03-001722BID Experior Assessments, Llc vs. Department Of Business And Professional Regulation
 Status: Closed
Recommended Order on Friday, August 22, 2003.


View Dockets  
Summary: Pet. failed to prove that Agency acted arbitrarily, capriciously, or unlawfully in choosing proposal of lowest cost proposer. Pet. was third-ranked, failed to show standing because failed to show first-ranked proposer unqualified and unresponsive.

1Case No. 03-1722BID

4STATE OF FLORIDA

7DIVISION OF ADMINISTRATIVE HEARINGS

11EXPERIOR ASSESSMENTS, LLC, ) ) ) ) ) ) ) ) ) ) ) ) ) ) ) ) ) )

32Petitioner, RECOMMENDED ORDER

35vs.

36DEPARTMENT OF BUSINESS AND

40PROFESSIONAL REGULATION,

42Respondent,

43and

44PROMISSOR, INC., and

47PSYCHOLOGICAL SERVICES, INC.,

50Intervenors.

51Pursuant to notice, this cause came on for formal proceeding

61and hearing before P. Michael Ruff, duly-designated

68Administrative Law Judge of the Division of Administrative

76Hearings. The hearing was conducted on June 9, 2003, in

86Tallahassee, Florida. The appearances were as follows:

93APPEARANCES

94For Petitioner: Wendy Russell Weiner, Esquire

100Mang Law Firm, P.A.

104660 East Jefferson Street

108Tallahassee, Florida 32301

111For Respondent: Joseph M. Helton, Jr., Esquire

118Michael J. Wheeler, Esquire

122Department of Business and

126Professional Regulation

128Northwood Centre

1301940 North Monroe Street, Suite 60

136Tallahassee, Florida 32399-2022

139For Intervenor: Paul R. Ezatoff, Esquire

145Promissor, Inc. Katz, Kutter, Alderman & Bryant, P.A.

153106 East College Avenue, Suite 1200

159Tallahassee, Florida 32301

162For Intervenor: Michael P. Donaldson, Esquire

168Psychological Carlton Fields Law Firm

173Services, Inc. 215 South Monroe Street, Suite 500

181Tallahassee, Florida 32301

184STATEMENT OF THE ISSUE

188The issues to be resolved in this proceeding are delineated

198with particularity in the Joint Pre-hearing Stipulation executed

206by all parties; however, the issues generally are as follows:

2161. Whether Experior has standing to

222challenge the RFP Process.

2262. Whether Promissor was a qualified or

233responsive proposer.

2353. Whether Experior's cost proposal was

241entitled to the maximum points if Promissor's

248proposal is determined to be unqualified or

255non-responsive.

2564. Whether the scoring of the proposals by

264Evaluator three was affected by his bias or

272was so aberrant as to be unsupportable or

280illogical or in violation of the RFP.

2875. Whether DBPR's award of MBE/WBE

293preference points to Experior and PSI was

300inappropriate and should be eliminated.

3056. Whether Experior suffered an unfair

311competitive disadvantage.

313PRELIMINARY STATEMENT

315This is a contract award protest filed by the Petitioner,

325Experior Assessments, LLC, (Experior). That entity challenges a

333proposed award of a contract for computer-based testing services

342to the Intervenor, Promissor, Inc. (Promissor) by the Department

351of Business and Profession Regulation (Department).

357Promissor and Psychological Services, Inc. (PSI) filed

364Motions to Intervene which were granted by the undersigned.

373Prior to the hearing, the Department filed a Motion to Dismiss

384and a Motion in Limine. Promissor also filed a Motion to Dismiss

396Experior's Petition for Formal Administrative Hearing or Motion

404to Strike Impertinent Allegations. Both sets of motions

412challenged standing by Experior to bring this action. The

421motions challenged the viability of many allegations raised in

430the formal protest. The motions were denied without prejudice to

440the issues represented by them being raised at trial.

449Immediately prior to the hearing, the parties submitted a

458Joint Prehearing Stipulation (Stipulation) and nine joint

465exhibits.

466The cause came on for hearing as noticed. Experior

475presented the testimony of two witnesses and submitted 11

484exhibits at the Final Hearing. Experior's Exhibit two was not

494identified or offered at hearing. Promissor offered the

502testimony of one witness and submitted 11 exhibits which were

512admitted into evidence. The Department did not call any

521witnesses or present any exhibits. The Intervenor, PSI,

529presented no witnesses and offered no exhibits. Upon conclusion

538of the proceedings, the parties requested a transcript thereof

547and availed themselves of the right to submit proposed

556recommended orders. Those proposed recommended orders have been

564timely filed and have been considered in the rendition of this

575Recommended Order. All citations are to Florida Statutes (2002)

584unless otherwise indicated.

587FINDINGS OF FACT

5901. The Department first decided to seek proposals for

599computer-based testing (CBT) services on March 29, 2002, when it

609issued RFP 01-02-001. General Condition Number Seventeen of that

618RFP stated that any material submitted in response to the Request

629for Proposal will become a public document pursuant to Section

639119.07, including any material which a responding proposer might

648consider confidential or a trade secret. Any claim of

657confidentiality was waived upon submission. Experior never

664protested that General Condition Number Seventeen in that first

673RFP. The cost proposals submitted by all proposers in response

683to that first RFP became public record after the Department

693posted the notice of intent to award the contract to Experior on

705September 17, 2002. Promissor and PSI filed notices of intent to

716protest and formal written protests. In response to those

725protests, however, the Department decided to reject all

733proposals. Experior then challenged the rejection of all

741proposals by filing a notice of intent to protest on

751October 24, 2002, but ultimately withdrew that protest on October

76131, 2002.

7632. Thereafter on January 13, 2003, the Department issued

772requests for proposal RFP 02-03-005 (the RFP), seeking proposals

781for the provision of computer-based testing services for several

790professions regulated by the Department. That is the RFP with

800which this case is concerned.

8053. Questions arose by potential vendors at a Pre-Proposal

814Conference, which was held on January 21, 2003. Representatives

823of the Department, Experior, Promissor, and PSI attended.

831Amendment One to the RFP grew out of that conference and was

843issued on February 3, 2003. This amendment contained the written

853questions and the Department's answers and the minutes of the

863Pre-Proposal Conference.

8654. The Department appointed certain employees to serve on

874the evaluation committee. The employees who were appointed were

883Karen Campbell-Everett; Steven Allen; Mollie Shepard; Alan

890Lewis; Milan Chepko (alternate) and Joe Muffoletto (alternate).

898Additionally, Department employee Valerie Highsmith was

904appointed to evaluate proposer references. Ultimately, alternate

911evaluator Joe Muffoletto replaced evaluator Steven Allen due to

920the death of Mr. Allen's father. Amendment One to the RFP then

932identified the evaluators and informed all proposers that the

941educational and professional background of each evaluator could

949be obtained by making a public records request.

9575. The protest filed by Experior alleges that evaluator Joe

967Muffoletto was not appropriately qualified. Experior did not

975file a challenge to the evaluators within 72 hours after they

986were identified in RFP Amendment One. Realistically this would

995have been difficult to do unless they already knew what the

1006objections to qualifications might be, since Amendment One, in

1015identifying the evaluators, informed the proposers that they

1023would need to make a public records request to obtain the

1034educational and professional background of each evaluator.

10416. In any event, preponderant evidence shows that Mr.

1050Muffoletto's experience is sufficient to constitute "experience

1057and knowledge in program areas and service requirements" for the

1067CBT contract within the meaning of Section 287.057(17)(a) (which

1076only requires that evaluators "collectively" have such

1083experience). Mr. Muffoletto has a bachelor's degree, with a

1092major in English and a minor in psychology. He holds a master of

1105science degree in education and master of arts degree in multi-

1116disciplinary studies and has completed the graduate level course

1125called "assessment of learning outcomes" at Florida State

1133University. Before working for DBPR, in 1996, he was a junior

1144high and high school English teacher for 30 years. He has worked

1156as a computer trainer for students taking the New York State

1167Regents Competency Exam. In 1996-1997 he was an OPS test editor

1178with DBPR and from 1997 to 1999 worked for the Florida Department

1190of Education as a coordinator of test development, where he

1200trained consultants on how to write test items, review test

1210items, and amend test content outlines and blue prints. While in

1221that position, he also wrote an RFP and developed a set of exams.

1234Since 1999 he has been a psychometrician with DBPR and currently

1245develops computed-based examinations for landscape architects and

1252auctioneers and regular examinations for electrical contractors.

