
The FAR 16.505 ordering process is guided by the principles of flexibility and fair opportunity.
Task and delivery order competitions are limited to IDIQ contract holders (“Offerors”) whose
proposals for the base IDIQ contract have already been evaluated. Therefore, the ordering
process does not use the competition requirements under FAR part 6, or the administrative
requirements of negotiated procurements under FAR subpart 15.3. Nevertheless, the ordering
process must afford all Offerors a fair opportunity to be considered for each order.
Interchanges Defined
The USAF has established Interchanges to facilitate the flexible and fair FAR 16.505
ordering process.
Interchanges are the fluid exchange of information between the Contracting Officer and
Offerors during the ordering process.
Interchanges may address any aspect of the proposal: technical, cost/price, past performance,
contract documentation, and/or any matter in the evaluation process.
Interchanges may be written as Interchange Notices (“INs”), which will accurately capture
the contemporaneous sharing of information between the USAF and the Offerors.
Interchanges may also be oral conversations between the USAF and the Offerors, but should
be accurately captured later in a finalized Interchange Record.
Any proposal changes resulting from Interchanges should be included in the final evaluation
record, by change pages or included in the final awarded order.
Interchanges do not require the administrative steps necessary under FAR subpart 15.3
negotiations. Therefore, when engaging in Interchanges with Offerors, the contracting officer
does not need to take steps such as 1) establishing and documenting a competitive range, or
2) getting contract clearance to request and review FPRs, or even request or review FPRs at
all. If conducted fairly, Interchanges provide for flexible, streamlined exchanges of
information with Offerors.
Principles of Interchanges
The contracting officer should consider the following principles when planning for and engaging
in Interchanges. These principles reflect FAR 16.505’s guidance for ensuring each Offeror has a
fair opportunity to be considered for the order, while reserving for the contracting officer the
discretion to streamline the ordering process.
Interchanges should reflect ordering procedures that provide each contractor a fair opportunity
to be considered for each order.
27
Include Interchanges in Ordering Procedures: The contracting officer has the discretion to
employ different methods of Interchanges, as detailed above in the Definition, or choose not
to engage in Interchanges at all. Whatever method of Interchanges is selected, the ordering
procedures should detail whether USAF intends to engage in Interchanges, and how
Interchanges will be conducted.
Interchanges Must Be Fair and Reasonable and Provide All Offerors a Fair Opportunity: If
Interchanges take place, the contracting officer should ensure, prior to order placement, that
Interchanges were 1) in accordance with the procedures in the FORP, and 2) afforded each
Offeror a fair opportunity to be considered for each order. Simply because the FORP permits
engaging in Interchanges with one offeror does not in itself establish fair opportunity where
the evaluation team engaged in interchanges with only one offeror. The contracting officer
should be sure that the Interchanges process, including which Offerors are afforded
Interchanges and the nature of the Interchanges, are fair and reasonable, not misleading or
incomplete, and afforded each Offeror a fair opportunity to be considered for the order.
Document the Interchange Process: The decision to engage in Interchanges, with which
Offerors, and on what details of a proposal, should be documented. Specifically if USAF
engages in Interchanges with fewer than all Offerors, or exchanges more information with
certain contractors than others, the basis for doing so should be included in the evaluation
record, and should clarify how each Offeror was nevertheless afforded a fair opportunity to
be considered for the order.
The IDIQ and each relevant FORP should state the process by which USAF will conduct
Interchanges.
Align Interchange Procedures in IDIQ and FOPR: When competing any order requirement,
the contracting officer should ensure the written Interchange procedures are consistent with
the process listed in the FOPR, and the ordering procedures in the IDIQ contract. This will
ensure that all IDIQ contractors were aware of the Interchange process at the time the IDIQ
contract was solicited, and again when they pursued the order in question.
Tailor the Interchanges procedures to each acquisition.
