Report On Review Of Proposed Subcontract For Outsourcing Information .

1y ago
4 Views
1 Downloads
1.39 MB
25 Pages
Last View : 2m ago
Last Download : 3m ago
Upload by : Amalia Wilborn
Transcription

1DOE/IG-0406'US, Department of EnergyOffice of Inspector GeneralJune 1997Report onReview of ProposedSubcontract for OutsourcingInformation Technology

The Office of Inspector General wants to make the distribution of its reports ascustomer friendly and cost effective as possible. Therefore, this report will beavailable electronically through the Internet five to seven days after publication atthe following alternative addresses:Department of Energy Headquarters Gophergopher.hr.doe.govDepartment of Energy Headquarters Anonymous FTPvml. hqadmin.doe.govU.S. Department onergy Human Resources and AdministrationHome Pagehttp://www.hr.doe.gov/igYour comments would be appreciated and can be provided on the CustomerResponse Form attached to the report.This report can be obtained from theU.S. Department of EnergyOffice of Scientific and Technical InformationP.O. Box 62Oak Ridge, Tennessee 37831

DISCLAIMERThis report was prepared as an account of work sponsored by an agency of the UnitedStates Government Neither the United States Government nor any agency thereof, norany of their employees, make any warranty, express or implied,or asfllmes any legal liability or responsibiity for the accuracy,completeness, or usefulness of any information, apparatus, pmduct, or process disdawd, or represents that its use would not infringe privatelyowned rights. Refherein to any spe&ic commercial product, protea, or service bytrade oame, trademark, maoufacturer, or otherwise does not necessarily constitute orimply its endorsement, recornmendation, or favoring by the United States Government orany agency thereof. The views and Opinions of authors expressed herein do not necessarily state or reflect those of the United States Government or any agency thereof.

DISCLAIMERPortions of this dor?nmentmay be fllegiblein e l d c image producb. fmRPes areprpduced fmm the btst available 0doamex&

Department of EnergyWashington, DC 20585June 2, 1997SUBJECT:INFORMATION: Report on “Review of ProposedSubcontract for Outsourcing InformationTechnology”BACKGROUND:The subject final report is provided for your information. An allegation was made tothe Office of Inspector General (OIG), and also reported in the press, regardingpossible kickbacks in connection with a proposed Westinghouse Savannah RiverCompany (WSRC) subcontract with the Computer Sciences Corporation (CSC) foroutsourcing information technology (IT). Our investigative activity did notsubstantiate this allegation. However, in the course of investigating the allegation itcame to the OIG’s attention that WSRC’s selection of CSC for this proposedsubcontract had possibly involved significant deviations from procurement rules andregulations. Accordingly, the specific objective of this review was to determine if theselection of CSC as a proposed subcontractor was made in accordance withappropriate procurement rules and regulations. In the course of our review, theDepartment of Energy’s (DOE) Savannah River Operations Ofice (SR) made thedecision to disapprove WSRC’s proposed subcontract with CSC, taking this action onDecember 23, 1996. Although SR disapproved the subcontract, we completed ourreview, and have issued this report in order to address some management and possiblefbture procurement issues.DISCUSSION:We reviewed WSRC’s selection of CSC as a proposed subcontractor for outsourcingIT at the Savannah River Site (SRS). Our review found that WSRC: (1) did not useeffective competitive techniques regarding both the solicitation and evaluation of bidsfor this procurement; (2) failed to maintain adequate file documentation appropriate tothe value of the proposed procurement; and, (3) had not ensured that the pricing of theproposed subcontract was fair and reasonable.49Printed with soy ink on recycled paper

