This is the accessible text file for GAO report number GAO-12-102R 
entitled 'Prior Experience and Past Performance as Evaluation Criteria 
in the Award of Federal Construction Contracts' which was released on 
October 18, 2011. 

This text file was formatted by the U.S. Government Accountability 
Office (GAO) to be accessible to users with visual impairments, as 
part of a longer term project to improve GAO products' accessibility. 
Every attempt has been made to maintain the structural and data 
integrity of the original printed product. Accessibility features, 
such as text descriptions of tables, consecutively numbered footnotes 
placed at the end of the file, and the text of agency comment letters, 
are provided but may not exactly duplicate the presentation or format 
of the printed version. The portable document format (PDF) file is an 
exact electronic replica of the printed version. We welcome your 
feedback. Please E-mail your comments regarding the contents or 
accessibility features of this document to Webmaster@gao.gov.

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately.

GAO-12-102R: 

United States Government Accountability Office: 
Washington, DC 20548: 

October 18, 2011:

The Honorable Joseph I. Lieberman:
Chairman:
Committee on Homeland Security and Governmental Affairs: United States 
Senate:

The Honorable Jon Tester:
Committee on Homeland Security and Governmental Affairs:

United States Senate:

Subject: Prior Experience and Past Performance as Evaluation Criteria 
in the Award of Federal Construction Contracts:

Over the last 10 fiscal years, federal agencies have increased their 
spending on construction contracts, leading to obligations of almost 
$54 billion in fiscal year 2010. When awarding contracts, the Federal 
Acquisition Regulation (FAR) requires agencies to consider firms' 
performance records to help ensure that taxpayer dollars go to capable 
contractors. The FAR also provides agencies with broad discretion in 
deciding how they will consider firms' prior experience, which refers 
to whether the firms have done similar work before, and past 
performance, which describes how well they have done that work. As 
construction firms without prior federal contracting experience seek 
to gain entry into the federal marketplace, some may regard the 
consideration of these factors as an impediment.

In response to your request for information on the consideration of 
prior experience and past performance, we reviewed (1) how selected 
agencies consider prior experience and past performance in awarding 
construction contracts and (2) the resources available to assist firms 
in gaining entry to the federal marketplace.

Our review focused on components of three federal agencies: U.S. Army 
Corps of Engineers (USACE) at the Department of Defense (DOD), Public 
Buildings Service (PBS) at the General Services Administration (GSA), 
and Customs and Border Protection (CBP) at the Department of Homeland 
Security (DHS). We selected these agencies and components based on our 
analysis of their fiscal year 2010 obligations for construction 
contracts, as reported in the Federal Procurement Data System--Next 
Generation (FPDS--NG).

To understand how agencies are to consider prior experience and past 
performance, we reviewed the FAR and the three agencies' supplements 
to the FAR, as well as other agency policies and procedures on source 
selection and contract award. We then reviewed 29 contracts and orders 
awarded in fiscal year 2010 by the three agencies, which we 
judgmentally selected to help illustrate how regulations, policies, 
and procedures are applied in different circumstances.[Footnote 1] The 
results of our review of these procurements cannot be generalized 
across USACE, PBS, CBP, or other agencies' construction procurements. 
In addition, we interviewed policy, contracting, and small business 
officials from the three agencies; their respective components; and 
the district, region, or division offices responsible for the selected 
procurements. Finally, we reviewed 43 GAO bid protest decisions from 
fiscal years 2009 and 2010 that we identified as involving the 
consideration of prior experience and past performance to gain 
additional perspective on how these factors are considered.[Footnote 2]

To obtain information on the resources available to assist firms 
seeking entry to the federal market, we conducted interviews with 
policy, contracting, and small business officials at the three 
selected agencies as well as with officials from the Small Business 
Administration (SBA) and two industry associations. We also reviewed 
information available to firms through the agencies' websites. For 
additional details on our scope and methodology, see enclosure I.

We conducted this performance audit from April 2011 to October 2011 in 
accordance with generally accepted government auditing standards. 
Those standards require that we plan and perform the audit to obtain 
sufficient, appropriate evidence to provide a reasonable basis for our 
findings and conclusions based on our audit objectives. We believe 
that the evidence obtained provides a reasonable basis for our 
findings and conclusions based on our audit objectives.

Results in Brief:

Agencies consider prior experience and past performance during three 
key phases in the award of construction contracts: preparing 
solicitations, evaluating proposals, and making responsibility 
determinations as to whether firms have the ability and capacity to 
successfully perform. Agencies have broad discretion under the FAR in 
deciding the acquisition method, evaluation factors, and their 
relative weights, as well as what prior experience and past 
performance they will consider relevant. The consideration of prior 
experience and past performance varied for the contracts we reviewed. 
Specifically, these factors were considered to a greater degree in 
procurements in which agencies weighed price and nonprice selection 
factors and to a lesser degree in procurements in which price was the 
determining selection factor. The consideration of prior experience 
and past performance is not limited to work performed under prior 
contracts with the government. Instead, agencies are to consider work 
performed on all contracts: federal, state, local, and private sector. 
We did not identify any instance in which an agency limited its 
evaluation of offerors' experience or past performance to only work 
performed on prior federal government contracts. We found that in 
almost all procurements we reviewed, the contracts were awarded to the 
offerors that received the highest rating for nonprice factors, such 
as prior experience or past performance. We identified only one 
procurement in which offerors received neutral past performance 
ratings because they lacked relevant past performance. Prior 
experience and past performance are also two of the elements 
considered in the responsibility determination, which is required for 
all contracts. All the contract files we reviewed contained evidence 
of a responsibility determination.