Use Discretion in Tailoring Interchanges: A contracting officer has the discretion to tailor
ordering procedures based on the nature and complexity of the order. Interchanges should
reflect this tailoring. A less complex order may allow for streamlined procedures and a
limited need for Interchanges. A more complex order may require more involved procedures,
and more involved Interchanges seeking greater exchanges of information with Offerors. The
nature and extent of Interchanges should reflect the tailoring of procedures to the specific
order in question.
Interchanges Should Support the Evaluation: Interchanges should support the evaluation
procedures that have been tailored to the acquisition. At the conclusion of Interchanges,
USAF should be able to identify those Offerors who have an acceptable and awardable
proposal, and those that are not acceptable or awardable, and why. If an order will be issued
based on a comparative evaluation of contractors’ proposals, the contracting officer should
28
ensure that the information exchanged during Interchanges supports such a comparative
evaluation.
Impact: Conducting Interchanges allows fair opportunity teams to eliminate certain activities
that would otherwise be required in a FAR 15.3 evaluation, such as:
- The Competitive Range Determination Document (CRDD)
- FPR Request Letter
- FPR
- Final Proposal Evaluations
- The Contract Clearance Event to release FPRs (to include review and approval)
- Legal Review of the FPR request
Product: Interchanges may be written as INs, which would accurately capture the
contemporaneous sharing of information between the Government and the Offerors.
Interchanges may also be oral conversations between the Government and the Offerors,
accurately captured later in a finalized Interchange Record. Any proposal changes resulting from
Interchanges should be included in the final evaluation record, by change pages or included in
the final awarded TO/DO.
29
Appendix I, Evaluation Documentation Requirements
Description:
Fair Opportunity evaluation documentation should show:
- Which Offerors proposed,
- What ratings were given to each Offeror (and why),
- What the price was for each Offeror,
- Which Offeror was selected,
- Any tradeoff analysis, and
- Whether the Offeror met the requirements. More specifically, the agency should
document the basis of its award decision, including the rationale for making the award
tradeoffs among price/non-price factors.
GAO case law encourages teams to reduce documentation of Fair Opportunity Evaluation
process (WBS 1.3) to minimal documentation required for a “reasonable award decision.
Documentation may be accomplished in one long running record of evaluation (Journal
Approach), accomplished via checklists, or may be in discrete steps/phases. Minimal
documentation required is a FODD which includes initial and final evaluation results (when
Interchanges are used). The CO has discretion to separately document the evaluation results
from the FODD. Documentation may be generated by consensus or with tie-breaker vote. All
remaining dissenting opinions must be captured in a Memorandum for Record (MFR). The three
documentation approaches mentioned above (although not all inclusive) are outlined in more
detail below:
1) Journal Approach: CO and team members (at Factor Chief level) literally keep a journal of
daily efforts of the team, in the course of the evaluation, right up to the Fair Opportunity
selection decision. Bite size pieces of information may be easier to capture and a
contemporaneous record is being built, which is preferred by GAO. However, a journal may not
easily provide the “big picture” of the Offerors’ proposal elements because it looks at a daily
evaluation completed and may contain conflicting opinions as working paper documentation
rather than decision points.
This approach contains an evidentiary weakness in a subsequent protest at the GAO. Teams may
have to turn over deliberative, non-final draft evaluation documentation that would not otherwise
be provided to a protester if the final evaluation findings are not segregated from the daily
journal entries. This could lead to the team having to address supplemental protest arguments it
would not otherwise have to address.
2) Checklist Approach: The CO and Fair Opportunity team members (at Factor Chief level)
develop Factor checklists to use while evaluating offers, annotating “√” or “X” with comments
describing specific language from proposal relied upon. The checklist approach provides for
uniformity of evaluation results that is easily combined from multiple evaluators. It also avoids
the narrative form of evaluation documentation. However, ensuring the checklist item is tied to a
meaningful discriminator and capturing complex technical requirements or subjective analysis
may be difficult. In addition, as evaluation progresses, evaluators may limit thought process or
fail to provide a way to capture unanticipated proposal offerings.
