State of Alaska Home Page
  Annual Reports Decisions
Division of Administrative Services Home Page   
Department of Administration Header
BEFORE THE ALASKA DEPARTMENT OF ADMINISTRATION


In the Matter of:

KENDRICK BUSINESS SERVICES/
INTERMEDIA JV,

Appellant.

DCED/ATMC
RFP No. 98-0015
Case No. 97-006

DECISION

The Alaska Tourism Marketing Council [ATMC] issued RFP No. 98-0015, calling for proposals "to receive and respond to requests for information on Alaska that have been generated as a result of the ATMC's marketing program, and to manage the resulting database." [RFP at 6]

The RFP generated five responses, from AKA Business Service [AKA] (the existing contractor), Manus Direct Response Marketing [Manus], Alaska Archives, Kendrick Business Services/Intermedia JV [Kendrick], and Rapid Action Mailing Service, Inc. [Rapid Action] The proposals were given numerical ratings by a five member proposal evaluation committee. The maximum number of points available was 100. 70 points were based on the evaluators' independent subjective judgment as to three factors: (1) Methodology and Management Plan (25 points); (2) Proposer's Organization, Experience, Performance Record and Resources (25 points); and (3) Project Manager/Key Personnel (20 points). The remaining 30 points for Cost (20 points) and Alaska Bidder preference (10 points) were awarded by formula. All five of the evaluators ranked AKA first and Kendrick last.

Kendrick protested the notice of intent to award the contract to AKA. The procurement officer denied the protest and Kendrick appealed. Kendrick argues on appeal that each of the other proposals was nonresponsive, [App. at 2] for a variety of reasons.1 [App. at 30] [1] At a prehearing conference, it was agreed that there are no material facts at issue and that the matter can be determined on the existing record.

A. Applicable Legal Standards.

A proposal is non-responsive if it "materially" varies from the request for proposals. See, e.g., King v. Alaska State Housing Authority, 512 P.2d 887, 892 (Alaska 1973). [2] A variance is material "if it gives the [proposer] a substantial advantage over other [proposers], and thereby restricts or stifles competition." Id., quoting, 10 E. McQuillin, The Law of Municipal Corporations, Sec. 29.65, at 397 (3rd ed. 1966). "The determination by a public agency of the responsiveness of a [proposal] is within the agency's discretion..." Chris Berg, Inc. v. State, Department of Transportation and Public Facilities, 680 P.2d 93, 94 (Alaska 1984).

B. The Competing Bids Were Not All Nonresponsive.

Kendrick argues that the other proposals were all nonresponsive due to their failure to provide certain information requested in the portion of the RFP headed "Proposal Submission Content in Response to the RFP". [RFP at 26-29] This portion of the RFP states, "All proposals submitted in response to the RFP must use the following outline format for their proposal(s)", and "The proposer MUST address ALL the items and IN THE ORDER reflected below." [RFP at 26] Kendrick contends that the failure of a proposal to provide all of the information called for in this portion of the RFP makes the proposal nonresponsive. [3]

Kendrick is mistaken. This portion of the RFP establishes a uniform format and content for the submissions to assist the evaluators in rating and comparing the proposals. It does not establish specifications for the equipment, minimum qualifications, or other substantive requirements that must be met by proposers. The fact that this portion of the RFP generally provides that the information requested "must" be provided does not establish that all of the requested information was material or that the failure to include any particular portion of it would render the proposal nonresponsive. This portion of the RFP specifically provides that the failure to include a "grand total", or overall cost, will result in the proposal being declared nonresponsive. [RFP at 29] The specific statement that the failure to include a particular item will result in the proposal being deemed nonresponsive suggests that failure to provide other items in this portion of the RFP would not necessarily result in a determination of nonresponsiveness. I conclude that the agency had discretion to accept proposals lacking particular items requested in this portion of the RFP, other than a "grand total", so long as the proposal did not materially vary from the RFP. In this case, Kendrick has not established that any of the other proposers gained a substantial or unfair competitive advantage as a result of the various alleged deficiencies in their proposals. I find that the various alleged deficiencies were nonexistent or immaterial, both individually and in the aggregate. [4] The agency did not abuse its discretion in declaring all the proposals responsive.