Officials at USACE, PBS, CBP, and SBA told us that the consideration 
of prior experience or past performance is not an impediment to 
winning government contracts as offerors generally cite their prior 
work. However, they noted that small firms seeking to win federal 
construction contracts face challenges in building up relevant work 
experience, financial resources, and bonding capacity to compete for 
large contracts. Various resources are available from federal agencies 
to help firms without relevant experience or past performance gain 
entry to the federal marketplace, including outreach and education, 
subcontracting opportunities, mentor-protégé programs, and SBA 
programs specifically designed to assist small businesses.

We provided DOD, DHS, GSA, and SBA a draft of this report for their 
review and comment. In its written comments, DHS noted that it remains 
committed to awarding contracts in compliance with applicable 
regulations and continuing efforts to help small firms do business 
with DHS. SBA provided technical comments that were incorporated into 
the report, as appropriate, while DOD and GSA informed us they had no 
comments.

Background:

Federal agencies rely on construction contractors to build new 
structures and facilities as well as to maintain, repair, or improve 
real property. In fiscal year 2010, federal construction contract 
obligations totaled almost $54 billion.[Footnote 3] As shown in figure 
1, DOD accounted for the majority of construction obligations, 
followed by GSA.

Figure 1: Percentage of Construction Contract Obligations by DOD, GSA, 
and DHS, Fiscal Year 2010: 

[Refer to PDF for image: pie-chart] 

DOD: 66.2%; 
GSA: 9.3%; 
DHS: 0.5%; 
Other federal agencies: 24.0%. 

Source: GAO analysis of FPDS-NG data. 

[End of figure] 

USACE, which has both a military and civil works program, accounted 
for approximately 59 percent of DOD's obligations for construction 
contracts in fiscal year 2010.[Footnote 4] Within GSA, PBS--which 
acquires space on behalf of the federal government through new 
construction and leasing and acts as a caretaker for federal 
properties across the country--accounted for almost all of GSA's 
construction contract obligations. For DHS, CBP accounted for almost a 
quarter of the department's fiscal year 2010 construction obligations, 
much of which was for the construction and maintenance of land ports 
of entry.[Footnote 5] Table 1 shows the obligations made by the three 
components on construction contracts as well as the number of new 
contracts awarded and orders placed for construction in fiscal year 
2010.

Table 1: USACE, PBS, and CBP Construction Contract Obligations and 
Awards, Fiscal Year 2010:

Component: U.S. Army Corps of Engineers (USACE); 
Contract obligations[A]: $20,852,953,087; 
Number of new awards: 7,534. 

Component: Public Buildings Service (PBS); 
Contract obligations[A]: $4,939,934,208; 
Number of new awards: 8,183. 

Component: Customs and Border Protection (CBP); 
Contract obligations[A]: $68,623,709; 
Number of new awards: 95. 

Source: GAO analysis of FPDS-NG data. 

[A] Contract obligation amounts include obligations on awards made in 
fiscal year 2010, as well as modifications to contracts awarded in 
prior fiscal years. 

[End of table] 

Agencies use two different methods to procure construction services-- 
sealed bidding and negotiated procurements. In sealed bidding, the 
contract is awarded to the responsible and responsive bidder offering 
the lowest price.[Footnote 6] For negotiated procurements, agencies 
can use any one or a combination of source selection processes, based 
on the specific circumstances of the acquisition. Agencies can use a 
trade-off process, in which they consider nonprice evaluation factors, 
such as technical capabilities or past performance, as well as price 
in making the source selection. Alternatively, agencies can use the 
lowest-price technically acceptable process, in which cost or price 
will be the determining factor in selecting from among the technically 
acceptable proposals. The best-value trade-off process generally is 
used in acquisitions where the requirement is less definitive, more 
development work is required, or the acquisition has greater 
performance risk. In contrast, the lowest-price technically acceptable 
process is generally used in acquisitions where the requirement is 
clearly definable and the risk of unsuccessful contract performance is 
minimal.

For negotiated procurements, an agency's decision to award a contract 
to a particular offeror is based on the evaluation factors and 
significant subfactors that represent the key areas of importance and 
emphasis to be considered in the source selection decision and to 
support the comparison of offers. The evaluation factors, significant 
subfactors, and their relative importance are within the discretion of 
agency officials. However, the FAR requires every source selection to 
evaluate price or cost to the government, as well as the quality of 
the product or service through consideration of one or more noncost 
evaluation factors. Additionally, the FAR requires that agencies 
consider past performance as an evaluation factor in negotiated 
competitive procurements, unless the contracting officer documents the 
reason that past performance is not an appropriate evaluation factor 
for the procurement. For example, agencies may decide that evaluation 
of past performance may not be appropriate in lowest-price technically 
acceptable negotiated procurements, in which the award is based on the 
technically acceptable proposal with the lowest price. In addition, 
the FAR provides that prior experience may be considered along with 
other factors specified in the solicitation.[Footnote 7]

Agencies use a variety of contract types to procure construction 
services. These include contracts for known requirements as well as 
indefinite delivery / indefinite quantity (IDIQ) contracts. An IDIQ 
contract may be used when an agency does not know the timing or 
quantity of future deliveries at the time of contract award. After an 
IDIQ contract is awarded, agencies procure goods and services by 
placing delivery orders for products or task orders for services for 
individual requirements. IDIQ contracts may be issued as a single 
award to one contractor or to several contractors as a multiple-award 
contract. For multiple-award IDIQ contracts, the FAR requires that 
each awardee be given a fair opportunity to compete for subsequent 
orders.[Footnote 8]

Prior Experience and Past Performance Considered in Three Key Phases 
of Awarding Construction Contracts:

There are three key phases in which agencies consider prior experience 
and past performance in awarding contracts, including those for 
construction.

* Preparing the solicitation: The contracting officer develops the 
solicitation, which requests that firms submit offers or bids to the 
government to fulfill specified requirements and identifies how 
relevant prior experience and past performance will be considered.

* Evaluating offers or bids: Agency officials conduct a comparative 
assessment of offers against the source selection criteria in the 
solicitation to select the firm that will win the contract.