30
3) Decision Step Approach: The CO or Factor Chief separately document by MFRs at minimum
documentation decision points: (A) proposals received on time; (B) individual Offeror’s
evaluation against evaluation criteria; (C) decision to hold Interchanges with one, some, none or
all Offerors; (D) analysis of individual Offeror’s responses to INs; (E) final award decision with
explanation for awardee, compared to other Offerors if a tradeoff approach is used. Using the
Decision Step approach allows for brevity and simplicity of the narrative. Each step may be
headed up by a different person, allowing for process documentation to be distributed among the
team for faster, concurrent documentation. Also, the final award decision is less cluttered (no
potential for working paper documentation) and refers to other documentation of decision steps.
However, documentation by individual steps can seem disjointed as a whole, especially if written
by more than one author. In addition, the FODD may need to be expansively written since the
other decision step documents are not part of the FODD.
Impact: Minimal documentation of TO/DO competition process saves process time, and may
lessen protest risk due to over complicated documentation creating conflicting information in the
file.
References: Lockheed Martin Integrated Systems, Inc., B-408134.3, Jul. 3, 2013, 2013 CPD ¶
169 (“agency's business judgments must be adequately documented, including the rationale for
any cost/technical tradeoffs made and the benefits associated with the additional costs”). FAR
16.505 (b), especially (7)(i) and (ii) requires minimal documentation formality. With respect to
records retention in the context of a GAO protest, an agency, "bears the risk that there may not
be adequate supporting rationale in the record for us to conclude that the agency had a reasonable
basis for its source selection decision." Navistar Def., LLC; BAE Sys., Tactical Vehicle Sys. LP,
B-401865 et al., Dec. 14, 2009, 2009 CPD ¶ 258 at 13. However, there is no explicit
requirement to keep drafts and lower level evaluator documents in order to demonstrate the
reasonableness of the evaluation. "The destruction of individual evaluator documents, however,
does not render an agency’s evaluation unreasonable per se; rather, we will consider the record
adequate if the consensus documents and source selection decision sufficiently document the
agency’s rationale for the evaluations." Joint Mgmt. and Tech. Servs., B-294229, Sept. 22, 2004,
2004 CPD ¶ 208 at 3-4.
31
Appendix J, GLOSSARY OF TERMS
The recommended FAR 16.5 lexicon provided below is provided as an alternative to the traditional terms that
are normally associated with the formal Source Selection Process as called out in FAR 15.3 and the DoD
Source Selection Procedures. These terms are offered as guidance and in no way impinge upon the
Contracting Officer's broad discretion in developing appropriate order placement procedures set forth in FAR
Part 16.505(b)(1)(ii). More important than using a certain term is NOT citing specific FAR Part 15.3
provisions or references.
Recommend acquisitions utilizing unique lexicon include a glossary and definition table within the FOPR.
Similar DoD
Mandatory Source
Selection Procedures
or FAR 15.3 Term
Recommended
FAR 16.5 Term
Definition
Award Without
Discussions
Selection Without
Interchanges
To award an order on the basis of the initial
proposals received without conducting
Interchanges.
Best Value Continuum
Best Value
Continuum
Range of processes that may be used to
obtain best value in a competitive
environment through use of one or a
combination of selection/tradeoff approaches.
Best Value
Best Value
Expected outcome of an acquisition that, in
the Government’s estimation, provides the
greatest overall benefit in response to the
requirement.
Clarifications
Interchanges
Fluid exchange of information between the
Contracting Officer and the Offerors that
may address any aspect of the proposal and
may or may not be documented in real time.
May be conducted with all, some, or none of
the Offerors if determined to be part of the
fair opportunity process.
Communications
Interchanges
Discussions/Interactions
Interchanges
Evaluation Factors and
Subfactors
Evaluation Factors
and Subfactors
Discriminators upon which an Offerors
proposal will be evaluated, set forth in the
Fair Opportunity Proposal Request
communicating how requirements will be
evaluated, and be the primary determinant of
the detailed information requested in the
proposal request.