12597. Promissor, Experior and PSI each submitted responses to

1268the second RFP. The technical proposals were distributed to

1277members of the evaluation committee for review sometime after a

1287standardization session for evaluators was conducted on

1294February 11, 2003. The members of the evaluation committee

1303separately conducted an analysis of each proposal and awarded

1312points based on their review. Each evaluator submitted his or

1322her completed technical evaluation guides or score sheets to Lyra

1332Erath, who then forwarded the score sheets to the lead evaluator,

1343Molly Shepard. The evaluation of the proposer references was

1352completed by Valerie Highsmith and her score sheets for such

1362evaluations were submitted to Bobby Paulk.

13688. On February 27, 2003, the Department opened the cost

1378proposals, which reflected the following prices proposed per

1386hour: Promissor: $9.00; Experior: $10.50; PSI: $11.35; and NCS

1395Pearson: $14.75. The score for each cost proposal was calculated

1405in accordance with a mathematical formula set out in the RFP.

1416Promissor proposed the lowest cost and thus received the maximum

1426cost score of 175 points. Experior received 150 points, PSI

1436138.77 points, and NCS Pearson 106.79 points. Upon concluding

1445the evaluation process established by the RFP, Promissor's

1453proposal was ranked first with 490.08 points out of a maximum

1464available 555 points. PSI was second place, being awarded

1473461.40; Experior was awarded 440.03 points and NCS Pearson,

1482305.16 points.

14849. The bid/proposal tabulation was posted by the Department

1493on March 12, 2003. Therein it indicated its intent to award the

1505contract for CBT Services to Promissor. On March 17, 2003,

1515Experior and PSI filed notices of intent to protest the intended

1526award to Promissor. Experior thereafter timely filed a formal

1535written protest, although PSI did not.

1541ISSUES TO BE RESOLVED

1545The Time Period for Contract Implementation

155110. Experior's protest alleges that the time period for

1560contract implementation was allegedly "too aggressive" (short).

1567The RFP however, repeatedly notified all proposers that they

1576would waive any protest of the terms and specifications of the

1587RFP unless they filed such protest within 72 hours of receiving

1598notice of the specifications, as provided in Section 120.57(3).

1607Similarly, RFP Amendment One informed the proposers that the RFP

1617was amended to include "changes and additions" and that failure

1627to file a protest within the time specified in Section 120.57(3)

1638would constitute a wavier of Chapter 120 proceedings.

164611. RFP Section V, states "A. DBPR estimates that the

1656contract for the RFP will be effective on or about March

166717, 2003, and the testing services begin May 19, 2003." The 30-

1679day periods the protest claims were "too aggressive" (i.e. too

1689short) were specifically disclosed in RFP Section X concerning

"1698scope of services." The time period of which Experior now

1708complains was apparent on the face of the RFP. Indeed, when

1719Experior's personnel first read the RFP, they had a concern that

1730the time period might give Promissor a competitive advantage. At

1740the Pre-Proposal Conference on January 21, 2003, Mark Caulfield

1749of Experior even expressed concern that the 60 days allowed for

1760implementation was a very aggressive schedule and asked the

1769Department to reconsider that time period. The concern over the

1779implementation schedule was documented in written questions which

1787DBPR answered in Amendment One, telling all proposers that the

1797implementation schedule was fair, in its view, and would not be

1808changed.

180912. Experior did not protest the RFP's implementation time

1818period within 72 hours of first reading the RFP and never filed a

1831protest to any term, condition or specification of RFP Amendment

1841One, including the Department's notice that it felt that the

1851implementation schedule was fair and that it would not be

1861amended. Thus, any challenge to the implementation schedule was

1870waived.

187113. Even had Experior not waived its challenge to the

1881implementation schedule, there is no persuasive evidence that the

1890schedule would give Promissor an unfair competitive advantage

1898over Experior and PSI. The DBPR tests are already finalized and

1909would simply have been transferred to a new vendor if a new

1921vendor had been awarded the CBT Services Contract. Experior

1930failed to adduce persuasive evidence to show that any proposer

1940was advantaged or disadvantaged by the implementation schedule

1948which applied to all proposers.

1953Evaluation of the MWBE Submittals

195814. RFP Section XIV.Q. encouraged minority and women-owned

1966businesses (MWBE) to provide work goods, or services associated

1975with services contemplated by the RFP. Proposers were to be

1985awarded additional points for committing to use MWBEs, based on

1995the percentage of the business under the contract the MWBE would

2006perform.

200715. Experior, Promissor and PSI each proposed to use MWBEs

2017to supply goods or services needed to perform the CBT contract.

2028Promissor indicated that it would use one MWBE for 30 percent of

2040the contract value. Resultingly, the Department awarded

2047Promissor 16.5 MWBE preference points (30 percent x 55 maximum

2057points).

205816. Experior presented no persuasive evidence showing how

2066the Department interpreted and applied the MWBE provisions of the

2076RFP or showing that the Department acted in excess of its

2087authority in determining the award of MWBE points, as described

2097in Amendment One. Experior offered no evidence concerning

2105whether the Department considered or applied the "two

2113subcontractor" limitation in RFP Section VI.5 ("no more than two

2124subcontractors may be used") when it evaluated the Experior and

2135PSI MWBE proposals, nor how it applied that limitation.

214417. Experior and PSI both indicated they would use three

2154MWBE vendors. Experior proposed to use JR Printers (Printing

2163Services); Colamco, Inc. (computer equipment for testing

2170centers); and Workplace Solutions, Inc. (furniture for testing

2178centers). (Furniture is a commodity, not a service.) PSI

2187proposed to use Victoria and Associates (staffing services);

2195Franklin's Printing (printing/mailing services); and National

2201Relocation Services, Inc. (furniture, computers, delivery and

2208installation [commodities, not services]). Based on the

2215proposals, the Department awarded Experior 7.15 points and

2223awarded PSI 17.48 points.

222718. Although Experior claims that it and PSI each exceeded

2237the two subcontractor limitation by proposing to use three MWBEs,

2247RFP Section XIV.Q. did not specifically require that proposed

2256MWBEs be subcontractors, but rather only required that MWBEs be

2266utilized by the primary vendor (contractor) to provide work,

2275goods or services. Thus a vendor of goods or a supplier of

2287services could qualify as an MWBE (and, implicitly, not

2296necessarily be a subcontractor). Experior did not prove that any

2306of the MWBEs proposed by PSI or Experior were actually

2316subcontractors on an ongoing basis. The parties stipulated that

2325the companies that each proposed to use were vendors. Moreover,

2335when questioned about the provisions of Section VI regarding sub-

2345contracting of services under the RFP, Jerome Andrews, chief of

2355purchasing and human resources, differentiated the purchase of

2363services from the purchase of commodities as being defined by

2373statute. (See Sections 287.012(4) and 287.012(7).)

237919. Experior did not explain or offer persuasive evidence

2388relating to its allegation that PSI's proposal for MWBE services

2398was misleading. Experior did not show that PSI's MWBE proposal

2408did not conform to the RFP requirements or, if there were a

2420defect, how many points, if any, should be subtracted from PSI's

2431total. Moreover, to the extent that Experior claims that the

2441proposal was defective because PSI's proposed suppliers would not

2450provide services over the course of the entire contract,

2459Experior's proposal suffers the same defect, as Experior's

2467proposal admits that "[c]omputer equipment and furniture services

2475will be performed during the implementation phase of the

2484contract." Thus, if PSI's MWBE point award had to be reduced, so

2496would Experior's. Experior fail to carry its burden to show any

2507error in the scoring of the PSI MWBE proposal. It did not

2519establish that these vendors were subcontractors and thus did not

2529establish that the relevant vendors were of a number to exceed

2540the subcontractor limitation in the RFP. It did not persuasively

2550establish that such would have been a material defect, if it had

2562been exceeded.

2564Completion of Evaluation Sheets

256820. Some of the RFP's evaluation criteria identified the

2577number of points available and state that such points would be

"2588awarded as a whole and not broken down by sub-sections." In

2599contrast, the remainder of the evaluation criteria simply stated

2608that a specific number of points was available for each specified

2619criterion. In each instance where the evaluation criteria stated

2628that points are "awarded as a whole and not broken down by

2640subsections," the corresponding section of the RFP was broken

2649down into two or more subsections. In each instance where the

2660evaluation criteria simply listed the number of points available,

2669the corresponding section of the RFP was not broken down into

2680subsections.