2Both WSRC and SR officials have stated that the requirements of DEAR 970.7103should be the basis for determining the propriety of the CSC procurement process.That regulation provides, in part, that a contractor’s procurement system shouldensure the use of effective competitive techniques, adequate documentation, and fairand reasonable pricing. WSRC officials provided a legal analysis to SR that concludedthat the proposed CSC procurement met the requirements of this regulation. SRdisagreed with WSRC’s conclusion, however, and on December 23, 1996,disapproved WSRC’s proposed subcontract with CSC.We were told that CSC had up to 30 employees at SRS during the negotiation processfor the proposed subcontract. We were also told that the CSC employees’ activitiesincluded reviewing the scope of information technology operations and requirementsat SRS. CSC also had some involvement in determining what areas should be includedin the proposed scope of work for the proposed procurement. Further, CSC wasprovided an opportunity to review WSRC’s Make-or-Buy analysis. All of theseactivities, in our opinion, could potentially provide CSG with an unfair competitiveadvantage in the event of fbture procurements of IT services at SRS.We recommended that the Manager of the Savannah River Operations Office directWSRC to: (1) conduct any future procurements of IT support services in accordancewith the requirements of WSRC’s approved procurement procedures; and, (2) ensurethat any potential unfair competitive advantage provided to CSC in competing forfbture infiormation technology procurements at SRS is considered and mitigated, asappropriate.In commenting on this report, DOE management concurred with the factual accuracyof the report, and with both recommendations.Attachmentcc: Deputv SecretaryUnder Secretary

U.S. DEPARTMENT OF ENERGYOFFICE OF INSPECTOR GENERALREPORT ONREVIEW OF PROPOSED SUBCONTRACT FOROUTSOURCING INFORMATION TECHNOLOGYReport No: R O E / I G O O Date Issued: June 21 1997Office of InspectionsWashington, DC 20585

1REPORT ONREVIEW OF PROPOSED SUBCONTRACT FOROUTSOURCING INFORMATION TECHNOLOGYTABLE OF CONTENTSPAGE1.INTRODUCTION AND PURP0S.E .11.SCOPE AND METHODOLOGY .Ill.SUMMARY RESULTS OF REVIEW .IV.BACKGROUND . . 3V.CONTRACTOR PURCHASING SYSTEM CRITERIA .5VI.RESULTS OF REVIEW .9VII.FUTURE INFORMATION TECHNOLOGY PROCUREMENTS . 15VIII.RECOMMENDATIONS . I 6IX.MANAGEMENT COMMENTS. .i1. 12. . 16

U.S. DEPARTMENT OF ENERGYOFFICE OF INSPECTOR GENERALOFFICE OF INSPECTIONSWASHINGTON, DC 20585REPORT ONREVIEW OF PROPOSED SUBCONTRACT FOROUTSOURCING INFORMATION TECHNOLOGY1. INTRODUCTION AND PURPOSEAn allegation was made to the Office of Inspector General (OIG), and alsoreported in the press, regarding possible kickbacks in connection with aproposed Westinghouse Savannah River Company (WSRC) subcontract withthe Computer Sciences Corporation (CSC) for outsourcing informationtechnology (IT). OIG investigative activity did not substantiate this allegation.However, in the course of investigating the allegation it came to the OIG’sattention that WSRC’s selection of CSC for this proposed subcontract hadpossibly involved significant deviations from procurement rules and regulations.Accordingly, the specific objective of this review was to determine if the selectionof CSC as a proposed subcontractor was made in accordance with appropriateprocurement rules and regulations.In the course of our review, the Department of Energy’s (DOE) Savannah RiverOperations Office (SR) made the decision to disapprove WSRC’s proposedsubcontract with CSC, taking this action on December 23, 1996. Although SRdisapproved the subcontract, we completed our review, and have issued thisreport in order to address several management issues and possible futureprocurement issues.II. SCOPE AND METHODOLOGYOur review activities were conducted during September 1996 through January1997 by personnel within the Office of Inspector General’s Offices ofInvestigations, Audits, and Inspections.W e reviewed relevant sections of Title 48, Code of Federal Regulations,Chapter 9, the Department of Energy Acquisition Regulation (DEAR), theDepartment of Energy’s prime contract with WSRC, various procurement-relateddocumentation held by WSRC in support of the proposed subcontract with CSC,and WSRC’s current procurement policies and procedures. We interviewed keymanagement, legal; procurement, financial, and computer personnel at the1