* Making the responsibility determination: The contracting officer 
determines whether an offeror has the ability and capacity to 
successfully perform based upon an analysis of many areas, including 
financial resources, operational controls, technical skills, and 
quality assurances.[Footnote 9]

The degree to which prior experience and past performance are 
considered in drafting the solicitation and evaluating offers or bids 
varies primarily based on the method of acquisition--negotiated 
procurement or sealed bid--being used. The three agencies we reviewed 
used a variety of methods, ranging from negotiated procurements that 
weighed technical and cost factors to sealed bids based only on price, 
all of which involved some consideration of offerors' prior experience 
and past performance.

Preparing Solicitations:

Agency solicitations specify how prior experience and past performance 
will be considered. The FAR does not limit that consideration only to 
work performed under prior contracts with federal agencies. Instead, 
agencies are to consider offerors' efforts on all contracts: federal, 
state, and local government, as well as private sector contracts. 
However, contracting officers may specify in their solicitations what 
they will consider as similar or relevant experience. The bid protest 
decisions we reviewed reaffirm that agencies have discretion in 
deciding what prior experience and past performance are considered 
relevant. For example, a firm protested that limiting relevant past 
performance references to work with a $2 million annual minimum value 
excluded the majority of small firms with the requisite technical and 
management capabilities from competition. However, GAO denied the 
protest based on its conclusions that the dollar value required was 
reasonably related to the agency's needs for a contractor that could 
design and develop complex enterprise applications.[Footnote 10]

For the negotiated procurements we reviewed, past performance was 
identified as an evaluation factor in a substantial majority of 
solicitations. In some solicitations, prior experience was also an 
evaluation factor, while in others it was a subfactor under another 
technical factor. For example, in the five CBP solicitations for the 
construction of land ports of entry, the solicitations specified that 
the offerors' prior experience, along with their technical solution, 
project management plan, and project schedule, would be evaluated as 
part of the technical qualifications factor. All of the solicitations 
we reviewed stated that offerors could provide prior experience or 
past performance from any similar efforts. They were not limited to 
only providing information on their experience or performance on prior 
federal contracts. Also, some of the solicitations limited the time 
period from which they would consider relevant experience. For 
example, on a CBP order to replace flooring in an airplane hangar, the 
solicitation stated that, in evaluating past performance, the agency 
would only consider performance information from the past 3 years.

The weights given to prior experience and past performance varied, 
largely depending on whether the agency used a best-value trade-off or 
lowest-price technically acceptable process. Significant weight was 
given to prior experience and past performance for the procurements we 
reviewed that used the best-value trade-off process. In a substantial 
majority of the solicitations using a best-value trade-off process, 
price was weighted less heavily than nonprice evaluation factors, such 
as prior experience and past performance. Further, of the 14 best-
value trade-off procurements we reviewed, 10 solicitations specified 
that past performance was weighted as the highest evaluation factor. 
Some of the negotiated procurements we reviewed were conducted in two 
phases, and there were different evaluation factors for each phase. 
[Footnote 11] Although both phases utilized a best-value trade-off 
process, prior experience and past performance were weighed more 
heavily in the first phase, with price as the more important factor in 
the second phase.

In the negotiated procurements using the lowest-price technically 
acceptable source selection process, prior experience and past 
performance were considered but to a lesser degree than price, which 
was the most important factor. For the lowest-price technically 
acceptable procurements we reviewed, prior experience or past 
performance were considered in four of the nine solicitations. For 
example, in a USACE procurement for designing and building a military 
training facility, construction experience on similar work was 
considered, along with management effectiveness and the construction 
schedule, in deciding which offers were technically acceptable. USACE 
then awarded the contract to the technically acceptable offeror with 
the lowest price.

For the 13 orders under IDIQ contracts we reviewed, 9 were placed 
against multiple-award IDIQ contracts. Prior experience and past 
performance can be considered when awarding the IDIQ contract, as well 
as when orders are placed under multiple-award IDIQ contracts. The 
extent to which prior experience and past performance were considered 
when orders were placed varied. For example, in a PBS procurement to 
renovate a playground, the IDIQ contract specified that orders would 
be placed with the offeror with the lowest price, with no further 
evaluation of past performance. In contrast, for one USACE order for a 
parking lot at a training complex, offerors were evaluated, in part, 
on their performance on prior orders placed under that multiple-award 
IDIQ contract.

Evaluating Proposals:

Under the FAR and as reaffirmed in GAO's bid protest decisions, 
agencies must evaluate competitive proposals and assess their relative 
merits in accordance with the procedures and criteria specified in the 
solicitations. In evaluating proposals, including an offeror's past 
performance, the FAR allows agencies to use any rating method or 
combination of methods, including color or adjectival ratings, 
numerical weights, and ordinal rankings. All of the procurements we 
reviewed used adjectival ratings. For example, in several procurements 
we reviewed, past performance was rated as either outstanding, highly 
satisfactory, satisfactory, or unsatisfactory.

Contracting officers can evaluate offerors' past performance using 
information from a variety of sources and do not rely solely on past 
performance information contained in federal databases, such as the 
Past Performance Information Retrieval System.[Footnote 12] As we have 
previously reported, information in these databases is often 
incomplete and limited to performance on federal contracts. As a 
result, contracting officers accept a wide range of information to 
evaluate a firm's past performance but can also take action to verify 
information submitted by firms. For some of the procurements we 
reviewed, we saw evidence that offerors submitted and contracting 
officers evaluated past performance questionnaires that contained 
information about how the firm performed on prior projects, including 
both commercial and government projects.