268121. Experior alleged that the evaluators did not properly

2690score Experior's proposal in instances where the evaluation sheet

2699indicated "points are to be awarded as a whole and not broken

2711down by subsections." Experior offered no proof regarding how

2720the Department interpreted that provision or the manner in which

2730the scoring was actually conducted, however. The score sheets

2739reflect that the evaluators actually did award points "as a

2749whole," not broken down by subsections, for those evaluation

2758criteria where that was required. The record does not support

2768any finding that the Department or its evaluators violated the

2778requirements of the RFP, Department policy or controlling law and

2788rules in this regard.

2792Issue of Bias on the Part of Evaluator Three

280122. Experior contends that Evaluator Three, Mr.

2808Muffoletto, was biased against Experior. The persuasive evidence

2816does not support that allegation. During his employment with the

2826Department, Mr. Muffoletto interacted with Experior on one

2834occasion regarding reciprocity of an out-of-state examination.

2841This experience left him with the impression that Experior was

"2851proprietary" because it was protective of the content of its

2861examinations. The evidence did not show he had any other

2871impressions, positive or negative, concerning Experior or

2878misgivings about Experior being selected in the first RFP.

288723. The mere fact that his total score for Experior was

2898lower than those awarded by other evaluators does not establish

2908bias or irrationality in scoring. The evidence shows that

2917Mr. Muffoletto scored the proposals in a rational manner. He

2927appeared to evaluate criteria comparatively and gave a proposer

2936more points if that proposer was more convincing than another on

2947a particular criteria or point of evaluation. He gave lower

2957scores when the proposer simply copied the text of the RFP and

2969then stated that the proposer would meet or exceed the criteria;

2980in accordance with instructions that evaluators could give lower

2989scores in such cases, so long as the scoring was consistent

3000between proposals. Mr. Muffoletto gave higher scores when the

3009proposers gave more individualized responses, provided more

3016thorough statistics and ways to interpret those statistics, gave

3025numerous specific examples and had a more attractive

3033presentation.

303424. Even if Mr. Muffoletto had been biased, it has not been

3046persuasively shown that such would have a material impact on the

3057outcome of the evaluation. If the scores of Evaluator Three were

3068completely eliminated for both PSI and Experior, which is not

3078justified, PSI's point total would be 459.12 and Experior's point

3088total would be 453.54. If Evaluator Three were deemed to give

3099Experior scores equivalent to the highest scores awarded to

3108Experior by any other evaluator, PSI's total would be 461.42 and

3119Experior's point total would be 458.87. Even if Evaluator Three

3129had given Experior the maximum points for each criterion, PSI's

3139point total would have been 461.42 and Experior's point total

3149would have 461.12.

3152Issue of Prior Knowledge of Experior's Prior Cost Proposal

316125. Experior contends that Promissor's knowledge of

3168Experior's cost proposal submitted in response to the first RFP

3178in 2002 gave Promissor an unfair competitive advantage. Experior

3187waived that challenge, however, when it withdrew its protest to

3197the rejection of all bids submitted in response to the first RFP.

3209Experior knew when it filed and withdrew its protest to the first

3221RFP decision that all cost proposals had become public record and

3232so it was incumbent on Experior to have challenged the issuance

3243of a second RFP, if it had a legal and factual basis to do so.

3258At the latest, Experior should have challenged the second RFP

3268specifications when issued (within 72 hours) as Experior had

3277already obtained the other proposers' cost proposals and so it

3287knew then that the prior cost proposals were available to all for

3299review.

330026. Even if Experior had not waived that challenge, the

3310evidence does not support a finding that Promissor gained any

3320competitive advantage. Although Experior attempted to show,

3327through the testimony of Mark Caulfield, that Promissor could not

3337perform the CBT Services Contract at a profit at the $9.00 per

3349hour price it proposed, Mr. Caulfield actually testified that it

3359would be possible for a company to perform the services for $9.00

3371per hour, and he did not know what Promissor's actual costs were.

3383Moreover, there is no persuasive evidence that Experior's prior

3392cost proposal played any role in Promissor's determination of its

3402bid for the second RFP or, if it did, that such consideration

3414would have violated any provision of the RFP, governing statutes

3424or rules or Department policies, under the prevailing

3432circumstances, if it had occurred.

3437Alleged Improper Scoring of Experior's Proposal with Respect to

3446Criterion VII.A.

344827. Experior alleged that Evaluator One should have awarded

345715 points instead 11 points for Experior's proposal format,

3466criterion VII.A., but Experior did not offer the testimony of

3476Evaluator One or any other evidence supporting that allegation.

3485Experior failed to carry its burden of showing that the award of

349711 points to Experior for criterion VII.A., was irrational or

3507violated the requirements of the RFP or controlling policies, law

3517or rules of the Department. Even if Evaluator One had awarded 15

3529points for that criterion, Experior admitted it would have no

3539material impact on the outcome of the procurement, given the more

3550than 21 point advantage PSI enjoyed over Experior.

3558Responsiveness and Qualification

356128. The preponderant evidence does not establish that

3569Experior was entitled to but did not receive the additional 21.38

3580points that it would have to earn to score higher than PSI and

3593move into second place. Experior did not establish error in the

3604evaluation or scoring of its proposal or PSI's proposal that

3614alone, or collectively, would be sufficient for Experior to

3623overtake PSI. As a result, Experior could only prove its

3633standing ahead of PSI by having the Promissor proposal

3642disqualified, which would move it to the first-ranked position

3651because of accession of the full 175 points for having what, in

3663that event, would be the lowest cost proposal.

367129. Experior's objection to the Promissor proposal is not

3680meritorious. Its protest alleges that "because Promissor will

3688[allegedly] subcontract for services representing more than 33

3696percent of contract value, Promissor is disqualified from

3704submitting its proposal and its proposal must be stricken from

3714consideration." Experior did not allege any error in the scoring

3724of Promissor's proposal and so Promissor's highest score cannot

3733be changed. Indeed, even if Experior were awarded the maximum

3743technical score of 325 points, Experior's score would be 482.15

3753points, still less than Promissor's score of 490.08 points.

3762Experior, as a practical matter, cannot earn enough points

3771because of the disparity in final cost proposal scores to

3781overtake Promissor, unless it can prove Promissor should be

3790disqualified.

379130. Experior's proof did not amount to preponderant,

3799persuasive evidence that the Department erred in determining that

3808Promissor's proposal was responsive and that Promissor was a

3817qualified proposer. The Department did an initial review of the

3827proposals to determine if they were responsive to all mandatory

3837requirements, and any proposer determined non-responsive would

3844have been excluded at that point. Promissor's proposal contained

3853all required information in the required format and was deemed

3863responsive. The preponderant evidence shows that the

3870Department's determination that Promissor was responsive and

3877qualified comported with the requirements of the RFP and

3886controlling policy, rules and law. Promissor expressly stated

3894that it would comply with the RFP's subcontracting guidelines

3903upon performing the contract wherein it stated "Promissor agrees

3912and commits to meet the requirement of the RFP." Promissor's

3922proposal stated its intent to subcontract less than 33 percent of

3933the contract value, and that was all that was required for the

3945proposal to be responsive. There is nothing in the Promissor

3955proposal that indicated that Promissor would not comply with the

3965subcontracting guidelines.

396731. Experior's entire challenge to the Promissor proposal

3975is based on the contention that Promissor intended to use a

3986subcontractor to provide call center services under the Florida

3995contract but did not say so in its proposal. The Promissor

4006proposal actually stated that Promissor would use its

"4014proprietary scheduling system" or "proprietary reservation

4020system" to service the Department's contract as it was currently

4030doing, not that it would use any particular call center. These

4041representations appear to be true, as Promissor's "scheduling

4049system" or "reservation system" (the proprietary software

4056Promissor uses to take reservations) that it said it would use

4067for the new Florida contract is the same system used under the

4079prior contact with the Department.

408432. Ordinarily, whether or not Promissor would actually

4092comply with the subcontractor guidelines could not be determined

4101until Promissor actually performs the contract. It is an issue

4111of contract compliance and not responsiveness or qualification.

4119Here the evidence shows that Promissor was in compliance with the

413033 percent maximum subcontracting requirement before the

4137originally scheduled contract implementation date. Since

4143Promissor wished to obtain the maximum points for minority

4152participation, Promissor decided to subcontract to the maximum

4160possible extent with an MWBE. In doing so, Promissor wanted to

4171assure that the use of Thompson Direct, Inc., for call center

4182services did not make it exceed the 33 percent subcontractor

4192standard. Thus, Promissor decided, before it submitted its

4200proposal, to perform the call center services from one of its

4211three regional centers and this decision was communicated

4219internally before Promissor prepared its proposal.