Evaluation Notice (EN)
Interchange Notice
(IN)
The CO's written notification to the Offeror
for the purposes of making clear certain
aspects of their proposal, to resolve minor or
clerical mistakes, or in support of
Interchanges.
Evaluation
Ratings/Description
Evaluation
Ratings/Description
Self-explanatory
32
Similar DoD
Mandatory Source
Selection Procedures
or FAR 15.3 Term
Recommended
FAR 16.5 Term
Definition
Initial Evaluation
Initial Evaluation
The initial round of evaluations. Based upon
review of the initial evaluation results, the
Decision Authority will decide to either (1)
approve award without Interchanges, or (2)
enter into Interchanges.
Lowest Price
Technically Acceptable
(LPTA)
Lowest Price
Technically
Acceptable
(LPTA)
Selection process where the best value is
expected to result from selection of the
technically acceptable proposal with the
lowest evaluated price.
Past Performance
Past Performance
Offeror's or contractor's performance on a
contract.
Performance
Confidence Assessment
Past Performance
Evaluation/Results
Evaluation of an Offeror's past performance
assessing the Offeror's ability to supply
products/supplies to meet the Government's
requirements.
Preproposal Conference
Presubmission
Conference
Preproposal
Conference -
Presubmission
Conference
Tool for collecting information and feedback
on the Government's acquisition
requirements and approach.
Proposal Task Order
Submission,
Submission
Proposal
Response to a Fair Opportunity Proposal
Request outlining the submitter's offer to
meet the Government's requirements.
Quality
Quality
Assessed in a Fair Opportunity selection
through consideration of one or more non-
cost evaluation factors such as past
performance, compliance with solicitation
requirements, technical, management
capability, personnel qualifications or prior
experience.
Recency
Recency
Pertains to past performance. Measure of the
time that has elapsed since the past
performance reference occurred. Generally
expressed as a time period during which past
performance references are considered
relevant.
Relative Importance of
Factors
Relative
Importance of
Factors
Used in the tradeoff process under a Fair
Opportunity Selection to identify the
weighting of criteria
33
Similar DoD
Mandatory Source
Selection Procedures
or FAR 15.3 Term
Recommended
FAR 16.5 Term
Definition
Relevancy
Relevancy
Pertains to past performance. Measure of the
extent of similarity between the
service/support, complexity, value, contract
type, and subcontract/teaming or other
comparable attributes of past performance
and the solicitation requirements; and a
measure of the likelihood past performance is
an indicator of future performance.
Request for Proposal
(RFP)
Fair Opportunity
Proposal Request
(FOPR)
Product provided to the multiple award
contract holders requesting a proposal and
including information on how to prepare the
proposal, the evaluation criteria and any
order specific terms and conditions.
Requirements
Documents
Requirements
Documents
All aspects of the FOPR that convey the
needs of the Government to Offerors,
including the SOO/SOW/PWS, technical
requirement documents and system
requirement documents.
Requirements Owner
Requirements
Owner
Entity (office, function, agency) that has the
requirement for an acquisition and is
responsible for providing requirements
documents communicating the requirements
in the Fair Opportunity Proposal Request.
Risk
Risk
Potential for unsuccessful contract
performance.
Source Selection
Fair Opportunity
Selection
Process used to award a fair opportunity
order including events from requirement
identification through order award
Source Selection
Authority (SSA)
Fair Opportunity
Decision Authority
(FODA)
Person responsible for making the Fair
Opportunity Decision
Source Selection
Decision Document
(SSDD)
Fair Opportunity
Decision
Document
(FODD)
Written record documenting the Fair
Opportunity Decision and award.
Source Selection
Information
Source Selection
Information
Information, as outlined in FAR 2.101, that is
prepared for use by an agency for the purpose
of evaluating a proposal to enter into an
agency procurement order, if that information
has not been previously made available to the
public or disclosed publicly.
