Finding 404744 (2023-001)

Material Weakness
Requirement
I
Questioned Costs
$1
Year
2023
Accepted
2024-06-29
Audit: 311125
Organization: Blueforge Alliance (DC)

AI Summary

  • Core Issue: Non-compliance with FAR procurement standards, specifically regarding single source justifications and failure to review vendor exclusion records.
  • Impacted Requirements: Violations of FAR 6.302 and FAR 9.405, risking disallowed procurements and potential contracts with barred entities.
  • Recommended Follow-Up: Ensure adherence to internal policies and conduct thorough checks for vendor suspension and debarment to align with FAR requirements.

Finding Text

FINDING 2023-001 Internal Control over Compliance and Compliance with Procurement, Suspension and Debarment Program: Federal Agency: Department of Defense (U.S. Navy) Funding Year(s): 10/22/2022 – 9/30/2027 Passthrough Entity: General Dynamics Electric Boat Federal Award: 1000042855 AL Number: 12.RD Criteria: The Federal Acquisition Regulation (FAR) 52.244-5 outlines the following regarding competition: (a) The Contractor shall select subcontractors (including suppliers) on a competitive basis to the maximum practical extent consistent with the objectives and requirements of the contract. (b) If the Contractor is an approved mentor under the Department of Defense Pilot Mentor-Protégé Program (Pub.L.101-510, section 831 as amended), the Contractor may award subcontracts under this contract on a noncompetitive basis to its protégés. The FAR subpart 6.3 outlines policies and procedures, and identifies authorities, for contracting without providing for full and open competition: (a) 41 U.S.C.3304 and 10 U.S.C. 3204 each authorize, under certain conditions, contracting without providing for full and open competition. The Department of Defense, Coast Guard, and National Aeronautics and Space Administration are subject to “ 10 U.S.C. 3204. Other executive agencies are subject to 41 U.S.C.3304. Contracting without providing for full and open competition or full and open competition after exclusion of sources is a violation of statute, unless permitted by one of the exceptions in 6.302. (b) Each contract awarded without providing for full and open competition shall contain a reference to the specific authority under which it was so awarded. Contracting officers shall use the U.S. Code citation applicable to their agency. (See 6.302.) (c) Contracting without providing for full and open competition shall not be justified on the basis of- (1) A lack of advance planning by the requiring activity; or (2) Concerns related to the amount of funds available (e.g., funds will expire) to the agency or activity for the acquisition of supplies or services. (d) When not providing for full and open competition, the contracting officer shall solicit offers from as many potential sources as is practicable under the circumstances. (e) For contracts under this subpart, the contracting officer shall use the contracting procedures prescribed in 6.102(a) or (b), if appropriate, or any other procedures authorized by this regulation. Per FAR 6.302, the following are circumstances permitting other than full and open competition: 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 6.302-2 Unusual and compelling urgency. 6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services. 6.302-4 International agreement. 6.302-5 Authorized or required by statute. 6.302-6 National security. 6.302-7 Public interest. In accordance with FAR 9.405 (e)(1) After the opening of bids or receipt of proposals or quotes, the contracting officer shall review the exclusion records in SAM. Condition: During our testing of compliance and controls, we identified the following matters: • For four procurement samples of a total of 15 items sampled, management utilized a single source justification. However, the rationale did not conform to the requirements of FAR 6.302 Circumstances Permitted Other than Full and Open Competition. • For three procurement samples of a total of 15 items sampled, management was not able to provide evidence that they reviewed the exclusion records in sam.gov in accordance with FAR 9.405 (e)(1). Cause: The Entity did not follow its policies and procedures in place to ensure compliance with the requirements of procurement, suspension and debarment. Effect: Failure to perform procurement procedures in accordance with the Entity’s documented policies and Procurement Procedures as outlined in the FAR could result in the procurement being disallowed. Failure to timely verify that a vendor is not suspended or debarred could result in transactions involving unreasonable costs or result in unintentionally entering into a contract with an entity that is barred from performing work for the Federal government. Context: This is a condition identified based upon our review of the Entity’s compliance with specified requirements. The prevalence of these findings is detailed in the condition section above, for which the questioned costs total $12,604,205. The samples were selected using a non-statistical method. Questioned Costs: $12,604,205 Identification as a Repeat Finding: This is not a repeat finding.   Recommendation: We recommend that the entity follow established policies, procedures, and internal controls to comply with the FAR procurement standards regarding full and open competition when the rationale for vendor selection do not conform to the requirements of FAR 6.302 Circumstances Permitted Other than Full and Open Competition. The entity should also ensure that independent checks for suspension and debarment are completed for all vendor procurements.