422533. Promissor initially intended to perform the call center

4234services from its regional offices in Atlanta, Georgia. In order

4244to implement that decision, senior executives of Promissor,

4252including its president, toured that office in early March,

4261before the Department posted its notice of intent to award to

4272Promissor. After the notice of award was posted on March 12,

42832003, Promissor promptly posted an employment advertisement on

4291its website seeking persons to act as call center representatives

4301to service the Florida contract from the Atlanta office. That

4311advertisement was posted on March 14, 2003, a day

4320before Experior filed its notice of intent to protest.

432934. In early to mid-April, the manager of the Georgia

4339regional office prepared a project plan that revealed that the

4349Georgia regional office might not be ready to perform call center

4360services by the May 20th contract implementation date. Promissor

4369then decided to use its Maryland regional office to perform the

4380call center services.

438335. Regardless of the location of the call center, the

4393scheduling system used by Promissor would be the same as under

4404the prior contract and the same as Promissor promised in its

4415proposal. The Scranton call center and the three regional

4424offices use the same proprietary scheduling system provided by

4433Promissor and run from servers located at Promissor's

4441headquarters in Bala Cynwyd, Pennsylvania. Even at the Scranton

4450call center that was previously used, Promissor trained all of

4460the employees, who handle calls only for Promissor, wrote the

4470scripts for their use and provided the proprietary scheduling

4479software.

448036. The Maryland call center was actually accepting all

4489calls for the Florida programs to be serviced pursuant to the RFP

4501by May 19th, before the May 20th contract implementation date.

4511Since the call center services were actually being provided by

4521Promissor's Maryland regional office before the contract

4528implementation date, Experior's claim that Promissor would

4535provide those services through a subcontractor is not supported

4544by preponderant evidence.

4547Allegations that Promissor Made Misrepresentations Regarding

4553Subcontractors

455437. In light of Promissor's actual provision of call center

4564services from its regional office before the contract

4572implementation date, Experior's contention that alleged

4578misrepresentations occurred in the Promissor proposal are

4585without merit. Even if Promissor had not actually performed,

4594however, Experior failed to prove that Promissor made any

4603misrepresentations or was unqualified.

460738. In support of its claim that Promissor was unqualified,

4617Experior introduced into evidence three proposals that Promissor

4625or ASI (a corporate predecessor to Promissor) had submitted to

4635agencies in other states in the past three years. Experior

4645argues that Promissor/ASI made misrepresentations in the other

4653proposals and, therefore, Promissor made misrepresentations in

4660the proposal at issue in this proceeding. Its basis for alleging

4671that Promissor made misrepresentations in the Florida proposal at

4680issue is its contention that Promissor/ASI made

4687misrepresentations in other proposals to other states.

469439. No evidence was offered that Promissor had made a

4704misrepresentation to the Department as to this RFP, however. In

4714light of Promissor's actual performance in accordance with its

4723proposal and the RFP requirements, the proposals from the other

4733states have little relevance. Experior did not prove that

4742Promissor made misrepresentations in the other proposals,

4749particularly when considering the timing of those proposals and

4758Promissor's corporate history.

476140. Promissor's corporate history must be considered in

4769evaluating the claim of misrepresentation to the other state

4778agencies in other states. In 1995, Assessment Systems, Inc., or

"4788ASI," was acquired by Harcourt Brace Publishers. In June of

47982001, ASI was sold with a number of other Harcourt companies,

4809including a company called Harcourt Learning Direct, to the

4818Thompson corporation. Harcourt Learning Direct was re-named

4825Thompson Education Direct. Soon after, the federal government

4833required, for anti-trust reasons, that Thompson divest itself of

4842ASI. Accordingly, ASI was acquired by Houghton Mifflin

4850Publishers in December 2001, and its name was later changed to

4861Promissor. Up until December 2001, the entity now known as

4871Promissor and the entity now known as Thompson Education Direct

4881were corporate affiliates under the same corporate umbrella.

4889The Kansas Proposal

489241. Experior's Exhibit five was ASI's Proposal for Agent

4901Licensing Examination Services for the Kansas Insurance

4908Department dated May 8, 2000. A letter that accompanied the

4918proposal stated that ASI would not engage a subcontractor for

4928examination development or administration services. Mark

4934Caulfield testified that he did not know whether or not what was

4946said in this letter was true on the date it was written. He

4959testified that he did not know if ASI was using any

4970subcontractors or any outside contractors for any purpose in May

4980of 2000. In fact, as of May 2000, ASI did not subcontract for

4993any call center services; at the time that the letter was

5004written, all of the representations in the letter were true.

501442. ASI was awarded the Kansas contract and Experior did

5024not protest. Experior did not offer any evidence related to the

5035requirements in the Kansas RFP and is not aware of any issues

5047between Kansas and Promissor regarding the contract. There is no

5057evidence that the Kansas request for proposals had any

5066subcontracting limitations in it.

507043. The proposal that ASI submitted to Kansas in May 2000

5081listed a phone number for ASI's call center. In preparation for

5092the hearing, witness Mark Caulfield called that phone number and

5102claimed that a person answered the phone "Promissor," and said

5112she was located in Scranton, Pennsylvania. Experior did not show

5122that the person that answered the phone was an employee of

5133Promissor. Whether or not the person who answered the phone in

5144that example was or was not an employee of Promissor and could or

5157could not bind Promissor with any statement as a party admission,

5168is beside the point that it has not been shown who would have

5181answered the phone in May 2000, or where they would have been

5193located, as to whether or not that person was the employee of

5205Promissor or its immediate corporate predecessor in interest or

5214whether that person was employed by some subcontractor. That is

5224immaterial, however, in the face of the fact that it has not been

5237proven that the Kansas request for proposals had any

5246subcontracting limitations in the first place and, therefore, no

5255misrepresentation in the Kansas situation has been proven on the

5265part of Promissor.

5268The Maine Proposal

527144. Experior's Exhibit seven is ASI's proposal to provide

5280real estate examination administration and related services for

5288the Maine Department of Professional Regulation and is dated

5297August 1, 2001. As of August 1, 2001, ASI did not subcontract

5309for call center services. On pages 2-10 of the Maine proposal,

5320there is a reference to ASI having an extensive network of

5331program-specific, toll-free telephone lines and program-dedicated

5337customer care representatives. This statement was shown to be

5346accurate and was an accurate statement when made on August 1,

53572001. The statement refers to the monitoring of the reservation

5367process done by ASI management. Experior admitted that it had no

5378reason to believe that in August of 2001, ASI did not have an

5391extensive network or program-specific toll-free telephone lines

5398and program-dedicated customer care representatives, and Experior

5405did not prove that to be currently untrue.

541345. Experior's Exhibit eight is Promissor's Real Estate

5421Candidate handbook regarding the Maine procurement dated April

54292003. As of April 2003, the statements made in the handbook were

5441accurate and correct. The handbook listed on page 11 a customer

5452care phone number of 877-543-5220. Experior provided no evidence

5461as to the location where that phone number rang in April of 2003.

5474Experior did not show persuasive evidence regarding the

5482requirements in the Maine RFP and there is no evidence that the

5494Maine RFP had any subcontracting limitations as are in question

5504in the instant case.

5508The Oklahoma Proposal

551146. Experior's Exhibit nine was Promissor's response to Bid

5520No. N031354 for License Testing Services for the Oklahoma

5529Insurance Department. It is dated December 18, 2002. Promissor

5538did not state in the proposal that it would not use

5549subcontractors. There is no need to reference subcontractors in

5558the Oklahoma proposal as the Oklahoma RFP did not contain

5568subcontracting limitations. Oklahoma has approved the manner in

5576which Promissor is performing under that contract and Experior

5585did not establish that the statements in Promissor's proposal

5594were false when made or now.

5600The Texas Proposal

560347. Experior's Exhibit twelve is Promissor's press release

5611titled "Texas Selects Promissor as Exclusive Provider for

5619Insurance License Testing," dated October 1, 2002, in which

5628Promissor referred to "the Promissor Call Center." Experior did

5637not establish that Texas was not served by a Promissor call

5648center or that Promissor was not performing in the manner its

5659Texas proposal promised. In fact, Texas has approved Promissor's

5668performance under the Texas contract.

