BB-201 - Event Cycle 2: Presolicitation
Step 1: Initial purchase tasking receipt and review.
a. Do the purchase requests received adequately describe the requiring activities' needs, and provide for identification and accountability control? Are they adequately funded, signed, dated, approved by appropriate persons, and include adequate supporting documents, if required?
b. Do the purchase descriptions or performance work statements received describe requirements that are appropriate for this contracting office to purchase? Should another contracting office/activity make the purchase?
c. Are descriptions of the Government's needs stated in terms sufficient to conduct market research (FAR 10.002)?
d. Has market research been conducted to determine if commercial items or non-developmental items are available to meet the Government's needs or could be modified to meet the Government's needs (FAR 10.002(b))?
e. Does the Independent Government Estimate (IGE), if required, appear reasonably accurate and complete?
f. Do the blue prints and drawings, if required, appear reasonably accurate and complete, and can they be provided electronically?
g. If a task or delivery order against a non-DoD contract is requested, does the requirements package include a Certification for Proper Use of a Non-DoD contract in accordance with DFARS 217.78 and AFARS 5117.7802?
h. Are the purchase requests for items delivered after the fact (unauthorized commitments) processed according to ratification procedures (FAR 1.602-3 and AFARS 5101.602-3)?
i. Are established procedures followed whereby the chief of the contracting office regularly monitors the backlog and age of purchase requests or directives that remain "in process"?
Step 2: Acquisition method selection and planning.
a. Are requirements placed as orders against applicable, existing agreements or contracts rather than used as the basis for creating new solicitations?
b. Is "Lessons-Learned" during the previous year(s) considered in the preparation of a new solicitation to fill recurring annual requirements? (That is, are previously erroneous estimates, descriptions, and assumptions corrected rather than repeated?)
c. Is the type of contract selected the result of analyzing the requiring activity's requirements (i.e. , Performance Based, not merely repeating the last selection for a similar requirement) and determining what would promote the Government's interests (FAR 16.102)?
d. Are acquisition plans:
1. Developed when required (DFARS 207.103)?
2. Sufficiently complete (DFARS 207.105)?
3. Timely Updated (AFARS 5107.103(d)(i))?
Step 3: Competition Considerations.
a. Is the urgency exception to full and open competition being properly applied and not just based on a high priority purchase request or backordered requisition (FAR 6.302-2)?
b. Are solicitations based on the industrial mobilization exception limited to only the minimal sustaining rate for mobilization (FAR 6.302-3(b)(1)(iii))?
c. Are justifications for other than full and open competition (including amendments to justifications) approved in writing at the appropriate level (FAR 6.304)?
d. Are solicitations based on the national security exception to full and open competition legitimately justified (FAR 6.302-6)?
e. Are orders under multiple delivery order/task order contracts that exceed $3,000 issued in a manner that provides all awardees a fair opportunity to be considered? Are orders that exceed $100,000 placed on a competitive basis? If not, is a Limited Source Justification prepared and approved in accordance with FAR 8.405-6(FAR 16.505(b) and DFARS 216.505-70(b))?
Step 4: Solicitation preparation and review.
a. Do solicitation(s):
1. Conform to the Uniform Contract Format (FAR 14.201-1 or FAR 15.204-1), the Commercial Items Contract Format (FAR 12.303), or to any approved contract format, as applicable?
2. Forms and clauses conform to the FAR or DFARS or have deviation approval (DFARS 201.402(2))?
3. Receive the required reviews prior to issuing the solicitation (i.e. , legal review for legal sufficiency) (AFARS 5101.602-2 (c) (iv))?
b. Do the Instructions, Conditions and Notices to Offerors (when appropriate) specify in sufficient detail the format and structure (i.e. , size print, numbering of pages, etc. ) with which each offer is expected to comply?
c. Are justifications posted with the solicitations, as applicable?
Step 5: Solicitation public notices and announcements.
Are solicitation notices publicized:
1. Through the Army Single Face to Industry (ASFI) to Federal Business Opportunities (FedBizOpps) (FAR 5.301, and AFARS 5104.502)?
2. Using the appropriate method (Governmentwide Point of Entry (GPE), public posting, etc. )?
3. For the appropriate number of days?