Department’s Savannah River Operations Office and WSRC, as well as aconsultant hired by WSRC. We also interviewed key management officials withCSC and four competing companies.This review was conducted in accordance with the Qualitv Standards forlnsoections issued by the President‘s Council on Integrity and Efficiency.111. SUMMARY RESULTS OF REVIEWWe reviewed WSRC’s selection of CSC as a proposed subcontractor foroutsourcing IT at the Savannah River Site (SRS). Our review found that WSRC:(1) did not use effective competitive techniques regarding both the solicitationand evaluation of bids for this procurement; (2) failed to maintain adequate filedocumentation appropriate to the value of the proposed procurement; and(3) had not ensured that the pricing of the proposed subcontract was fair andreasonable.Both WSRC and SR officials stated that the requirements of DEAR 970.7103should be the basis for determining the propriety of the CSC procurementprocess. That regulation provides, in part, that a contractor’s procurementsystem should ensure the use of effective competitive techniques, adequatedocumentation, and fair and reasonable pricing. WSRC officials provided alegal analysis to SR that concluded that the proposed CSC procurement met therequirements of this regulation. However, SR disagreed with this conclusion.On December 23, 1996, SR disapproved WSRC’s proposed subcontract withcsc.We were told that CSC had up to 30 employees at SRS during the negotiationprocess for the proposed subcontract. We were also told that the CSCemployees’ activities included reviewing the scope of IT operations andrequirements at SRS. CSC also had some involvement in determining whatareas should be included in the proposed scope of work for the proposedprocurement. Further, CSC was provided an opportunity to review WSRC’sMake-or-Buy analysis. All of these activities, in our opinion, could potentiallyprovide CSC with an unfair competitive advantage in the event of futureprocurements of IT services at SRS.We recommended that the Manager of the Savannah River Operations Officedirect WSRC to: (1) conduct any future procurements of IT support services inaccordance with the requirements of WSRC’s approved procurementprocedures; and (2) ensure that any potential unfair competitive advantageprovided to CSC in competing for future information technology procurements atSRS is considered and mitigated, as appropriate.2

DOE management reviewed a draft of this report, and concurred with the report‘sfactual accuracy and both recommendations. DOE management, however, didnot provide actual or planned corrective actions with pertinent target dates. Incommenting on this report, DOE management requested that the following textbe included within this section of the report “to ensure complete accuracy andunderstanding of the issues and events.”“WSRC initially sought to have an information technology (IT) firm as amember of its ‘bid team’ for SRs management and operating contractcompetition. However, during the IT selection process, WSRC elected tohave the IT company as a subcontractor, as opposed to a member of its bidteam (referred to in the SR solicitation as the ‘performing entity’). There areno procurement procedures applicable to a firm choosing its rebid partners;however, the requirements of the SR solicitation precluded the selection of‘subcontractors’ which were not members of the bid team (unless justifiedas a sole source or selected utilizing competitive procedures). When theWSRC proposal team changed from having the IT company as a memberof its bid team to a subcontractor, WSRC management failed to obtainassistance from WSRC legal and procurement personnel. As a result, theselection process employed did not meet the requirements of the approvedpurchasing system.”IV. BACKGROUNDDuring 1994, Westinghouse Electric Corporation (WEC) was in the process ofassembling a team of contractors for the purpose of rebidding WSRC’s primecontract with DOE for managing and operating the Savannah River Site. Duringthis process, a decision was made to consider including a company that wouldbe responsible for providing IT services for SRS. WEC contacted certaincompanies to explore their interest in joining the rebid team as an IT supplier,and other companies with IT experience contacted WEC to express their interestin joining the team.WEC’s process for selecting a rebid partner responsible for IT started in the Fallof 1994 and continued through August 1995. During this time, WEB exploredoutsourcing information technology, and went through a selection processinvolving seven potential suppliers. The outcome of this process was that CSCwas selected as a member of WEC’s rebid team responsible for providing ITservices to SRS.In September 1995, WSRC submitted and briefed its rebid proposal, andidentified its team, which included three primary subcontractors and 16 otherspecialty subcontractors, including CSC. During November 1995 through March1996, SR requested additional information regarding the use of the 16 specialty3