Offerors that were evaluated as having the highest rating for prior 
experience or past performance won the majority of negotiated 
procurements we reviewed. For all of these procurements, offerors-- 
including those that were ultimately not successful--submitted 
proposals indicating they had at least some experience and past 
performance that they believed to be relevant. However, in some cases, 
the agencies deemed that the firms' prior experience and past 
performance were not relevant to the requirements laid out in the 
solicitation. For example, the prior experience of an offeror for one 
CBP procurement was deemed not relevant because previous work involved 
small rehabilitation, renovation, and paving projects that did not 
require complex phasing and coordination efforts using architectural 
and engineering designs as specified in the solicitation. In another 
example, a firm's past performance was rated "unsatisfactory" and 
"high" risk to the government because while the firm demonstrated it 
had construction experience, it did not demonstrate that it had 
experience building in extreme weather conditions or remote locations 
as specified in the solicitation.

We did not identify any offerors that were evaluated less favorably 
for not having government contracting experience. However, we 
identified some evaluations that cited the offerors' prior government 
contracting experience and positive past performance evaluations for 
that work. For example, in the explanation as to why six offerors on a 
CBP land port of entry project received an evaluation of highly 
satisfactory for past performance, the contracting officer documented 
in the file that they had successful experience working on prior 
government contracts for similar projects.

The FAR states that offerors without a record of relevant past 
performance may not be evaluated favorably or unfavorably on past 
performance--in other words, they must be given a neutral rating for 
the past performance evaluation factor. In our review of the three 
agencies' procurements, we identified only one procurement in which 
offerors were determined to have no past performance. In that 
instance, the procurement was being done through an order under a 
multiple-award IDIQ contract and the only past performance information 
considered relevant was for work performed on prior orders under that 
contract. Since no offerors had performed work on other orders under 
that contract, the contracting officer determined that all four 
offerors had no relevant past performance information and gave each of 
them a neutral rating in the evaluation. Consistent with what we found 
in the procurements we reviewed, the contracting officers we met with 
from the three agencies stated that firms rarely submit proposals that 
do not indicate that they have prior experience or past performance. 
Further, contracting officers explained that when they give offerors' 
past performance a neutral rating, those offerors will not stand out 
as much as firms with a highly satisfactory past performance rating.

In the 2009 and 2010 bid protest decisions we reviewed, we identified 
only one protest that involved an offeror receiving a neutral past 
performance rating. In that case, the firm's protest contended that it 
deserved a rating higher than neutral for its past performance. 
However, GAO denied the protest, determining that that the agency 
reasonably concluded that the firm's submitted references for past 
performance were not relevant to the procurement and that the firm did 
not demonstrate how work on prior contracts was sufficiently similar 
to warrant a past performance rating other than neutral.[Footnote 13] 
Additionally, we identified a number of protests filed by offerors on 
the basis that the agency did not evaluate prior experience or past 
performance consistently with the criteria specified in the 
solicitation. GAO sustained those protests in which it agreed that the 
agency's evaluation deviated from what had been specified in the 
solicitation, which occurred in 6 of the 43 protests we reviewed. For 
example, one bid protest decision we reviewed stated that the agency 
informed offerors that it would consider the experience and past 
performance of subcontractors performing major aspects of building a 
radiology imaging center. The protester asserted that the agency did 
not consider the prior experience of its subcontractor that would 
perform specialized shielding on the radiology room. GAO agreed and 
sustained the protest.[Footnote 14]

Determining Responsibility:

Before any contract is awarded--regardless of the acquisition method 
used--agencies must make a responsibility determination. To be 
determined responsible, a prospective contractor must have, among 
other things, adequate financial resources, a satisfactory performance 
record, and the necessary experience. The determination of 
responsibility, which is a pass/fail evaluation, differs from the 
comparative past performance evaluations used in evaluating offers. 
For all of the procurements we reviewed, we saw evidence of a 
responsibility determination. In some cases, the files contained 
documentation that specifically assessed responsibility, including the 
offerors' prior experience and past performance. For example, for a 
USACE contract to repair and clean equipment facilities, the file 
contained a memorandum documenting the contracting officer's 
assessment of responsibility, which included a review of the 
contractor's performance records and experience data. However, in most 
cases the responsibility determination was documented through the 
signed contract, which is all that is required.

For sealed bids, which constituted 2 of the contracts we reviewed and 
almost 9 percent of federal construction contracts awarded in fiscal 
year 2010, the responsibility determination is the only time when an 
offeror's experience and past performance are considered. For sealed 
bids, the responsible firm whose low bid, considering only price and 
price-related factors, is responsive to the solicitation wins the 
contract. Aside from determining responsibility, no further 
consideration or evaluation of prior experience or past performance is 
done or required for sealed bids.

SBA has final authority to determine the responsibility of small 
business concerns.[Footnote 15] If a contracting officer determines 
that a small business, which would otherwise be the successful 
offeror, is nonresponsible, the case must be referred to SBA. SBA will 
review the firm's credit, capability, competency, capacity, integrity, 
and perseverence and determine the business either nonresponsible or 
issue a certificate of competency. If SBA issues a certificate of 
competency, it serves as the responsibility determination and the 
contracting officer must award the contract to that offeror. None of 
the procurements we reviewed involved situations in which the 
contracting officer referred the case to SBA for a possible 
certificate of competency.

Resources Available to Assist Firms Gain Entry to the Federal 
Marketplace:

Officials from USACE, PBS, CBP, and SBA told us that the consideration 
of prior experience or past performance is not an impediment for 
winning government contracts as offerors generally cite their prior 
work. However, one of the industry association representatives we met 
with explained that based on discussions with firms across the 
country, it appears that construction firms with commercial sector 
experience, but no government contracting experience, are 
disadvantaged when competing for federal contracts. Despite differing 
views regarding whether the consideration of prior experience or past 
performance is an impediment, both agency and industry association 
officials agreed that small firms seeking to win federal construction 
contracts face a variety of challenges, such as building up relevant 
work experience, financial resources, and bonding capacity to compete 
for large contracts. For example, performance and payment bonds are 
required for construction contracts exceeding $150,000 to ensure the 
firms have the financial capacity to perform the project and pay for 
labor and supplies. The officials explained that many small firms have 
limited bonding capacity due to their financial condition, which in 
turn limits their ability to compete for contracts that exceed their 
bond. To help address the challenges that firms with little to no 
prior construction contracting experience may face in gaining entry 
into the federal marketplace, agency officials identified a number of 
federal resources that are available to firms, particularly small 
businesses. These resources include outreach and education, 
subcontracting opportunities and mentor-protégé programs, and SBA 
programs.

