Island Peer Review Organization, Inc., d/b/a IPRO (B-417297.2)
You should care.
Category: Technical evaluation, process issue, IDIQ
Date: 12 September 2025
URL: https://www.gao.gov/products/b-417297.2
IPRO, of Lake Success, New York, protests the issuance of a task order to Superior Health Quality Alliance under a task order request for proposals issued by the Centers for Medicare and Medicaid Services for healthcare quality improvement services covering the northeast region under the Quality Improvement Network-Quality Improvement Organization program. IPRO challenged CMS's evaluation of Superior Health's proposal under the QIO eligibility assessment, the technical evaluation, and the best value tradeoff decision.
CMS issued the TORP on 25 July 2024 under its Network of Quality Improvement and Innovation Contractors IDIQ, seeking a cost-plus-fixed-fee task order with a sixty-month period of performance. The solicitation established a gateway QIO eligibility assessment rated acceptable/unacceptable, requiring offerors to demonstrate eligibility "on the merits and structure of their own organization" using "only relevant experience and other information of the prime contractor, not subcontractors."
CMS received three proposals. After discussions, IPRO and Superior Health submitted final revised proposals on 17 March 2025. Superior Health earned a very good overall technical rating against IPRO's satisfactory, at a lower proposed cost (49.4 million). CMS issued the task order to Superior Health. IPRO protested on 6 June following a 30 May debriefing.
QIO eligibility assessment, insufficient documentation: IPRO argued that Superior Health, an unpopulated joint venture with zero employees, could not satisfy QIO eligibility on the merits of its own organization. Superior Health's proposal described itself as a joint venture of eight member organizations but elsewhere labeled those same members as "subcontractors," including master subcontractor agreements and key personnel employed by those members. The agency's technical evaluation panel report documented its eligibility finding as a three-column table that quoted proposal language but contained no analysis of how the quoted language satisfied each criterion. GAO requested supplemental briefing; CMS responded by citing materials never documented in the evaluation record, including Superior Health's website, CPARS reports, and "current contracts," none of which appeared in the TEP report or source selection decision. GAO sustained this ground, finding the contemporaneous record "contains no discussion or analysis" and that the agency's posthoc explanations were insufficient to fill the gaps.
Technical evaluation, subcontracting risk: IPRO argued Superior Health's proposal should have been downgraded under the portfolio and program management plan factor for effectively subcontracting 100 percent of the work. GAO denied this ground, noting nothing in the solicitation required the agency to assess proposed levels of subcontracting or to assign risk for a particular organizational structure.
Disparate treatment: IPRO contended it was unfairly rated the same as Superior Health under the portfolio and program management plan factor despite forty years of experience. GAO denied this ground, finding IPRO highlighted substantive differences between proposals rather than showing similar features were evaluated differently.
The protest was sustained in part and denied in part. GAO sustained the challenge to the QIO eligibility assessment on documentation grounds and recommended CMS reevaluate proposals under the eligibility assessment with adequate documentation, terminate Superior Health's task order should the awardee is found ineligible, and reimburse IPRO's protest costs. The technical evaluation and best value tradeoff challenges were denied.
Evaluation documentation must include reasoning, not just quotations from proposals; a table showing that a criterion was "met" without explaining how will not survive scrutiny. Meanwhile, unpopulated joint ventures responding to solicitations that restrict reliance on subcontractor experience face heightened risk if the proposal inconsistently characterizes member organizations as both joint venture partners and subcontractors.
Digest
Protest challenging the evaluation of the awardee's proposal under an eligibility assessment is sustained where the contemporaneous record is insufficiently documented to allow our Office to review the agency's decision for reasonableness, and where the agency's post-protest statements are not consistent with the record and indicate that aspects of the evaluation were not documented.
Protest challenging the agency's technical evaluation of proposals and best-value tradeoff decision is denied where the protester fails to demonstrate that the agency's evaluation and decision were unreasonable.
Comments ()