34
Similar DoD
Mandatory Source
Selection Procedures
or FAR 15.3 Term
Recommended
FAR 16.5 Term
Definition
Source Selection Plan
(SSP)
Fair Opportunity
Selection Plan
Formal plan encouraging dialogue between
the Decision Authority (when not the CO) and
the acquisition team to ensure selection
processes and expectations are understood.
Source Selection Team
(SST)
Fair Opportunity
Team
All members of the team involved with
making a Fair Opportunity selection and
award.
Technical
Technical
Factor in Fair Opportunity Selection to assess
the Offeror's proposed approach to satisfy the
Government's requirements.
Technical Risk
Technical Risk
Assesses the degree to which the Offeror's
proposed technical approach may cause
disruption of schedule, increased costs,
degradation of performance, the need for
increased Government oversight, or increased
likelihood of unsuccessful contract
performance.
Subjective Tradeoff
Tradeoff
Use of subjective tradeoff evaluation factors
to make a fair opportunity selection to the
Offeror representing the best value to the
Government.
Fair Opportunity
Each MAC awardee must be provided a fair
opportunity to be considered for each order
exceeding $3,500; see FAR 16.505(b)(2) for
exceptions
35
Appendix K, Notification of Offerors
Description: How to handle preaward notification to offerors. FAR 16.505 sets no requirement
for preaward notification to offerors. However, there may be instances where preaward
notification(s) makes sense--such as when the evaluation reaches a point that a given proposal
will no longer be evaluated.
Rationale: Notification promotes transparency. Informing the offeror(s) allows them to focus
efforts on other proposals, other work efforts. The company doesn't have to keep a team
assembled and ready to react tying up resources.
FAR 16.505(b)(1)(iv)(E) states for orders exceeding $5.5M, provide a fair opportunity including
an opportunity for a postaward debriefing in accordance with paragraph (b)(6) of this section.
FAR 16.505(b)(6) states the contracting officer shall notify unsuccessful awardees when the total
price of a task or delivery order exceeds $5.5 million. Follow the procedures at 15.503(b)(1)
when providing postaward notification to unsuccessful awardees and 15.506 when providing
postaward debriefings.
When gates are used, it may be in the Governments and Offerors interest to provide preaward
notification to an offeror not receiving an acceptable/pass rating on a gate and not being further
evaluated. In making the preaward notification determination, the entire acquisition situation
should be considered. For example, if award will be made very quickly, a notification may not
be in the best interest. Or, for smaller acquistions, there may not be a great manpower burden on
offerors if they are not notified.
It is key to clearly articulate the evaluation process in the FOPR and detail that proposals not
receiving an acceptable/pass rating for a gate will not be further evaluated.
Upon receiving an unacceptable/fail rating for a gate, the CO may notify the offeror they were
unacceptable for a gate and will no longer be evaluated. It should not state an offeror was
eliminated from competition. Then, state postaward notices will be sent out IAW FAR
16.505(b)(6) as only a postaward debriefing is required under FAR 16.505. If a preaward debrief
is conducted, the protest clock starts as usual (if applicable).
A decision to stop evaluating an offeror should be thoroughly documented for the file, including
a discussion of the rationale and conclusion, consistent with the FOPR.
36
Template A, Ordering Procedures
Ordering
Procedures
Template B, Market Research Report
Market Research
Report - Simplified
Market Research
Report - Full AF Template
Template C, Fair Opportunity Proposal Request
FOPR Cover Letter
FOPR ITO LPTA
FOPR-ITO Tradeoff
R1.docx
Template D, Fair Opportunity Selection Plan
Fair Opportunity
Selection Plan
Template E, Oral Presentation Instructions
Oral Presentation
Instructions
Template F, Interchange Notice
Interchange Notice
Template
37
Template G, Fair Opportunity Decision Authority (FODA) Briefing
Sample if FODA is not Contracting Officer
Fair Opportunity
Decision Brief
Template H, Fair Opportunity Decision Document
Fair Opportunity
Decision Document
Template I, FAR 16.5 Fair Opportunity Selection Work Breakdown
Structure (WBS)/Schedule Tool
WBS/Schedule