B. Failure of AKA and Rapid Action to Include Cost Item #6.

The RFP required each proposal, "Using the RFP Cost Schedule,... to list the fees and/or rates for each type of service listed based on actual rates". [RFP at 29] It added: "A TOTAL COST of the proposal must be included, and is required for evaluation purposes only. Proposals without a grand total will be declared nonresponsive." [Id.] The RFP cost schedule included separate quotes for a total of twenty-two items as well as a grand total. Twenty points were to be awarded to the "lowest cost proposal", and the remaining proposals were to be awarded points based on the formula established in 2 AAC 12.260(d). [RFP at 34]

Addendum No. 3 to the RFP, issued on June 4, 1997, required the addition of a new item, Item #6, to the cost schedule in the original RFP, for "Reader Service Reply Cards". Proposals were due no later than 4:30 p.m. on Monday, June 9. Two of the proposals, from AKA and Rapid Action, did not include a price for Item #6 but did show a total cost. ATMC deducted the cost of Item #6 from the total cost of the three proposals that included it. The reductions totaled 1%, 2.5% and 3.5% of the total cost on the three proposals, respectively. [5] It then applied the formula to the recalculated total cost. This resulted in the award of 20 points to Rapid Action, 18 to Alaska Archives, 17 to AKA and Manus, and 6 to Kendrick.

Inclusion of Item #6 was mandatory by the terms of the RFP, Kendrick argues, and by omitting it, AKA and Rapid Action "could not tabulate a grand total". [App. at 13] For these reasons, Kendrick argues, their bids were nonresponsive. In addition, Kendrick argues that the adjustment method used by ATMC was "capricious and arbitrary" and in violation of its obligation to consider all proposals honestly and fairly. [App. at 13]

Kendrick's argument that the AKA and Rapid Action were nonresponsive because the RFP made inclusion of Item #6 mandatory is essentially the same argument rejected above: that each and every element that the RFP called for at pages 26-29 was mandatory, and that the failure to provide any of those items rendered the proposal nonresponsive. Only if the proposals omitted a total cost, however, was a determination of nonresponsiveness required, and both AKA and Rapid Action provided a total cost.

The responsiveness of a bid containing an error in a particular bid item or a discrepancy between the individual items and the total cost has been addressed by the Alaska Supreme Court on a number of occasions. While the decisions reflect a vigorous debate as to the precise methodology to be used in such cases, they clearly indicate that an agency has substantial discretion to either accept or reject a bid that contains an error of this nature in order to obtain the most favorable result for the state. [6]

In this case, unlike those cases, the proposal does not contain an error with respect to a particular item; rather, it lacks any price for an item. Whatever impact this distinction would have in the context of a competitively bid contract, this case concerns competitive proposals, not competitive bids. The distinction is critical for a number of reasons. First, in the case of competitive proposals, cost is not the sole criterion used to select the winning contractor. Second, although the RFP in this case requires an offer of "actual" prices by the proposer, the state was not obligated to enter into a contract at the offered price. See, Dick Fisher Development No. 2 v. Department of Administration, 778 P.2d 1153, 1155 (Alaska 1989). Third, post-submission clarification and other discussions between the state and proposers are authorized by statute, and the applicable regulations specifically provide that prices may be adjusted as a result of these discussions. See AS 36.20.240; 2 AAC 12.290(a). Fourth, in Gunderson v. University of Alaska, Fairbanks, 922 P.2d 229, 236 (Alaska 1996), the Alaska Supreme Court found that an adjustment in the price of a competitively bid proposal after the closing date was not contrary to the applicable procurement statutes and regulations. For all these reasons, I conclude that the ATMC did not abuse its discretion in deeming the AKA and Rapid Action proposals responsive. [7]


DATED this 1st day of October, 1997.


______________________________
Andrew M. Hemenway
Hearing Officer


  1. In its initial protest, Kendrick raised a number of allegations that it abandoned in its appeal. Those items not specified in the appeal are waived. See AS 36.30.590(b)(2). With respect to any implication by Kendrick regarding the propriety of the award of this contract to an out of state contractor, see, In the Matter of Alaska Archives, No. 97-005 (Department of Administration, September 25, 1997).

    Back to document

  2. 2 AAC 12.280 states: "Offerors shall fully comply with all terms of the request for proposal and with this chapter. Offers that do not comply are nonresponsive and shall be rejected." 2 AAC 12.280 does not alter the standard set forth in King. "Full compliance", as used in 2 AAC 12.280, means "compliance in all material respects". See 2 AAC 12.990(a)(9), (12).

