A-T Solutions, Inc. v. United States

122 Fed. Cl. 170, 2015 U.S. Claims LEXIS 859, 2015 WL 4269552
CourtUnited States Court of Federal Claims
DecidedJuly 14, 2015
Docket15-119C
StatusPublished
Cited by16 cases

This text of 122 Fed. Cl. 170 (A-T Solutions, Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
A-T Solutions, Inc. v. United States, 122 Fed. Cl. 170, 2015 U.S. Claims LEXIS 859, 2015 WL 4269552 (uscfc 2015).

Opinion

Post-award Bid Protest; 28 U.S.C. § 1491(b)(1); Transition Plan Feasibility; Cost Evaluation; Cost Realism Analysis; FAR 15.404-1; Technical Evaluation; Adjectival Ratings; Unequal Treatment; Best Value Determination.

OPINION AND ORDER

WILLIAMS, Judge.

This post-award bid protest comes before the Court on the parties’ cross-motions for judgment on the Administrative Record (“AR”). Plaintiff, A-T Solutions (“A-TS”), challenges the Defense Threat Reduction Agency’s (“DTRA”) award of a contract to the incumbent Cubic Applications, Inc. (“Cubic”) for the development and implementation of training programs to counter threats from chemical, biological, or nuclear attacks or accidents. Plaintiff challenges DTRA’s evaluation of Cubic’s proposed transition costs and staffing, and the assignment of strengths and weaknesses to Cubic’s and ATS’ proposals. Plaintiff requests that the Court declare the award unlawful and permanently enjoin DTRA from performing the contract until the Agency reopens the procurement and makes a new award. For the reasons that follow, the Court denies the protest.

Findings of Fact 2

DTRA’s Issuance of Solicitation No. HDTRA1-14-R-0003

The mission of DTRA is to “safeguard America and its allies from weapons of mass destruction (WMDs), specifically chemical, biological, radiological, nuclear, and high-yield explosives (CBRNE) threats.” AR 152. DTRA provides the military, federal agencies, and foreign allies with training to reduce and counter threats from chemical, biological, and nuclear attacks or accidents. Id. DTRA’s Building Partnership Capacity Department (“J3BP”) “institutionalizes training and concepts of operations,” “promotes counter WMD awareness” and works to establish, test, and improve “both U.S. and foreign counter CBRNE and nuclear surety capabilities, policies and procedures....” Id.

On January 31, 2014, DTRA issued solicitation number HDTRA1-14-R-0003 for “technical, logistical, operational, training, and all associated ancillary support required to develop, perform, and execute the J3BP Department’s counter CBRNE Exercise, Training, Capability Assessment & Development mission sets.” Id. DTRA anticipated awarding one indefinite delivery, indefinite quantity (“IDIQ”) contract and then issuing eost-plus-fixed-fee task orders. AR 232, 234.

The solicitation included three Sample Task Orders to be evaluated and awarded. The contract had a five-year ordering period and an additional five-year option period. AR 2519. The anticipated award date of the IDIQ contract was no later than September 5, 2014, with Sample Task Orders 1 and 3 to be awarded within two business days of contract award and Sample Task Order 2 to be awarded by December 2014. Id. Each Sample Task Order was split into CLINs 0001 *173 and 0002. CLIN 0001 was for a 60-day transition period from September 17, 2014 to November 16, 2014. Id. CLIN 0002, which called for the performance of three Sample Task Orders, was to commence on November 16,2014. Id.

Sample Task Order 1 was for the development and implementation of training programs to improve the consequence management capabilities of United States partner nations “during the early phases of a CBNR incident_” AR 250. Sample Task Order 2 was for the development and implementation of training programs to counter the threat of international proliferation of weapons of mass destruction. AR 283. Sample Task Order 3 was for the development and implementation of joint training exercises to improve United States and partner nation responses to nuclear accidents or incidents. AR 336. In the solicitation, the statement of work for each Sample Task Order included transition work, stating:

During the period September 17, 2014 through November 16, 2014, the contractor shall provide any and all transition support required during the 60 day transition period that may be required. Any and all transition costs shall be proposed and accumulated discretely under CLIN 0001 only.

AR 251, 284, 338.

The contract was to be awarded on a best value basis using three factors: mission capability, past performance, and cost. AR 236. Mission capability was more important than past performance, which was more important than cost. Id. Mission capability included Subfactor A — Management Approach and Subfactor B — Technical Approach. Id. The two subfaetors under mission capability were of equal importance and mission capability combined with past performance was significantly more important than cost, although cost was to be “carefully considered.” Id.

DTRA was to evaluate Subfaetor A based on offerors’ “comprehensive Management Approach,” which defined and detailed how offerors would perform the contract requirements. AR 237. Subfaetor B required of-ferors to submit a comprehensive Technical Approach that defined, detailed, and demonstrated offerors’ technical understanding and approach to executing the SOW for each Sample Task Order effort. AR 238. Each technical approach was to include Transition, Execution, and Staffing Plans. Id. The Staffing Plan had to correspond to the Execution Plan and demonstrate that the proposed personnel possessed the required skills. Id.

The solicitation included DTRA’s estimates of the staffing levels needed to perform each Sample Task Order, expressed as a number of Full Time Equivalents (“FTEs”). One FTE was the equivalent of 1,880 hours per year. Each Sample Task Order’s statement of work (“SOW”) expressly advised Offerors that they “[were] not required to utilize the Government provided FTE estimates.” See AR 251, 284, 338. The SOW further informed offerors that the estimated FTEs were “provided for pricing purposes only and [would] be deleted from the SOW upon Task Order award.” AR 251, 284, 338.

In terms of cost, DTRA would

evaluate the realism of the proposed cost/ price by assessing whether the proposed cost elements for each Sample [Task Order] and transition plan 1) [were] realistic for the work to be performed; 2) reflect[ed] a clear understanding of the requirements; and 3) [were] consistent with the unique methods of performance identified in the Offeror’s Technical Approach Execution Plan and priced with the identical quantity and labor mix of personnel identified in the Technical Approach Staffing Plan.

AR 243. The Government was to evaluate each offeror’s cost proposal for “realism, reasonableness, and completeness.” Id. As part of its cost evaluation, DTRA would determine the most probable cost “by adjusting the Offeror’s proposed cost and fee, when appropriate, to reflect any additions or reductions in cost elements to realistic levels based on the results of the cost realism analysis.” Id.

Proposals

DTRA received proposals from A-TS, the incumbent Cubic, and three other offerors. A-TS and Cubic proposed the following FTE levels as compared to DTRA’s estimates:

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Rivada Mercury, LLC v. United States
131 Fed. Cl. 663 (Federal Claims, 2017)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
McConnell Jones Lanier & Murphy, LLP v. United States
128 Fed. Cl. 218 (Federal Claims, 2016)
Dellew Corporation v. United States
128 Fed. Cl. 187 (Federal Claims, 2016)
Spectrum Comm, Inc. v. United States
126 Fed. Cl. 778 (Federal Claims, 2016)
Innovative Test Asset Solutions LLC v. United States
125 Fed. Cl. 201 (Federal Claims, 2016)
MacAulay-brown, Inc. v. United States
125 Fed. Cl. 591 (Federal Claims, 2016)
Cyios Corporation v. United States
124 Fed. Cl. 107 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
122 Fed. Cl. 170, 2015 U.S. Claims LEXIS 859, 2015 WL 4269552, Counsel Stack Legal Research, https://law.counselstack.com/opinion/a-t-solutions-inc-v-united-states-uscfc-2015.