Isubcontractors and the manner in which CSC had been selected. We were toldby an SR official that WSRC had represented to SR that the selection andevaluation process for CSC had been competitive and consistent with WECpractices for commercial procurements.On February 23, 1996, WSRC’s Executive Vice President wrote SR’sContracting Officer and requested approval to begin negotiations with CSC forthe outsourcing of IT at SRS. In the memorandum, this official stated that “CSCwas selected by WSRC following a six-month competitive solicitation involvingseven major U.S. industrial firms . . . .”On March 15, 1996, the Chairman of SR’s Source Evaluation Board (SEB) wroteto WSRC and informed them of the SEB’s decision that WSRC’s proposedsecondary subcontractors had not been accepted by the SEB as part of theprime contract Request For Proposal (RFP) process. The letter, in part, stated:“The RFP did not provide a methodology for acceptance of any secondarysubcontractors and, therefore, the Board has concluded that it cannot makeany decision at this time as to the acceptability of proposed specialty orprivatization subcontractors. However, any subcontract solicited on acompetitive basis . . . which: (1) is needed for mission accomplishment,(2) provides for fair and reasonable prices, and (3)is in the Government‘sbest interest, may be awarded consistent with WSRC’s amrovedpurchasing system. [Emphasis added.]”On April 9, 1996, SRs Contracting Officer authorized WSRC to proceed withdiscussions and negotiations with CSC toward a mutually agreeable subcontractfor IT services: While authorizing WSRC to proceed, however, S R s ContractingOfficer also specified that: (1) the final decision and subcontract must beapproved by DOE, and (2) “CSC is to receive no compensation whatsoever fortheir participation in subcontract negotiations, including any pre-negotiationsituation assessments for SRS.” SRs Contracting Officer told us that hisauthorization for WSRC to proceed with negotiations with CSC had relied onWSRC’s representations, both written and oral, regarding the competitiveprocess used by WSRC in selecting CSC.In April 1996, WSRC began negotiations with CSC, and CSC personnel came toSRS to conduct survey activities to better understand site IT operations andrequirements. In commencing negotiations, WSRC had CSC sign a letterstating, in part, that CSC was “to receive no compensation whatsoever for theirparticipation in subcontract negotiations, including any pre-negotiation situationassessments at SRS.” WSRC also contracted with Gartner Group ConsultingServices (Gartner) to assist in writing a scope of work for the subcontract, and toprovide a pricing analysis of CSC’s proposal. WSRC also constructed a Makeor-Buy analysis comparing the cost of performing the work in-house versus the4

cost of CSC performing the work. These activities extended into the Fall of1996.SR signed the new prime contract with WSRC on August 6, 1996. That samemonth CSC proposed its pricing for the subcontract; Gartner reviewed theseinitial prices and expressed “grave concerns” that CSC’s pricing would notachieve certain cost-savings goals. CSC revised its proposed pricing for thesubcontract in September 1996. Applying CSC’s pricing to a proposedstatement of work resulted in a five-year cost estimate for CSC totaling 265,398,753, which was included in WSRC’s Make-or-Buy analysis datedOctober 3, 1996. This was submitted to SR as part of the subcontract approvalpackage on October 7, 1996. SR staff reviewed WSRC’s Make-or-Buy analysisand had concerns which were discussed with WSRC in a meeting in earlyDecember 1996. SR staff stated that the process used by WSRC to constructthe Make-or-Buy analysis was flawed, and the results were invalid. SR staff alsohad concerns regarding the scope of work of the proposed CSC subcontract,and WSRC’s procurement process having met various requirements of DEAR970.7103. As a result of these concerns, on December 23, 1996, S R sContracting Officer wrote to the President of WSRC and disapproved WSRC’sproposed subcontract with CSC, citing the following reasons:“0 The basis for technical selection could not be adequatelydemonstrated.“0 The Make-or-Buy analysis did not identify any projected savings fromoutsourcing.“0 The reasonableness of the subcontract pricing could not be justified.“0 The subcontractbaseline scope of work excludes strategic taskspreviously approved by SR or projected for future implementation.Significant incremental costs would be incurred to accomplish thesetasks.”V. CONTRACTOR PURCHASING SYSTEM CRITERIABoth WSRC and SR officials stated that the requirements of DEAR 970.7103should be the basis for determining the propriety of the CSC procurementprocess. That regulation provides, in part, that a contractor’s procurementsystem should ensure the use of effective competitive techniques, adequatedocumentation, and fair and reasonable pricing.5