    Back to document

  3. The first eight of the nine alleged deficiencies in the AKA proposal fall into this category [App. at 4-5], as do the second through seventh (of eight) alleged deficiencies in the Manus proposal [App. at 5-6], both of the alleged deficiencies in the Alaska Archives proposal [App. at 6], and the second through sixth (of seven) alleged deficiencies in the Rapid Action proposal [App. at 6-7]. The only alleged deficiencies that do not fall into this category are the failure on the part of two proposers, AKA and Rapid Action, to provide a quote for Item 6 on the cost schedule, [App. at 5, 7] and Manus' alleged lack of an appropriate business license.

    Back to document

  4. Taken as a whole, Kendrick's objections go primarily to matters of form rather than substance. To the extent that the proposals did not provide information requested, the lapses are not material: (1) The RFP requests "documentation" that the minimum requirements have been met. [RFP at 26] The minimum requirements were for a certain level of prior experience on the part of the firm and its key personnel. Kendrick submitted a sworn affidavit attesting to such prior experience as its "documentation", and it argues that the remaining proposers' failure to similarly "document" their prior experience made them nonresponsive. [App. at 16, 22] The failure of the other proposers to include a sworn statement or other separate "documentation" was not material, in light of the other information they provided; (2) Kendrick objects that Alaska Archives did not provide specific information regarding contracting postal boxes, maintaining postal accounts and ensuring address integrity [App. at 4], but nothing in the RFP required specific information on these points; (3) Kendrick complains that some of the proposals did not include resumes and copies of all billing forms, [App. at 10-11, 22-23] but the information and samples provided were sufficient for purposes of the evaluation; (4) Kendrick contends that some of the proposals did not discuss the proposer's understanding of the goal and its projects [App. at 19-20], but the failure to include a separately identified discussion of these issues is immaterial, since each proposal adequately demonstrates the proposer's understanding of these points; (5) Kendrick objects that AKA and Manus did not identify the software to be used, [App. at 5] but both proposals clearly state that proprietary software is used; (6) Kendrick contends that Manus did meet the requirement of AS 36.30.210(e) because its business license is in the name "Manus Services Corporation" and its proposal was in the name "Manus Direct Response Marketing". [App. at 14-15, 25] This objection is without merit. The purpose of AS 36.30.210 (e) is to ensure that the entity liable on a public contract is licensed to do business in Alaska. In the case of a d/b/a, the entity liable on the contract is the parent, since a d/b/a has no independent legal existence. For purposes of AS 36.30.210 (e), a business license in the name of the parent entity is sufficient. Manus' proposal clearly identifies Manus Service Corporation as its parent and the d/b/a status of Manus Direct Response Marketing.

    Back to document

  5. Alaska Archives' total cost was $128,605; the cost of Item #6 was $1,302 (1% of total cost). Manus' total cost was $128,205; the cost of Item #6 was $3,150 (2.5%). Kendrick's total cost was $400,915; the cost of Item #6 was $13,950 (3.5%).

    Back to document

  6. See generally, Jensen & Reynolds Construction Co. v. State, Department of Transportation and Public Facilities, 717 P.2d 844 (Alaska 1986); Vintage Construction, Inc. v. State, Department of Transportation and Public Facilities, 713 P.2d 1213 (Alaska 1986); Alaska International Construction, Inc. v. Earth Movers of Fairbanks, Inc., 697 P.2d 626 (Alaska 1985); Chris Berg, Inc. v. State, Department of Transportation and Public Facilities, 680 P.2d 93 (Alaska 1984). The concurring opinion in Jensen & Reynolds observes that, regardless of the stated rationale and legal principles applied, "in practice, achieving the lowest bid price has been paramount in all cases." 717 P.2d at 849.

    Back to document

  7. Kendrick's argument that the method used by ATMC to adjust the total cost before evaluation was "arbitrary and capricious" and in breach of the requirement that proposals be considered "fairly and honestly" is without merit. The method chosen resulted in an identical base for comparison for all parties. The amount of Item #6 in relation to the total cost was minimal and it was not a particularly large sum in itself. Finally, it is disingenuous to suggest that any error by ATMC in this regard prejudiced Kendrick, whose total cost was more than three times larger than any of the other proposers, and whose proposal was ranked last by all of the evaluators with respect to the remaining factors as well. Kendrick clearly would not have been awarded the contract even it had been the lowest cost proposal. See, Gunderson, v. University of Alaska, Fairbanks, supra, 922 P.2d at 236, note 9.

    Back to document

Photo banner above: © Devita Writer, AK. Div. of Community and Business Development

Office of Administrative Hearings    PO Box 110231, Juneau, AK 99811-0231
Fax: (907) 465-2280, Phone: (907) 465-1886
State of Alaska divider Webmaster