567348. Even if the proposals Promissor offered had stated that

5683Promissor would provide call center services through a specified

5692entity (which they did not do), and then Promissor later

5702performed such services through another entity, such evidence

5710would be insufficient to prove that Promissor would not comply

5720with the Florida RFP's subcontracting guidelines, especially

5727given Promissor's actual performance in accordance with its

5735proposal.

573649. Experior did not establish with preponderant evidence a

"5745routine business practice" of Promissor to make misleading or

5754false promises in proposals to evade subcontracting guidelines.

5762There is no evidence in any of the four states concerning which

5774Experior provided evidence, that they had any subcontracting

5782limitation in their RFPs. The evidence showed that the

5791statements in each of these proposals were undoubtedly accurate

5800at the time they were made; to the extent that the provision of

5813call center services differs from what was promised (although the

5823evidence does not establish that), such difference is explained

5832by the changes in corporate structures that have occurred since

5842the proposals were submitted. Additionally, the evidence

5849established that Promissor has submitted between 70 and 120

5858proposals since the beginning of 2000 across the nation. The

5868documents relating only to other proposals to other states that

5878were not even proved to have requirements similar to Florida's

5888are insufficient to establish that Promissor had a "routine"

5897practice of making misleading promises about its call center

5906services. Accordingly, the Petitioner has not offered

5913preponderant, persuasive evidence that Promissor is unqualified

5920as a proposer.

5923CONCLUSIONS OF LAW

592650. The Division of Administrative Hearings has

5933jurisdiction of the subject matter of and the parties to this

5944proceeding. Section 120.569, 120.57(1) and 120.57(3).

5950Procurement of CBT services is governed by the provisions of

5960Section 287.

596251. Promissor and PSI, respectively, were the first- and

5971second-ranked proposers in the Department's evaluation

5977consideration in arriving at its initial decision on awarding of

5987the contract. Thus, both Promissor and PSI have standing to

5997intervene in this proceeding.

6001Scope of the Proceeding

600552. Experior, as the party challenging the Department's

6013award of the contract to Promissor, must bear the burden of

6024demonstrating by preponderant evidence that the award of the

6033contract to Promissor was contrary to the terms of the RFP,

6044Department policy and governing statutes and rules, to such an

6054extent as to be clearly erroneous, contrary to competition,

6063arbitrary or capricious. See Section 120.57(3)(f); Florida

6070Department of Transportation v. J.W.C., Inc., 396 So. 2d 778, 788

6081(Fla. 1st DCA 1981) (burden of proof is on the party asserting

6093affirmative of the issue).

609753. In resolving that issue, the administrative law judge

6106conducts a de novo evidentiary hearing to determine if the

6116agency's actions were "contrary to governing statutes, agency

6124rules or policies, or the bid or proposal specifications."

6133Section 120.57(3)(f). The First District Court of Appeal has

6142construed the term "de novo proceeding" as used in Section

6152120.57(3)(f) to "describe a form of intra-agency review. The

6161judge may receive evidence, as with any formal hearing under

6171Section 120.57(1), but the object of the proceeding is to

6181evaluate the action taken by the agency." State Contracting and

6191Engineering Corporation v. Department of Transportation, 709 So.

61992d 607, 609 (Fla. 1st DCA 1998).

620654. The ultimate issue in this bid protest is whether the

6217agency's proposed action is contrary to the governing statutes,

6226rules or polices or the bid or proposal specifications. In

6236soliciting and accepting proposals, the Department must obey its

6245statutes, rules and the requirements of the RFP. If it breaches

6256that duty, the action is subject to being reversed if its conduct

6268was "clearly erroneous, contrary to competition, arbitrary, or

6276capricious." Section 120.57(3)(f).

627955. Experior has the burden of proving by preponderant

6288evidence that the agency's conduct was contrary to the elements

6298of law that apply and/or the RFP specifications and that that

6309conduct violated the standards of Section 120.57(3)(f). See

6317Syslogic Technology Services, Inc. v. South Florida Water

6325Management District, DOAH Case No. 01-4385BID (Final Order

6333entered April 12, 2002), app. Dismissed, 819 So. 2d 771 (Fla. 2nd

6345DCA 2002).

6347Experior's Standing

634956. A losing bidder, in protesting a bid, must establish

6359that it has a substantial interest in the outcome of the protest.

6371Preston Carroll Co., v. Fla. Keys Aqueduct Authority , 400 So. 2d

6382524, 525 (Fla. 3d DCA 1981). A losing bidder must prove that,

6394but for the award to the winning bidder, the losing bidder would

6406have secured the contract. Id . See Brasfiled & Gorrie General

6417Contractors, Inc. v. Ajax Construction Company of Tallahassee,

6425627 so. 2d 1200, 1202-03 (Fla. 1st DCA 1993). Generally, the

6436third lowest bidder does not have standing to file a bid protest

6448unless it can prove that the second lowest bidder must also be

6460disqualified. Metcalf & Eddy, Inc. v. Florida Department of

6469Transportation, DOAH Case No. 00-0494BID, 2001 WL 872084 (July

647830, 2001); See Preston Carroll Co. v. Florida Keys Aqueduct

6488Authority, supra . ("Preston Carroll, as third low bidder, was

6499unable to demonstrate that it was substantially affected; it

6508therefore lacked standing to protest the award of the contract to

6519another bidder").

652257. Experior, as third-ranked proposer, would have standing

6530only if it proved that there were errors in the evaluation and

6542scoring process by which it would have overtaken the second- and

6553first-ranked proposers. It contends that it should overtake both

6562Promissor and PSI and receive the highest score by disqualifying

6572Promissor and, therefore, earning the highest score for what, in

6582that event, would be Experior's lowest cost proposal. It would

6592thus establish its standing and first place ranking in one

6602motion, so to speak. Experior did not meet that burden.

661258. Experior would have standing to challenge the highest-

6621ranked proposer (and earn first rank status) if it could show

6632that it should have received a higher score than the second-

6643ranked proposer (PSI with 461.40 points) or that the second-

6653ranked proposer should be disqualified. Experior alleged that it

6662would be higher ranked than PSI only if it received additional

6673cost proposal points based on Promissor first being disqualified

6682(at which point Experior would have the lowest cost proposal

6692remaining and the highest number of points). Because Experior

6701did not prove that there were errors in the evaluation and

6712scoring process sufficient to move Experior into at least the

6722second place position, and failed to prove its basis for

6732disqualifying Promissor and thus earning first place status, it

6741failed to prove its standing to challenge the award to Promissor.

6752Specification Protest Issue

675559. In accordance with Section 120.57(3)(b), an entity that

6764fails to timely protest a specification in an RFP waives its

6775right to administrative proceedings under Section 120. The

6783purpose of this provision is to ensure that all questions about

6794RFP specifications are resolved before the agency and the

6803prospective respondents incur the time and expense of preparing a

6813proposal. The Court stated in Advocacy Center For Persons With

6823Disabilities v. Department of Children and Family Services, 721

6832So. 2d 753, 755 (Fla. 1st DCA 1998), "[t]he purpose of the bid

6845solicitation protest provision is to allow an agency, in order to

6856save expense to the bidders and to assure fair competition among

6867them, to correct or clarify plans and specifications prior to

6877accepting bids." (quoting Capeletti Brothers, Inc. v. Department

6885of Transportation, 499 So. 2d 855, 857 (Fla. 1st DCA 1986).

689660. Consistent with statutory requirements, the agency

6903repeatedly notified all proposers that protests of RFP terms and

6913conditions would be waived unless filed within 72 hours. The

6923parties stipulated that the so-called "aggressive time frame," of

6932which Experior complains, was set forth in the RFP and that

6943Experior was concerned about it when it first read the RFP.

6954Experior voiced its concern about that schedule at the Pre-

6964Proposal Conference, and DBPR refused, in Amendment One to the

6974RFP, to alter that schedule and also notified the proposers of

6985the need to protest items in Amendment One within 72 hours.

6996Having failed to timely protest the time period at issue, that

7007was set forth in the RFP, Experior waived its right to challenge

7019or object to terms and specifications of the RFP. See Optiplan,

7030Inc. v. School Board of Broward County , 1995 WL 1053236 (Fla.

7041DOAH 1995) (adopted in toto 1996), affirmed in part and reversed

7052in part, 710 So. 2d 569 (Fla. 4th DCA 1998) (affirming on the

7065issue of waiver).