IDEAR 970.71Procurement rules for the Department’s management and operating (M& )contractors are found in DEAR Subpart 970.71, “Management and Open ngContractor Purchasing.” This provision of the DEAR has been incorporated inboth the previous and current contracts with WSRC for managing and operatingthe Savannah River Site. The applicable contract clause, “ContractorPurchasing System,” states, in part, that: “The contractor shall develop,implement, and maintain formal policies, practices, and procedures to be used inthe award of subcontracts consistent with . . . 48 CFR (EAR) [sic] 970.71.’IIn a November 26, 1996, letter to SR’s Chief Counsel, WSRC’s AssistantGeneral Counsel stated that: “WSRC’s purchasing system in place under itsprime contract, DE-AC09-89SR18035, was not used in the CSC selection andevaluation process.” However, WSRC’s Assistant General Counsel furtherwrote that: “The key legal questions regarding this subcontract relate to theissue whether the subcontract satisfies the requirements of 48 CFR 970.7103. . . .” The letter concluded: “We are satisfied that the subcontract meets therequirements of 48 CFR p’0.7103for contractor purchasing systems.”DEAR 970.7103 was revised effective June 2, 1995, while the procurementprocess leading to the selection of CSC was still ongoing. Prior to this date,. DEAR 970.7103 required procurements to be made in a manner as to conformwith the “Federal norm.” After being revised effective June 2, 1995, DEAR970.7103 no longer referred to a “Federal norm,” but required, in part, thefollowing:“The following shall apply to the purchasing systems of management andoperating contractors:*******“(b) The purchasing systems and methods used by management andoperating contractors shall be well-defined, consistently applied, and shallfollow purchasing practices appropriate for the requirement and dollarvalue of the purchase.*******”(d) Contractor purchasing systems shall identify and apply the best incommercial purchasing practices and procedures (although nothingprecludes the adoption of Federal procurement practices and procedures)to achieve system objectives. Where specific requirements do nototherwise apply, the contractor purchasing system shall provide forappropriate measures to ensure the:6

“(1) Acquisition of quality products and services at fair and reasonableprices;*********“(4) Use of effective competitive techniques;*****“(8) Maintenance of file documentation appropriate to the value of thepurchase and which is adequate to establish the propriety of thetransaction and the price paid.”In the “RESULTS OF REVIEW section of this report we discuss our basis forconcluding that WSRC’s selection of CSC as a proposed subcontractor failed tomeet these three key requirements of DEAR 970.7103.WSRC Amroved Procurement ProceduresWSRC’s contract clause, “Contractor Purchasing System,” states, in part, that:“The contractor shall develop, implement, and maintain formal policies,practices, and procedures to be used in the award of subcontracts consistentwith . . . 48 CFR (EAR) [sic] 970.71.”DEAR 970.71 requires, in part, the following:“The contracting procedures of the contractor’s organization, therefore, formthe basis for the development of a purchasing system and methods that willcomply with its contract with DOE and this subpart. [DEAR 970.7101]“In carrying out their overall responsibilities, HCAs [Heads of theContracting Activity] shall: (1) Require management and operatingcontractors to maintain written descriptions of their individual purchasingsystems and methods and further require that . . . the entire writtendescription be submitted to the contracting officer for review andacceptance . . . .” [DEAR 970.7102(b)(I)]Our review identified only one set of approved procurement procedures,WSRC’s “Procurement Manual 613,” which would have been applicable to theproposed CSC procurement. This manual contains the procurement policiesand procedures approved by SR for use under both WSRC’s previous andcurrent prime contracts with the Department. WSRC had submitted for approvalone other set of procurement procedures for a commercial procurement “pilot”program, however, procurement officials in both WSRC and SR informed us that7