Corrective Action Plan

Finding Number: 2023-001 Internal Control over Compliance and Compliance with Procurement, Suspension and Debarment Summary of Finding: The Federal Acquisition Regulation (FAR) 52.244-5 outlines the following regarding competition: (a) The Contractor shall select subcontractors (including suppliers) on a competitive basis to the maximum practical extent consistent with the objectives and requirements of the contract. (b) If the Contractor is an approved mentor under the Department of Defense Pilot Mentor-Protégé Program (Pub.L.101-510, section 831 as amended), the Contractor may award subcontracts under this contract on a noncompetitive basis to its protégés. The FAR subpart 6.3 outlines policies and procedures, and identifies authorities, for contracting without providing for full and open competition: Per FAR 6.302 the following are circumstances permitting other than full and open competition 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 6.302-2 Unusual and compelling urgency. 6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services. 6.302-4 International agreement. 6.302-5 Authorized or required by statute. 6.302-6 National security. 6.302-7 Public interest. In accordance with FAR 9.405 (e)(1) After the opening of bids or receipt of proposals or quotes, the contracting officer shall review the exclusion records in SAM. During our testing of compliance and controls, we identified the following matters: •For four procurement samples of a total of 15 items sampled management utilized a single source justification. However, the rationale did not conform to the requirements of FAR 6.302 Circumstances Permitted Other than Full and Open Competition. •For three procurement samples of a total of 15 items sampled management was not able to provide evidence that they reviewed the exclusion records in sam.gov in accordance with FAR 9.405 (e)(1). Response to finding: •BlueForge Alliance (BFA) agrees with the comments provided and will take Corrective Action as identified below. Once Corrective Action is undertaken BFA will update policies and procedures to include the use of tools which will lead to full compliance with the requirements of FAR 6.302. BFA will also consolidate this information into BFA’s procurement user manual which will be available to all staff members via BFA’s SharePoint site. BFA agrees with the comments provided and will take Corrective Action as identified below. Once Corrective Action is undertaken BFA will update policies and procedures to include instruction which will lead to full compliance with the requirements of FAR 9.405 (e)(1). BFA will also consolidate this information into BFA’s procurement user manual which will be available to all staff members via BFA’s SharePoint site. Corrective Action: •BFA is currently in the implementation stages of the CPSR Pro Docs tool. BFA is expected to go live with this system no later than August 31, 2024. CPSR Pro Docs will allow BFA to process compliant procurement transactions efficiently and effectively from Micro-Purchases through the issuance of major Subcontracts. The software leverages expert knowledge and streamlines the Procurement process with automated workflow software. CPSR ProDocs is a logic and rule-based system that uses pre-existing text and meta-data to assemble compliant Procurement documentation. It is driven by regulatory compliant logic resulting in output documentation formulating customized results. CPSR ProDocs will allow BFA to check 30 CPSR Audit Points, analyze source elements (prime contracts, thresholds, customized procedures), guide BFA buyers through process of compliant file documentation, and create checklists at the end that show missing items necessary for completion. These CPSR Pro Doc capabilities will result in BFA’s full compliance with FAR 6.302. •BFA is currently in the implementation stages of the Deltek Costpoint tool. BFA is expected to go live with this system no later than October 31, 2024. The Supplier Module tool within Deltek Costpoint will allow BFA to do automatic visual compliance checks when suppliers are onboarded to the portal. Additionally, BFA will consolidate instruction on completing Sam.gov checks on all vendors within the BFA procurement user manual. Additionally, CPSR Pro Docs includes a checklist with assigned peer review that requires buyers to confirm their review of exclusion records in Sam.gov for each vendor being onboarded. The additional visual compliance check through Deltek Costpoint in conjunction with the CPSR ProDocs checklist with assigned peer review will allow BFA to fully comply with the requirements of FAR 9.405(e)(1). Individual(s) Responsible for Corrective Action Plan: Lindy Beasley Principal, Contracts and Compliance 979-229-6465 Anticipated Completion Date: The anticipated completion date for implementation of the CPSR Pro Docs tool is August 31, 2024. The anticipated completion date for implementation of the Deltek Costpoint tool is October 31, 2024. BFA will update their policies, procedures, and procurement user manual at the conclusion of the tool implementations but no later than December 1, 2024.

Categories

Questioned Costs Procurement, Suspension & Debarment

Other Findings in this Audit

  • 981186 2023-001
    Material Weakness

Programs in Audit

ALN Program Name Expenditures
12.RD Cost Assessment and Program Evaluation (cape) Submarine Industrial Base (sib) Growth $106.02M