706861. Experior also waived its challenge or objection to each

7078proposer's knowledge of the other proposers' prior cost

7086proposals. First, Experior admitted that the first RFP expressly

7095provided that all submissions would become public records, but it

7105did not challenge that term of that RFP. Thus, Experior knew

7116when the proposals submitted in response to the first RFP were

7127rejected that they would be available for review by the other

7138proposers (and, in fact, Experior, Promissor, and PSI each

7147obtained each other's prior cost proposals). Secondly, although

7155Experior filed a protest of the rejection of all proposals at

7166which it could have asserted this issue, it later dismissed that

7177protest. Finally, Experior knew when it received the second RFP

7187that the prior cost proposals were available for review, but it

7198still did not file a protest. Experior had more than one

7209opportunity to protest regarding this issue and failed to do so

7220and has thus waived it, based upon the authority cited above.

723162. In point of fact, apparently Experior has candidly

7240abandoned this element of its protest in its Proposed Recommended

7250Order.

7251Promissor's Qualification

725363. Experior has contented that Promissor is unqualified.

7261Although not defined by statute, rule or the RFP, it would seem

7273that the term "qualified proposer" means essentially "responsible

7281vendor," which Section 287.012(24), defines as a "vendor who has

7291the capability in all respects to fully perform the contract

7301requirements and the integrity and reliability that will assure

7310good faith performance."

731364. Experior did not establish by preponderant, persuasive

7321evidence that Promissor is not a qualified or responsible vendor.

7331The allegation in the Petition that Promissor did not meet the

7342requirement for no more than 33 percent subcontractor work at the

7353time it submitted its proposal does not directly

7361relate to whether Promissor is actually qualified or a

7370responsible vendor.

737265. Promissor's proposal did not reference Thompson Direct

7380as a subcontractor and it indicated that Promissor would adhere

7390to the 33 percent subcontractor requirement. Promissor

7397demonstrated at hearing that its statements in the proposal were

7407true. The preponderant evidence showed that at the time

7416Promissor submitted its proposal, it was aware of the

7425subcontracting guidelines, decided it would not use Thompson

7433Direct Corporation for call center services and had already

7442determined that it would provide call center services in-house if

7452it was awarded the contract. Upon award of the contract, the

7463evidence shows that Promissor commenced establishment of an in-

7472house call center, hiring personnel and renting a facility and,

7482in fact, Promissor was providing call center services from its

7492own Maryland regional center before the date the contract was

7502originally scheduled to commence.

750666. In an attempt to demonstrate that Promissor was not a

7517qualified proposer, Experior relied upon three other proposals

7525Promissor or its predecessors submitted to three other states.

7534ASI's year 2000 proposal to Kansas for Agent Licensing

7543Examination Services; ASI's year 2001 proposal to Maine to

7552provide Real Estate Examination Administration and Related

7559Services; and Promissor's year 2002 response to Oklahoma Bid No.

7569N031354 for Licensing Testing Services (the other proposals).

7577Nothing in those proposals was proved to be a misrepresentation,

7587however, and they are irrelevant inasmuch as Promissor was in

7597actual compliance with the Florida RFP and its proposal before

7607the contract implementation date. Promissor was actually

7614providing call center services for those programs from its

7623Maryland regional office by May 20, 2003.

763067. Promissor never represented in the other proposals that

7639it would not use Thompson Direct for call center services, and

7650none of the RFPs in those instances had a limitation on the use

7663of subcontractors. In fact, at the time the earliest of the two

7675proposals was submitted, Thompson Direct was a corporate

7683affiliate of Promissor's predecessor company, ASI, and so no

7692subcontracting relationship would have existed. In any event,

7700Promissor's past conduct is not established to be probative of

7710Promissor's future conduct. Under Section 90.404(2)(a), similar

7717fact evidence is only admissible when relevant to prove a

7727material fact in issue, "but it is inadmissible when the evidence

7738is relevant solely to prove bad character or propensity." In

7748essence, Experior is maintaining that because Promissor allegedly

7756conducted its business in a certain manner on three other

7766occasions, it has a propensity to conduct its business in the

7777same manner with regard to the contract at issue (and, therefore,

7788is not responsible and capable of complying with the

7797subcontractor requirement in the RFP). Similar fact evidence,

7805however, as a matter of law, cannot be used to prove propensity.

781768. Additionally, the other proposals are not relevant to

7826prove a material fact in issue because they are not similar

7837enough to the proposals and RFP currently at issue to be

7848relevant. See Metropolitan Dade County v. Zapata , 601 So. 2d

7858239, 243 (Fla. 3d DCA 1992). Concerning the contention that the

7869evidence as to the other proposals in the other state show a

"7881routine practice" of Promissor in the manner in which it handled

7892client calls, those examples of corporate conduct are not

7901sufficient to establish existence of a corporate "routine."

7909Under Section 90.406, Florida Statutes, "[e]vidence of the

7917routine practice of an organization . . . is admissible to prove

7929that the conduct of the organization on a particular occasion was

7940in conformity with the routine practice." However, in the

7949instant situation evidence of "corporate routine" of misconduct

7957(misrepresenting excessive use of subcontractors) by evidence

7964that relating to the RFP at issue is not established such alleged

7976misconduct may have occurred on three prior occasions in states

7986over a three year period, especially since Promissor submitted

7995approximately 100 proposals during that period, and no

8003misrepresentation was alleged as to these other proposals. It

8012was not persuasively established that the RFPs in the exemplar

8022stated contained a prohibition or restriction on subcontracting

8030client call services in any event.

803669. Further, to the extent that Experior is suggesting that

8046Promissor's proposal was not responsive, that challenge must

8054fail. "Responsive bid," "responsive proposal," is defined as a

8063bid or proposal submitted by a responsive and responsible vendor

8073that conforms in all material respects to the solicitation. See

8083Section 287.012(25). "Responsive vendor" is a vendor that

8091submits a bid, proposal or reply that conforms in all material

8102respects to a solicitation. Section 287.012(26).

"8108'[R]esponsive refers only to matters of form. A responsive bid

8118means that a bid is submitted on the correct forms, and contains

8130all required information, signatures, and notarizations."

8136Intercontinental Properties, Inc. v. Department of Health and

8144Rehabilitative Services, 606 So. 2d 381 (Fla. 3d DCA 1992). The

8155persuasive evidence showed that Promissor's proposal conformed to

8163this standard and it was not demonstrated that the proposal

8173failed to conform to the RFP. Experior alleged that Promissor

8183agreed to subcontract with an MWBE for 30 percent of the contract

8195value, which is within the 33 percent subcontractor guideline

8204established by the RFP. No other provision in Promissor's

8213proposal indicated that Promissor would use subcontractors.

8220While Experior alleged "on information and belief" that Promissor

"8229will subcontract for services representing more than 33 percent

8238of the total contract value," there is no preponderant,

8247persuasive evidence to support such a finding.

825470. Experior's protest to Promissor's qualifications in

8261this regard raises an issue of contract compliance and not of

8272qualifications or responsiveness. Because the RFP only required

8280that a proposer indicate its intent to comply with applicable

8290requirements at the time of contract performance, a proposal

8299would be responsive even if the proposer was not in compliance

8310when it submitted its proposal. See State Contracting and

8319Engineering Corporation v. Department of Transportation , 709 So.

83272d 607 (Fla. 1st DCA 1978).

8333Competitive Disadvantage Issue

833671. Experior maintains that it was competitively

8343disadvantaged because the proposers had knowledge of each others'

8352cost proposal submissions for the first RFP, in 2002, which was

8363withdrawn by the Department after Promissor and PSI filed formal

8373protests to the award of the contract to Experior. All proposers

8384knew of each others' prior cost proposals and had the opportunity

8395to use that knowledge in determining their cost proposals for

8405this second RFP. Similarly, all proposers were required to meet

8415the same implementation schedule. Experior also alleges that the

8424RFP's 60-day implementation schedule favored Promissor. As

8431discussed above, however, Experior waived both of these

8439challenges by failing to file protests within the time permitted

8449by statute and the RFP.

845472. Moreover, competitive advantage or disadvantage may

8461occur when one or more proposers are treated differently than the

8472other proposers. Competitive advantage or disadvantage is not

8480present when all proposers must follow the same guidelines, meet

8490the same requirements, go through the same evaluation process or

8500possess the same knowledge prior to preparing their proposals.

8509See Correctional Services v. Department of Juvenile Justice, DOAH

8518Case Nos. 02-2966BID/02-2967BID, 2002 WL 31431391 (October 29,

85262002) (adopted in toto 2002).

