“BACKGROUND
The RFP was issued on December 28, 2016, pursuant to Federal Acquisition Regulation (FAR) parts 12 and 15. Agency Report (AR), Exh. 3, RFP, at 1, 175. The RFP contemplated award of three fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts, one in each of the three regions specified in the RFP, for a base period ending September 30 of the fiscal year in which the award is made and seven 1-year options. The purpose of the procurement is to establish and maintain a network of high performing licensed healthcare providers and healthcare practitioners to deliver patient-centered care to veterans. This care includes medical, surgical, complementary and integrative healthcare services, durable medical equipment, pharmacy, and dental services. These protests relate to the contracts awarded in regions 2 and 3, which have a maximum ordering value of over $18 billion and $21.5 billion, respectively…”
“DISCUSSION
The protester argues that the agency performed a disparate technical evaluation of offerors’ proposals that relied on unstated evaluation criteria. The protester also challenges virtually every aspect of the agency’s price evaluation, and argues that the agency should have rejected OPSS’s proposal for failing to comply with material requirements of the RFP. TriWest also argues that the source selection decisions are irrational because the agency failed to compare the real differences in costs to the government. As discussed below, we find no basis to sustain the protests….”
“DECISION
TriWest Healthcare Alliance Corporation (TriWest), of Phoenix, Arizona, protests the award of two contracts to Optum Public Sector Solutions, Inc. (OPSS), of Rockville, Maryland, under request for proposals (RFP) No. VA791-16-R-0086, issued by the Department of Veterans Affairs (VA) for community care network (CCN) services. The protester challenges multiple aspects of the agency’s evaluations of proposals and source selection decisions.
We deny the protests…”