these “pilot“ procedures were to be initially used for the purchase of materials,and would not be applicable to the CSC procurement.Although DEAR 970.71 encourages the Department‘s M&O contractors to“identify and apply the best in commercial purchasing practices and procedures”[DEAR 970.7103(d)], it also requires that these commercial practices andprocedures be documented and submitted to the contracting officer for reviewand acceptance [DEAR 970.7102(b)(1)].In a November 26, 1996, letter to the SR Chief Counsel, a WSRC AssistantGeneral Counsel stated that: “The selection and evaluation process [for CSC]was consistent with Westinghouse Electric Corporation (Westinghouse)practices for commercial procurements.” He also wrote that: “WSRC’spurchasing system in place under its prime contract, DE-AC09-89SR18035, wasnot used in the CSC selection and evaluation process. Rather, Westinghouseand WSRC used a system it believed to equate to best commercial practices fora best value procurement.”Although we requested them, WSRC did not provide us in the course of ourreview with a copy of WEC’s written corporate commercial procurementprocedures. We discussed WEC’s corporate procurement procedures withWSRC’s Manager of the Procurement & Materials Management Division. Thisindividual indicated that he did not have these procedures, nor did he havespecific knowledge of what they required.Even if WEC had documented its corporate commercial procurementprocedures, they had not been submitted for SR contracting officer review andacceptance, as required by DEAR 970.7102. The only applicable writtenprocurement procedures that had been approved by the contracting officer, werethe procedures in WSRC’s “Procurement Manual B13.”We note that because CSC was proposed as a subcontractor to WSRC, andbecause the WSRC purchasing system (as documented in “Procurement ManualB13”) was not used in the CSC selection and evaluation process, then theproposed CSC procurement technically did not conform with the requirements ofDEAR 970.71. In addition to not meeting this technical requirement of DEAR970.71, we discuss in the next section of this report WSRC’s failure to meet keysubstantive requirements for the contractor’s purchasing system found in DEAR970.7103.8

VI. RESULTS OF REVIEWWe reviewed WSRC’s selection of CSC as a proposed subcontractor foroutsourcing IT at the Savannah River Site. Our review found that: (1) WSRCdid not use effective competitive techniques regarding both the solicitation andevaluation of bids for this procurement; (2) failed to maintain adequate filedocumentation appropriate to the value of the proposed procurement; and(3) had not ensured that the pricing of the proposed subcontract was fair andreasonable.1. Effective Competitive TechniquesDEAR 970.71 requires that the contractor’s approved purchasing system ensurethe use of effective competitive techniques. Although the current revision issilent on the elements of effective competition, the previous version of DEAR970.71 discussed the competitive elements regarding solicitation and evaluationin some detail. Also, the concepts of these elements are in WSRC’s currentlyapproved procurement procedures, “Procurement Manual B13.” Our reviewfound that WSRC’s proposed procurement of CSC was deficient with regards tomeeting the “solicitation” and “evaluation” elements of effective competition.Accordingly, we concluded that the proposed CSC procurement did not meet therequirement of DEAR 970.7103 to ensure the use of effective competitivetechniques.SolicitationThe first element in ensuring effective competition, according to the earlierDEAR 970.7103, was to have the solicitation describe the requirements ascompletely as possible. Services should be purchased through the use ofspecifications, standards, or descriptions which clearly and accurately describethe services to be purchased. Also, according to the DEAR solicitationdocuments should be prepared which set forth the contract terms and conditions,and described the requirements clearly, accurately, and completely.We found that a specific solicitation document was not prepared for thisprocurement. WSRC informed SR that the “solicitation” given to prospectivebidders consisted of: (1) the RFP for the prime contract, and (2) an informationpackage describing the current scope and organization of IT operations at SRS.Neither of these documents had a scope of work pertaining to the IT work to beperformed under the proposed subcontract, nor informed the bidders what wouldbe required under this subcontract. The only reference to informationtechnology in the draft RFP for the prime contract was as one of 12 listedservices (“Information resources management, development, operation”) in theSite Services section of the scope of work.