Outreach and Education:

Officials from all three agencies we met with identified a variety of 
outreach and educational resources available, particularly for small 
firms, to help firms do business with the federal government. For 
example, a contracting officer we met with stated that one challenge 
new firms face in winning government contracts is understanding the 
government contracting process. To help address this challenge, the 
three agencies have small business offices at the headquarters and the 
regional or division level.[Footnote 16] Specifically, at the region- 
and division-level offices we visited, officials explained that they 
conduct a variety of outreach events with firms seeking assistance in 
competing for federal construction contracts. These periodic events 
provide firms with information on marketing to the federal government 
and preparing proposals, as well as opportunities to meet and network 
with contracting officers and SBA officials. In addition, each agency 
provides information about its organizational structure and 
operations, key contact information, and solicitations and acquisition 
initiatives on which firms can bid. Information about these and other 
resources can be found on the agencies' websites, which are listed in 
enclosure II.

Additionally, the three agencies' small business offices told us that 
they conduct monthly meetings through which business owners can meet 
one-on-one with the agency's small business liaison and contracting 
officers. PBS officials also hold regular meetings with 
representatives from different socioeconomic business groups, such as 
service disabled veteran-owned small businesses, to provide counseling 
and assistance on gaining entry into the federal marketplace. 
Officials from PBS's small business office stated that they recently 
started holding access forums that allow small firm owners one-on-one 
meetings to market their services to potential customer agencies. 
While one of the industry association officials we met with recognized 
that the agencies have a number of outreach and education efforts, he 
explained that it would be helpful if they could do more, particularly 
in terms of holding events that are tailored to specific projects.

Officials from USACE, PBS, and CBP small business offices told us that 
when a firm requests assistance with preparing an offer in response to 
a specific solicitation, they refer the firm to the Procurement 
Technical Assistance Centers.[Footnote 17] These centers provide firms 
assistance on how to write a proposal, perform market research to 
determine which contracts they are best suited for, position their 
firms to compete for contracts, and bid on current federal procurement 
opportunities.

For firms that lose a competition, one way they can gain additional 
insights into the federal contracting process is to request a 
debriefing from the agency. A representative from one industry 
association we spoke with explained that debriefings are an important 
tool for helping firms understand how they can improve their 
competitiveness but noted that debriefings are not offered uniformly 
across agencies and are sometimes not timely or thorough. DHS 
officials explained they are training their contracting officers on 
how to provide debriefings and encouraging debriefings to all 
unsuccessful offerors as a matter of practice.

Subcontracting Opportunities and Mentor-Protégé Programs:

Officials from USACE, PBS, and CBP stated that one effective method 
for new firms to enter the federal marketplace, particularly for 
construction, is to work as a subcontractor for a prime contractor. 
Working as a subcontractor enables a firm to build up relevant work 
experience, establish a past performance record, become more familiar 
with the federal contracting process, and increase its financial 
capacity. Additionally, officials at all three agencies cited industry 
days as networking events that can help firms find subcontracting 
opportunities. These events are designed to help established firms 
that contract with the federal government team up with new firms 
seeking to enter the federal marketplace. Such arrangements not only 
provide opportunities for the new firms, but larger contractors have a 
vested interest in teaming up with small firms because a key element 
to winning certain large federal construction contracts can involve 
the submission of a subcontracting plan that specifies that a certain 
percentage of the work will be performed by small businesses.[Footnote 
18]

Another method for firms to enter the federal marketplace is 
participating in mentor-protégé programs. A mentor-protégé program is 
an arrangement in which mentors--typically experienced prime 
contractors--provide technical, managerial, and other business 
development assistance to eligible small firms, or protégés. The 
protégés can then cite the work they performed under such an 
arrangement when competing for future federal contracts. In return, 
the programs provide incentives for mentor participation, such as 
credit toward subcontracting goals, additional evaluation points 
toward the awarding of contracts, and in some cases, cost 
reimbursement. Overall, mentor-protégé programs seek to enhance the 
ability of small firms to compete more successfully for federal 
government contracts by furnishing them with assistance to improve 
their competitiveness.[Footnote 19]

Small Business Programs:

There is a range of resources available to assist small firms through 
SBA, which was created as an independent agency of the federal 
government to aid, counsel, assist, and protect the interests of small 
firms and to preserve free competitive enterprise. SBA Procurement 
Center Representatives and Commercial Market Representatives provide 
counseling to small firms to help them compete for work with federal 
agencies and ensure that small businesses receive a fair and equitable 
opportunity to participate in federal prime contracts and 
subcontracts.[Footnote 20] SBA also works directly with federal 
agencies' small business utilization offices across the country to 
increase small businesses' share of federal procurement awards.

In addition, SBA administers a number of programs designed to help 
small firms, including the 8(a) Business Development Program and 
initiatives targeted toward service-disabled veteran-owned, women- 
owned, and HUBZone small businesses.[Footnote 21] For example, the 
8(a) program was created to help small and disadvantaged businesses 
compete in the federal marketplace. Once a firm becomes an 8(a) 
certified contractor,[Footnote 22] SBA works with federal agencies to 
match the small firm's qualifications with appropriate opportunities 
where they can obtain federal contracts through competitive and 
noncompetitive processes limited to 8(a) firms. For example, PBS 
issued the three purchase orders we reviewed for building maintenance 
and office renovations on a sole-source basis to 8(a) firms. 
Participation in the 8(a) program is subject to a 9-year program term. 
[Footnote 23]

Agency Comments:

We provided a draft of this report to DOD, DHS, GSA, and SBA for 
review and comment. DHS provided written comments, which are 
reproduced in enclosure III, that noted the department remains 
committed to awarding contracts in compliance with the Federal 
Acquisition Regulation, obtaining fair and reasonable prices, and 
conducting outreach and education efforts to help small firms do 
business with DHS. SBA provided technical comments that were 
incorporated in the report, as appropriate. DOD and GSA informed us 
that they had no comments on the report.

