Award Notice for Construction Inspection Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This acquisition was conducted in accordance with Federal Acquisition Regulation (FAR) Part 13 versus FAR Part 15; therefore, only a brief explanation of the basis for the contract award decision is required and not an actual "debriefing". The solicitation announced that the Government would evaluate proposals utilizing a Lowest Price, Technically Acceptable (LPTA) evaluation process to determine the offeror who represents best value to the Government.
For the six (6) proposals received in response to the solicitation, the basis for the contract award decision was as follows: First, all offers were ranked based upon an assessment of total overall evaluated prices. Next, a full evaluation of the technical acceptability of the # 1 ranked lowest priced proposal was conducted; however, the offeror was evaluated as technically unacceptable. The Government then consider the acceptability of the # 2 lowest-price offeror. The Government identified the # 2 lowest-price offeror as the LPTA proposal. A price reasonableness analysis of the identified LPTA proposal was conducted and was determined to be reasonably priced. The # 2 lowest-price offeror was also determined to be responsible in accordance with FAR Part 9.104, evaluation. As such, the evaluation ended and an award was made to PMA Associates, Inc. No technical evaluations were conducted on any proposals beyond #2.