8531Award of MBE/WBE Preference Points Issue

853773. Experior's protest contends that both it and PSI listed

8547three MWBE subcontractors, allegedly in violation of the RFP's

8556two subcontractor limitation. Experior proposed as a remedy

8564elimination of both its and PSI's MWBE preference points.

857374. Experior did not prove that either it or PSI proposed

8584use of three MWBE subcontractors. The parties stipulated that

8593Experior and PSI proposed the use of MWBE vendors, and the

8604evidence supports that stipulation. Experior and PSI each

8612proposed the use of at least one furniture vendor, which could

8623not reasonably be considered a subcontractor, but rather a

8632purveyor or vendor of a commodity. Thus, Experior did not prove

8643that it or PSI violated the RFP's two subcontractor limitation.

865375. In referring to the subcontractor limitation, the RFP

8662references it in conjunction with the provision of services by

8672subcontractor. Section 287.012(4) defines "commodity" and

8678Section 287.012(7) defines "contractual service." It is clear

8686that the provision of office furniture and equipment is a

8696provision of commodities. Thus, vendors providing such

8703commodities or goods can be MBE or WBE vendors without being

8714service contractors. See Section XIV, Q of the RFP.

8723Specifically, subparagraph four clearly allows for work, goods or

8732services to be provided by MBE/WBE providers.

873976. Thus Experior and PSI have identified vendors from whom

8749office furniture and equipment will be obtained. While the

8758purchase of office furniture and equipment is participation in

8767the overall contract, the above statutory authority shows that

8776furniture and equipment are not services provided under the

8785contract but rather commodities. Moreover, it was not shown that

8795the purveyors of these commodities, Work Place Solutions, Inc.,

8804and National Relocation Services, Inc., are or would be service

8814subcontractors. The Department's interpretation of these

8820provisions of the RFP is both consistent with the goal of

8831encouraging minority- and woman-owned business participation and

8838is consistent with the definitions of "commodity" and

"8846contractual services" contained in Section 287.012. Therefore,

8853the Department did not contravene any statute, rule or provision

8863of Section VI of the RFP and allowing the use of three vendors by

8877Experior and PSI in their MBE/WBE participation plans is not

8887clearly erroneous.

8889Issue Concerning Misconduct or Scoring Errors

889577. The standard for reviewing scoring of an evaluation

8904committee in bid protest proceedings is set forth in Scientific

8914Games, Inc. v. Dittler Brothers, Inc., 586 So. 2d 1128 (Fla. 1st

8926DCA 1991), as follows:

8930The hearing officer need not, in effect,

8937second guess the members of the evaluation

8944committee to determine whether he and/or

8950other reasonable and well-informed persons

8955might have reached a contrary result.

8961Rather, a 'public body has wide discretion'

8968in the bidding process and 'its decision,

8975when based on an honest exercise' of that

8983discretion, should not be overturned 'even if

8990it may appear erroneous and even if

8997reasonable persons may disagree.' Department

9002of Transportation v. Groves-Watkins

9006Constructors , 530 So. 2d 912, 913 (Fla. 1988)

9014(quoting Liberty County v. Baxter's Asphalt &

9021Concrete, Inc., 421 So. 2d 505 (Fla. 1982)

9029(emphasis in original. '[T]he hearing

9034officer's sole responsibility is to ascertain

9040whether the agency acted fraudulently,

9045arbitrarily, illegally, or dishonestly.'

9049Groves-Watkins, 530 So. 2d at 914.

9055Id. at 1131. There was no evidence showing that Mr. Muffoletto

9066was biased and prejudiced against Experior or that he entered the

9077evaluation process with an opinion about Experior that made him

9087unable to fairly evaluate Experior's technical proposal or that

9096of any other proposer.

910078. Experior did not establish by preponderant, persuasive

9108evidence that Mr. Muffoletto gave any score to Experior or any

9119other proposal that was not based on a fair and honest judgment

9131as to how well the proposal met with the RFP's evaluation

9142criteria. Mr. Muffoletto was shown to have relied on his

9152experience and knowledge regarding matters addressed in the RFP

9161and the proposals in deciding what scores to award. If

9171evaluation committee members are required to be experienced and

9180knowledgeable, they must be allowed to rely on that experience

9190and knowledge in evaluating proposals. See Old Tampa Bay

9199Enterprises v. Department of Transportation , DOAH Case No. 98-

92085225BID, 1999 WL 1486402 (May 27, 1999).

921579. Since it has not been demonstrated by preponderant,

9224persuasive evidence that Mr. Muffoletto discharged his duties in

9233an unfair, dishonest, irrational, or unreasonable manner, his

9241scoring of the Experior proposal should not be disturbed. See,

9251e.g. , Morall and Carey v. Department of Revenue, 1995 WL 1053186

9262(August 31, 1995) where it was held that the inevitable pre-

9273existing relationship between knowledgeable evaluators and

9279incumbent providers does not transform an honest exercise of a

9289evaluator's discretion into arbitrary, fraudulent, dishonest, or

9296illegal exercise of agency discretion.

930180. The evaluators' scoring in instances where the

9309evaluation sheet indicated that "points are to be awarded as a

9320whole and not broken down by subsections" was in accordance with

9331the requirements of the RFP. Although Experior contends that

9340criteria stating, for example, "5 points are available. They are

9350awarded as a whole and are not broken down by subsection" to mean

9363that the evaluators could award either 0 points or 5 points but

9375could not award 1, 2, 3, or 4 points, a plain reading shows that

9389the phrase "they are awarded as a whole and are not broken down

9402by subsections" has a different meaning. The evaluation sheet

9411references specific sections of the RFP. All of the RFP sections

9422for which points were to be awarded as a whole and not be broken

9436down by subsections were comprised of several subsections (for

9445example, Section X.B.5. has subsections a through f). The

9454instruction that "points are not broken down by subsections"

9463merely means that the total points for the section as a whole

9475could not be apportioned by subsection; evaluators could not take

9485the number of subsections, divide it by the total points

9495available for that section, and then award points for each

9505subsection. Instead, the evaluators were directed to view the

9514proposer's response to the section as a whole and award points

9525based on the overall response. Even if that interpretation were

9535within the range of permissible interpretations, Experior did not

9544prove that it was treated differently than other proposers or

9554that revision of the scores would have resulted in any net gain

9566for Experior.

956881. In summary, Experior has not carried its burden of

9578proof on any of the issues raised in its protest. The

9589preponderant, persuasive evidence of record does not support

9597finding or conclusions that the Department's evaluation of this

9606RFP was contrary to the governing statutes, rules or

9615specifications of the RFP itself. The preponderant, persuasive

9623evidence does not indicate that Experior's score should be higher

9633than that of PSI, nor higher than that of Promissor. Experior

9644has not established that it should receive the award of the

9655contract or that it has standing to bring the protest in light of

9668the above findings and conclusions. Accordingly, there is no

9677basis to conclude that the Department's actions are clearly

9686erroneous, contrary to competition, arbitrary, or capricious.

9693RECOMMENDATION

9694Having considered the foregoing Findings of Fact,

9701Conclusions of Law, the evidence of record, the candor and

9711demeanor of the witnesses and the pleadings and arguments of the

9722parties, it is, therefore,

9726RECOMMENDED that a final order be entered by the Department

9736of Business and Professional Regulation denying the Petition and

9745approving the intended award of the contract to Promissor, Inc.

9755DONE AND ENTERED this 22nd day of August, 2003, in

9765Tallahassee, Leon County, Florida.

9769S

9770___________________________________

9771P. MICHAEL RUFF

9774Administrative Law Judge

9777Division of Administrative Hearings

9781The DeSoto Building

97841230 Apalachee Parkway

9787Tallahassee, Florida 32399-3060

9790(850) 488-9675 SUNCOM 278-9675

9794Fax Filing (850) 921-6847

9798www.doah.state.fl.us

9799Filed with Clerk of the

9804Division of Administrative Hearings

9808this 22nd day of August, 2003.

9814COPIES FURNISHED :

9817Wendy Russell Weiner, Esquire

9821Mang Law Firm, P.A.

9825660 East Jefferson Street

9829Tallahassee, Florida 32301

9832Joseph M. Helton, Jr., Esquire

9837Michael J. Wheeler, Esquire

9841Department of Business and

9845Professional Regulation

98471940 North Monroe Street

9851Tallahassee, Florida 32399-2022

9854Paul R. Ezatoff, Esquire

9858Katz, Kutter, Alderman & Bryant, P.A.