We are sending copies of this report to the Secretaries of Defense and 
Homeland Security, the Administrator of General Services, and the 
Administrator of the Small Business Administration, as well as 
interested congressional committees. In addition, the report is 
available at no charge on GAO's website at [hyperlink, 
http://www.gao.gov]. If you or your staff have any questions about 
this report, please contact me at (202) 512-4841 or woodsw@gao.gov. 
Contact points for our Offices of Congressional Relations and Public 
Affairs may be found on the last page of this report. GAO staff who 
made major contributions to this report are listed in enclosure IV.

Signed by: 

William T. Woods:
Director, Acquisition and Sourcing Management:

Enclosures - 4: 

[End of section] 

Enclosure I: Scope and Methodology:

Our review focused on selected components from three federal agencies:

* Department of Defense's (DOD) U.S. Army Corps of Engineers (USACE),

* General Services Administration's (GSA) Public Buildings Service 
(PBS), and, 

* Department of Homeland Security's (DHS) Customs and Border 
Protection (CBP).

We selected these agencies and components based on their fiscal year 
2010 obligations, as reported in the Federal Procurement Data System-- 
Next Generation (FPDS--NG), for construction contracts, which includes 
the construction of structures and facilities and real property 
maintenance. In fiscal year 2010, DOD's construction contract 
obligations were greater than all other federal agencies combined, 
while GSA had the highest civilian agency construction contract 
obligations. USACE and PBS had the highest fiscal year 2010 
construction contract obligations of the components within their 
respective agencies. We included DHS and CBP, which accounted for a 
quarter of DHS's fiscal year 2010 construction obligations, in our 
review even though they obligated significantly less on construction 
contracts so we could obtain insights into how other agencies and 
components consider prior experience and past performance when 
awarding construction contracts.

To understand how agencies are to consider prior experience and past 
performance, we reviewed the Federal Acquisition Regulation (FAR) and 
the three agencies' FAR supplements, as well as other agency policies 
and procedures on source selection and contract award. We then 
reviewed 29 competitive and noncompetitive contracts awarded in fiscal 
year 2010 by the three agencies to help illustrate how regulations, 
policies, and procedures were applied.[Footnote 24] The competitive 
procurements include 12 contracts and 13 orders under indefinite 
delivery/indefinite quantity (IDIQ) contracts, which were selected in 
a nongeneralizable manner so our sample would contain a wide diversity 
of characteristics, such as method of acquisition, type of 
construction project, and dollar value. The noncompetitive 
procurements include one contract and three purchase orders. For each 
procurement, we reviewed documents from the agencies' files pertaining 
to their acquisition plan, solicitation, source selection decision, 
and other documents related to the consideration of prior experience 
and past performance. For the 13 procurements made by placing orders 
under IDIQ contracts, we reviewed the documentation associated with 
the selected orders and the 9 contracts the orders were made 
against.[Footnote 25] The results of our review of these procurements 
cannot be generalized across USACE, PBS, CBP, or other agencies' 
construction procurements. In addition, we interviewed policy, 
contracting, and small business officials from the three agencies; 
their respective components; and the district, region, or division 
offices responsible for the selected procurements to obtain their 
perspectives on how prior experience and past performance are 
considered when awarding contracts. Finally, we reviewed 43 bid 
protest decisions issued by GAO in fiscal years 2009 and 2010 that we 
identified as involving the consideration of prior experience and past 
performance to gain additional perspective on how these factors are 
considered.[Footnote 26] These 43 bid protests were associated with a 
range of procurements, including 14 that were construction-related, 
and various federal agencies, including the three that were the focus 
of our review.

To obtain information on the resources available to assist firms, we 
conducted interviews with policy, contracting, and small business 
officials at the three selected agencies as well as officials from the 
Small Business Administration and two industry associations--the U.S. 
Chamber of Commerce and the Associated General Contractors of America. 
We also reviewed information available to firms through the agencies' 
websites.

We conducted this performance audit from April 2011 to October 2011 in 
accordance with generally accepted government auditing standards. 
Those standards require that we plan and perform the audit to obtain 
sufficient, appropriate evidence to provide a reasonable basis for our 
findings and conclusions based on our audit objectives. We believe 
that the evidence obtained provides a reasonable basis for our 
findings and conclusions based on our audit objectives.

Enclosure II: Resources Available to Assist Firms:

Federal agencies' websites have dedicated sections to help firms, 
particularly small businesses, learn how to market their services. The 
sites provide a variety of resources available to help firms including 
information on how to do business with the federal government and 
tools for identifying potential contracting opportunities, as well as 
information on upcoming training and networking opportunities offered 
by the agencies. Listed below are links to the resources available on 
the websites of selected agencies and components.

Small Business Administration:

Website: [hyperlink, 
http://www.sba.gov/category/navigation-structure/contracting]. 

* Provides small businesses with information on basic steps to get 
started in government contracting, working with the government, 
contracting opportunities, and links to government contracting 
policies and documents, such as the Federal Acquisition Regulation.

Department of Defense:

Website: [hyperlink, http://www.acq.osd.mil/osbp/]. 

* Provides information on departmentwide programs and resources 
available to small businesses, including links to Procurement 
Technical Assistance Centers that provide training and counseling 
assistance at no cost.