We believe that one reason why a scope df work was not provided to the biddersfor the IT subcontract procurement was because the original purpose of thisprocurement was to find a rebid team partner who had IT expertise, and not toaccomplish specific work. In fact, WSRC initially did not have a clear idea ofwhat the appropriate scope of work should be, and was asking potential biddersto come forward with their own ideas on how to run IT operations at SRS.Due to the solicitation’s unspecific nature, and much of the procurement processbeing conducted through oral discussions, there is no evidence that the bidderswere treated consistently. In fact, our interviews of bidders disclosed that thebidders had different understandings of what they were being asked to bid on;some thought they were to be a rebid team member, and others knew they wereto be an IT subcontractor. The bidders also commented on the lack ofinformation provided by the “solicitation” on which to prepare a bid.With the “solicitation” being unspecific and without a scope of work, the bidders’proposals we reviewed in the procurement files were also very general in natureand unspecific. These proposals coutd be characterized as marketing materialregarding the general IT experience and capabilities of the bidding company(s).Very little of these proposals addressed specific IT work at SRS. Officialsinvolved in preparing their companies’ proposals had indicated in interviews thatbecause the solicitation had no scope of work or other specifics, and they hadnot been provided with adequate background information, they had been unableto submit a specific proposal for outsourcing IT at SRS.Our review disclosed that it was unclear which companies had actuallysubmitted proposals, or in what form those proposals were made. One companydid not have any written proposal documentation in the file. WSRC informed SRthat the company’s proposal had been limited to an oral presentation, but theywere included as a “supplier” and rated in the procurement evaluation process.Another company, on the other hand, had a “proposal” in the file, yet an officialof this company had told us that this company had only provided WSRC withinformation, had not submitted a proposal, and wou

outsourcing information technology (IT). Our investigative activity did not substantiate this allegation. However, in the course of investigating the allegation it came to the OIG's attention that WSRC's selection of CSC for this proposed subcontract had possibly involved significant deviations from procurement rules and regulations.

Related Documents:

architectural schematic design t0.01 title sheet a1.1 proposed site plan a2.1 proposed basement plan a2.2 proposed first floor plan a2.3 proposed second floor plan a4.1 proposed roof plan a5.1 proposed section a-a & b-b a5.2 proposed section 3 a6.1 proposed east & north elevations a6.2 proposed west & south elevations civil c-1.1 property .

sheet piling top of proposed bottom of 24' long pile proposed steel reference line bottom of tremie and steel sheet piling cut -off proposed treme top of proposed (6 block course) proposed 4" proposed 4" of topsoil 1" x 2' long dowel proposed 4" underdrain design manual: construction drawings

proposed tie back system. lake bottom. existing 5" concrete piles to be removed. 26.77' @ 1:15pm on 3/18/19. lake bottom (2) proposed 4x12 timber top caps. 34" galv. lag bolts . proposed manta ray anchor with threaded rod. proposed timber lagging. proposed hp8x36 soldier pile beam . proposed 3/4" shackle. proposed 3/4" threaded rod.

1 EOC Review Unit EOC Review Unit Table of Contents LEFT RIGHT Table of Contents 1 REVIEW Intro 2 REVIEW Intro 3 REVIEW Success Starters 4 REVIEW Success Starters 5 REVIEW Success Starters 6 REVIEW Outline 7 REVIEW Outline 8 REVIEW Outline 9 Step 3: Vocab 10 Step 4: Branch Breakdown 11 Step 6 Choice 12 Step 5: Checks and Balances 13 Step 8: Vocab 14 Step 7: Constitution 15

proposed change. 2. I see a bright future for myself if I make the proposed change. 3. I have the skills and/or resources to adapt to the proposed change. 4. I am likely to succeed when it comes to implementing the proposed change. 5. I am ready to publicly communicate my commitment to the proposed change. 6. I see how the proposed change .

III. Continuing Need for the Franchise Rule IV. Proposed Section 436.1: Definitions V. Proposed Section 436.2: Obligation to Furnish Documents VI. Proposed Sections 436.3-436.5: The Disclosure Document VII. Proposed Section 436.6: General Instructions VIII. Proposed Section 436.7: Updating Requirements IX. Proposed Section 436.8: Exemptions

the public–private partnership law review the real estate law review the real estate m&a and private equity review the renewable energy law review the restructuring review the securities litigation review the shareholder rights and activism review the shipping law review the sports law review the tax disputes and litigation review

Independent Peer Review Panel Report July 2009 . x Proposed test method uses and limitations Proposed recommended standardized protocols Proposed future studies . This report details the Panel's independent conclusions and recommendations. ICCVAM will consider this report and all relevant public comments as it develops final test .