9864106 East College Avenue, Suite 1200

9870Tallahassee, Florida 32301

9873Michael P. Donaldson, Esquire

9877Carlton Fields Law Firm

9881215 South Monroe Street, Suite 500

9887Tallahassee, Florida 32301

9890Hardy L. Roberts, III, General Counsel

9896Department of Business and

9900Professional Regulation

99021940 North Monroe Street

9906Tallahassee, Florida 32399-2202

9909NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

9915All parties have the right to submit written exceptions within

992510 days from the date of this Recommended Order. Any exceptions

9936to this Recommended Order should be filed with the agency that

9947will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 09/09/2003
Proceedings: Final Order filed.
PDF:
Date: 09/04/2003
Proceedings: Agency Final Order
PDF:
Date: 08/22/2003
Proceedings: Recommended Order
PDF:
Date: 08/22/2003
Proceedings: Recommended Order (hearing held June 9, 2003). CASE CLOSED.
PDF:
Date: 08/22/2003
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 07/07/2003
Proceedings: (Proposed) Recommended Order (filed by M. Donaldson via facsimile).
PDF:
Date: 07/07/2003
Proceedings: Notice of Filing Recommended Order (filed by M. Donaldson via facsimile).
PDF:
Date: 07/07/2003
Proceedings: Promissor`s Proposed Recommended Order filed.
PDF:
Date: 07/07/2003
Proceedings: Proposed Recommended Order filed by Petitioner.
PDF:
Date: 07/07/2003
Proceedings: Department of Business and Professional Regulation`s Proposed Recommended Order filed.
PDF:
Date: 06/30/2003
Proceedings: Promissor`s Notice of Filing Acknowledgments and Errata Sheets filed.
Date: 06/25/2003
Proceedings: Transcript (2 Volumes) filed.
PDF:
Date: 06/25/2003
Proceedings: Notice of Filing Transcript.
PDF:
Date: 06/06/2003
Proceedings: Notice of Service of Verification Forms for Experior`s Supplemental Response to promissor`s First and Second Interrogatories to Experior Assessments, LLC (filed via facsimile).
PDF:
Date: 06/05/2003
Proceedings: Experior Assessments, LLC`s Corrected and Supplemental Response to Intervenor, Promissor, Inc`s First Request for Production (filed via facsimile).
PDF:
Date: 06/05/2003
Proceedings: Notice of Service of Experior`s Unverified Supplemental Response to Promissor`s First and Second Interrogatories to Experior Assessments, LLC (filed via facsimile).
PDF:
Date: 06/05/2003
Proceedings: Order issued. (the motions to dismiss filed by the Respondent and Intervenor, Promissor, Inc., as well as the Respondent`s motion in limine and the Intervenor`s motion to strike be and the same are hereby denied; the motion to quash notices of taking depositions and motion for protective order filed by Promissor, Inc., is hereby denied; the motion for leave to intervene filed by PSI be and the same is hereby granted)
PDF:
Date: 06/04/2003
Proceedings: Notice of Service of Experior`s Verification of Experior`s Response to Promissor`s Second and Third Interrogatories to Experior Assessments, LLC filed.
PDF:
Date: 06/03/2003
Proceedings: Notice of Taking Deposition of Joseph C. Muffoletto filed.
PDF:
Date: 06/03/2003
Proceedings: Experior Assessments, LLC`s Response to Intervenor, Promissor, Inc`s First Request for Admissions filed.
PDF:
Date: 06/03/2003
Proceedings: Experior Assessments, LLC`s Response to Intervenor, Promissor, Inc`s Second Request for Production filed.
PDF:
Date: 06/03/2003
Proceedings: Notice of Service of Experior`s Unverified Response to Promissor`s Second and Third Interrogatories to Experior Assessments. LLC filed.
PDF:
Date: 06/02/2003
Proceedings: Notice of Service of Experior`s Response to Promissor`s First Interrogatories to Experior Assessments, LLC filed.
PDF:
Date: 06/02/2003
Proceedings: Experior Assessments, LLC`s Response to Intervenor, Promissor, Inc`s First Request for Production filed.
PDF:
Date: 06/02/2003
Proceedings: Corrected Notice of Taking Deposition of Bobby Paulk and Jerome Andrews filed.
PDF:
Date: 06/02/2003
Proceedings: Notice of Taking Deposition of Bobby Paulk and Jerome Andrews filed.
PDF:
Date: 05/29/2003
Proceedings: Promissor`s First Request for Admissions to Petitioner filed.
PDF:
Date: 05/29/2003
Proceedings: Certificate of Service of Promissor`s Third Interrogatories to Experior Assessments, LLC filed.
PDF:
Date: 05/29/2003
Proceedings: Certificate of Service of Promissor`s Second Interrogatories to Experior Assessments, LLC filed.
PDF:
Date: 05/29/2003
Proceedings: Promissor`s Second Request for Production to Experior Assessments, LLC filed.
PDF:
Date: 05/28/2003
Proceedings: Promissor`s First Interrogatories to Experior Assessments, LLC (filed via facsimile).
PDF:
Date: 05/28/2003
Proceedings: Certificate of Service of Promissor`s First Interrogatories to Experior Assessments, LLC (filed via facsimile).
PDF:
Date: 05/28/2003
Proceedings: Promissor`s First Request for Production to Experior Assessments, LLC (filed via facsimile).
PDF:
Date: 05/28/2003
Proceedings: Response of Petitioner to Intervenor`s Motion to Quash Notices of Taking Deposition and Motion for Protective Order filed.
PDF:
Date: 05/28/2003
Proceedings: Response of Petitioner to Respondent`s and Intervenor`s Motions to Dismiss and Incorporated Memorandum of Law filed.
PDF:
Date: 05/28/2003
Proceedings: Response to Motion to Intervene of Psychological Services, Inc. filed by Petitioner.
PDF:
Date: 05/27/2003
Proceedings: Promissor`s Motion to Quash Notice of Taking Deposition and Motion for Protective Order filed.
PDF:
Date: 05/23/2003
Proceedings: Notice of Telephone Hearing (filed by P. Ezatoff via facsimile).
PDF:
Date: 05/22/2003
Proceedings: Notice of Taking Deposition Duces Tecum of Ho J. Mun filed.
PDF:
Date: 05/22/2003
Proceedings: Notice of Taking Deposition Duces Tecum of Anne Pombrekas filed.
PDF:
Date: 05/22/2003
Proceedings: Notice of Taking Deposition Duces Tecum of Annette M. Sussman filed.
PDF:
Date: 05/22/2003
Proceedings: Motion to Intervene of Psychological Services, Inc. (filed via facsimile).
PDF:
Date: 05/21/2003
Proceedings: Promissor`s Motion to Dismiss Experior`s Petition for Formal Administrative Hearing or Motion to Strike Impertinent Allegations filed by P. Ezatoff.
PDF:
Date: 05/21/2003
Proceedings: Prommissor`s Request for Oral Argument on its Motion to Dismiss Experior`s Petition for Formal Administrative Hearing filed by P. Ezatoff.
PDF:
Date: 05/21/2003
Proceedings: Motion to Dismiss and Motion in Limine (filed by Respondent via facsimile).
PDF:
Date: 05/21/2003
Proceedings: Motion to Expedite Review (filed by Respondent via facsimile).
PDF:
Date: 05/21/2003
Proceedings: Notice of Appearance (filed by J. Helton via facsimile).
PDF:
Date: 05/21/2003
Proceedings: Respondent`s Witness List filed.
PDF:
Date: 05/19/2003
Proceedings: Promissor`s Motion to Continue Final Hearing filed.
PDF:
Date: 05/16/2003
Proceedings: Motion to Intervene of Promissor, Inc. (filed via facsimile).
PDF:
Date: 05/15/2003
Proceedings: Order of Pre-hearing Instructions issued.
PDF:
Date: 05/15/2003
Proceedings: Notice of Hearing issued (hearing set for June 9, 2003; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 05/12/2003
Proceedings: Request for Proposal filed.
PDF:
Date: 05/12/2003
Proceedings: Experior Assessment, LLC`s Formal Written Protest and Petition for Formal Administrative Hearing filed.
PDF:
Date: 05/12/2003
Proceedings: Agency referral filed.

Case Information

Judge:
P. MICHAEL RUFF
Date Filed:
05/12/2003
Date Assignment:
05/13/2003
Last Docket Entry:
09/09/2003
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (3):

Related Florida Statute(s) (9):