U.S. Army Corps of Engineers:

Website: [hyperlink, 
http://www.usace.army.mil/about/Pages/Locations.aspx]. 

* Provides firms with information to locate contracting opportunities 
in a particular district.

For example, to find opportunities in the Fort Worth District, click 
on the "Fort Worth District" link.

- On the Fort Worth District website, select the "Business" tab, then 
the "Office of Small Business" tab to display the district's small 
business resources. Website: [hyperlink, 
http://www.swf.usace.army.mil/pubdata/SBO/index.asp]. 

- The small business office page for each district, such as Forth 
Worth, displays the district's upcoming projects along with tools and 
resources.

General Services Administration:

Website: [hyperlink, http://www.gsa.gov/portal/content/105221]. 

* Provides small businesses with agencywide contracting information on 
selling to the government and researching potential business 
opportunities, as well as training and counseling sessions.

Public Building Service:

Website: [hyperlink, http://www.gsa.gov/portal/content/103328]. 

* Provides firms with information on bidding for federal construction 
projects.

Department of Homeland Security:

Website: [hyperlink, http://www.dhs.gov/xopnbiz/smallbusiness/]. 

* Provides small businesses with departmentwide contracting 
information on getting started, doing research, networking, business 
opportunities, and opportunities for teaming with larger firms.

Customs and Border Protection:

Website: [hyperlink, 
http://www.cbp.gov/xp/cgov/toolbox/contacts/contracting/bus_pro.xml]. 

* Provides information on small-business opportunities and events, 
such as industry days. 

[End of section] 

Enclosure III: Comments from the Department of Homeland Security: 

U.S. Department of Homeland Security: 
Washington, DC 20528: 

October 12, 2011: 

William T. Woods: 
Director, Acquisition and Sourcing Management: 
441 G Street, NW: 
U.S. Government Accountability Office: 
Washington, DC 20548: 

Re: Draft Report GAO-12-102R, "Prior Experience and Past Performance 
as Evaluation Criteria in the Award of Federal Construction Contracts” 

Dear Mr. Woods: 

Thank you for the opportunity to review and comment on this draft 
report. The U.S. Department of Homeland Security (DHS) appreciates the 
U.S. Government Accountability Office's work in planning and 
conducting its review and issuing this report. 

The Department is pleased to note the report's positive acknowledgment 
that the agencies reviewed, including U.S. Customs and Border 
Protection, appropriately considered experience and past performance 
as evaluation criteria in the award of federal construction contracts.
Although the report does not contain any recommendations for DHS, the 
Department remains committed to: 

* soliciting, evaluating, and awarding contracts in compliance with 
the Federal Acquisition Regulation, 

* obtaining fair and reasonable prices, and, 

* conducting outreach and educational efforts to help small firms do 
business with DHS. 

Again, thank you for the opportunity to review and comment on this 
draft report. We look forward to working with you on future Homeland 
Security issues. 

Sincerely, 

Signed by: 

Jim H. Crumpacker: 
Director: 
Departmental GAO-0IG Liaison Office: 

Enclosure IV: GAO Contact and Staff Acknowledgments:

GAO Contact:

William T. Woods, (202) 512-4841, woodsw@gao.gov:

Staff Acknowledgments:

In addition to the contact named above, Johana R. Ayers, Assistant 
Director; Morgan Delaney Ramaker; Kristine Hassinger; Julia Kennon; 
John Lack; and Leigh Ann Nally made key contributions to this report.

[End of section] 

Footnotes: 

[1] We originally selected 10 contracts from each agency based on data 
available in FPDS-NG. However, upon review of the files, we excluded 
one USACE contract as it was not a fiscal year 2010 award. 

[2] Bid protests may be filed at GAO against procurement actions by 
federal government agencies. A bid protest is a challenge to the award 
or proposed award of a contract for the procurement of goods and 
services or a challenge to the terms of a solicitation for such a 
contract. Protests can also be filed with the agency responsible for 
the procurement and the U.S. Court of Federal Claims. For the purposes 
of this report, we only reviewed bid protests filed with GAO that 
resulted in a decision published in either fiscal year 2009 or 2010. 

[3] Construction contracts that involve building new structures and 
facilities can be identified in FPDS-NG as product or service code Y 
and construction contracts that involve maintenance, repair, or 
alteration of real property can be identified as product or service 
code Z. 

[4] USACE's military program provides, among other things, engineering 
and construction services to other U.S. government agencies and 
foreign governments, while the civil works program is responsible for 
investigating, developing, and maintaining water resource projects. 

[5] CBP is the lead component for DHS responsible for implementing the 
department's border security mission. Key areas include inspecting 
travelers at ports of entry, inspecting cargo and goods at ports of 
entry while facilitating trade, and securing the border between ports 
of entry, for example to reduce illegal immigration through the use of 
fencing and technology.

[6] FAR § 14.408-1(a)(3).

[7] FAR § 15.304(c)(2).

[8] FAR § 16.505(b)(1)(i). 

[9] FAR § 9.104-1.

[10] SML Innovations, B-402667.2 (Oct. 28, 2010). 

[11] This is referred to as two-phase design-build selection 
procedures. Under these procedures, which can be used to enter into a 
contract for the design and construction of a public building, 
facility, or work, proposals are evaluated in phase one to determine 
which offerors will submit proposals for phase two. One contract is 
awarded using competitive negotiations. FAR §§ 36.300 and 36.303.

[12] Past Performance Information Retrieval System is a system created 
by the Office of Federal Procurement Policy that is intended to be a 
repository of performance information on federal contractors. GAO, 
Federal Contractors: Better Performance Information Needed to Support 
Agency Contract Award Decisions, [hyperlink, 
http://www.gao.gov/products/GAO-09-374] (Washington, D.C.: Apr. 23, 
2009). 

[13] Frontline Healthcare Workers Safety Foundation, Ltd., B-402380 
(Mar. 10, 2010).

[14] Brican Inc., B-402602 (June 17, 2010).

[15] 15 U.S.C. § 637(b)(7) and FAR § 9.105-2(a)(2).

[16] At headquarters, the Office of Small and Disadvantaged Business 
Utilization (called Office of Small Business Programs at the 
Department of the Army and other DOD components) advocates for small 
businesses within the agency. At the regional or division level, staff 
assigned to work on small business issues (small business specialists) 
coordinate with the Office of Small and Disadvantaged Business 
Utilization on their agencies' small business programs. For more 
information on Offices of Small and Disadvantaged Business 
Utilization, see GAO, Small Business Contracting: Action Needed by 
Those Agencies Whose Advocates Do Not Report to Agency Heads as 
Required, [hyperlink, http://www.gao.gov/products/GAO-11-418] 
(Washington, D.C.: June 3, 2011).

[17] Procurement Technical Assistance Centers are administered by DOD 
as a result of the creation of the Procurement Technical Assistance 
Program by the Congress to help firms compete successfully in federal, 
state, and local government contracting arenas.

[18] Subcontracting plans are generally required for construction 
contracts (or modifications to contracts) that are expected to exceed 
$1.5 million and that have subcontracting possibilities. FAR § 
19.702(a). 

[19] In June 2011, we issued a report on the federal mentor-protégé 
programs at 13 agencies, including controls the agencies used to help 
ensure that the programs are beneficial to program participants. See 
GAO, Mentor-Protégé Programs Have Policies That Aim to Benefit 
Participants but Do Not Require Postagreement Tracking, [hyperlink, 
http://www.gao.gov/products/GAO-11-548R] (Washington, D.C.: June 15, 
2011). 

[20] In June 2011, we issued a report on the Small Business 
Administration's Procurement Center Representatives and Commercial 
Market Representatives, including options for improving their 
effectiveness. See GAO, Improvements Needed to Help Ensure Reliability 
of SBA's Performance Data on Procurement Center Representatives, 
[hyperlink, http://www.gao.gov/products/GAO-11-549R] (Washington, 
D.C.: June 15, 2011). 

[21] The Historically Underutilized Business Zones (HUBZone) program 
provides federal contracting assistance to qualified small businesses 
in historically underutilized business zones to increase employment 
opportunities, investment, and economic development in such areas. 

[22] To participate in the 8(a) program, a firm must be a small 
business as defined by SBA, be unconditionally owned and controlled by 
one or more socially and economically disadvantaged individuals who 
are of good character and citizens of the United States, and show 
potential for success.

[23] GAO, Small Business Administration: Steps Have Been Taken to 
Improve Administration of the 8(a) Program, but Key Controls for 
Continued Eligibility Need Strengthening, [hyperlink, 
http://www.gao.gov/products/GAO-10-353] (Washington, D.C.: Mar. 30, 
2010).

[24] We originally selected 10 contracts from each agency based on 
data available in FPDS-NG. However, upon review of the files, we 
excluded one USACE contract from our review as it was not a fiscal 
year 2010 award. 

[25] Five orders in our sample were placed under the same IDIQ 
contract. 

[26] Bid protests may be filed at GAO against procurement actions by 
federal government agencies. A bid protest is a challenge to the award 
or proposed award of a contract for procurement of goods and services 
or a challenge to the terms of a solicitation for such a contract. 
Protests can also be filed with the agency responsible for the 
procurement and the U.S. Court of Federal Claims. For the purposes of 
this report, we only reviewed bid protests filed with GAO that 
resulted in a decision published in either fiscal year 2009 or 2010. 

[End of section] 

GAO's Mission: 

The Government Accountability Office, the audit, evaluation and 
investigative arm of Congress, exists to support Congress in meeting 
its constitutional responsibilities and to help improve the performance 
and accountability of the federal government for the American people. 
GAO examines the use of public funds; evaluates federal programs and 
policies; and provides analyses, recommendations, and other assistance 
to help Congress make informed oversight, policy, and funding 
decisions. GAO's commitment to good government is reflected in its core 
values of accountability, integrity, and reliability. 

Obtaining Copies of GAO Reports and Testimony: 

The fastest and easiest way to obtain copies of GAO documents at no 
cost is through GAO's Web site [hyperlink, http://www.gao.gov]. Each 
weekday, GAO posts newly released reports, testimony, and 
correspondence on its Web site. To have GAO e-mail you a list of newly 
posted products every afternoon, go to [hyperlink, http://www.gao.gov] 
and select "E-mail Updates." 

Order by Phone: 

The price of each GAO publication reflects GAO’s actual cost of
production and distribution and depends on the number of pages in the
publication and whether the publication is printed in color or black and
white. Pricing and ordering information is posted on GAO’s Web site, 
[hyperlink, http://www.gao.gov/ordering.htm]. 

Place orders by calling (202) 512-6000, toll free (866) 801-7077, or
TDD (202) 512-2537. 

Orders may be paid for using American Express, Discover Card,
MasterCard, Visa, check, or money order. Call for additional 
information. 

To Report Fraud, Waste, and Abuse in Federal Programs: 

Contact: 

Web site: [hyperlink, http://www.gao.gov/fraudnet/fraudnet.htm]: 
E-mail: fraudnet@gao.gov: 
Automated answering system: (800) 424-5454 or (202) 512-7470: 

Congressional Relations: 

Ralph Dawn, Managing Director, dawnr@gao.gov: 
(202) 512-4400: 
U.S. Government Accountability Office: 
441 G Street NW, Room 7125: 
Washington, D.C. 20548: 

Public Affairs: 

Chuck Young, Managing Director, youngc1@gao.gov: 
(202) 512-4800: 
U.S. Government Accountability Office: 
441 G Street NW, Room 7149: 
Washington, D.C. 20548: