Accelgov, LLC. v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 17, 2023
Docket22-1433
StatusPublished

This text of Accelgov, LLC. v. United States (Accelgov, LLC. 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
Accelgov, LLC. v. United States, (uscfc 2023).

Opinion

IN THE UNITED STATES COURT OF FEDERAL CLAIMS ____________________________________ ) ACCELGOV, LLC, ) ) Plaintiff, ) ) v. ) No. 22-1433 ) THE UNITED STATES, ) Filed: January 31, 2023 ) Defendant, ) Re-issued: February 17, 2023* ) and ) ) TECHNICAL AND MANAGEMENT ) RESOURCES, INC., ) ) Defendant-Intervenor. ) ____________________________________ )

OPINION AND ORDER

Plaintiff, AccelGov, LLC, filed this post-award bid protest challenging the General

Services Administration’s (“GSA”) decision to award a task order to Defendant-Intervenor,

Technical and Management Resources, Inc. (“TMR”), to provide information technology services

to the Defense Commissary Agency (“DeCA”). AccelGov contends that GSA’s award was

* The Court issued this opinion under seal on January 31, 2023, and directed the parties to file any proposed redactions by February 8, 2023. AccelGov proposed redactions, to which TMR has no objections, and the Government proposed a more limited set of redactions fully encompassed by AccelGov’s proposal. Upon review, the Court concludes that some of AccelGov’s proposed redactions are overbroad, as more limited redactions will suffice to protect the competitive process. Thus, the Court has rejected proposed redactions to the extent they seek to protect information that was stated in a high level of generality or qualitatively, constituted attorney argument, or was revealed in other parts of the opinion not marked for redaction. Additionally, balancing the need to protect competition-sensitive information with the presumption of access to judicial records, the Court has rejected proposed redactions of information that is necessary to understand the Court’s analysis. Accordingly, this opinion adopts a subset of AccelGov’s proposed redactions and all of the Government’s proposed redactions. Redacted material in charts is blacked out, and redacted material in the body of the opinion is represented by bracketed ellipses “[. . .].” The Court also has corrected some typographical errors. arbitrary and capricious because the agency irrationally evaluated AccelGov’s

technical/management approach. It also argues that TMR’s quote contained material

misrepresentations regarding TMR’s past experience. AccelGov requests that the Court enjoin

performance of the task order award, disqualify TMR from consideration, and require GSA to

perform another evaluation and issue a new award decision.

Before the Court are the parties’ Cross-Motions for Judgment on the Administrative

Record and the Government’s Motion to Supplement the Administrative Record. For the reasons

discussed below, the Court DENIES AccelGov’s Motion for Judgment, GRANTS the

Government’s and TMR’s Cross-Motions, and DENIES the Government’s Motion to Supplement

the Administrative Record.

I. BACKGROUND

A. The Solicitation

GSA issued Request for Quote No. 47QFHA22Q0005 (“RFQ”) on July 12, 2022, seeking

proposals for the award of a task order for information technology support to be provided to DeCA.

Admin. R. 519–20, ECF No. 25-1 (hereinafter “AR”).1 Headquartered in Fort Lee, Virginia,

DeCA manages and operates over 236 grocery stores worldwide with approximately 16,000

employees. AR 191. To support DeCA’s operational and information technology objectives, the

task order at issue required the contractor to provide “a wide range of services including personnel

to support database administration, system administration and operation, system integration,

software deployment, technical/customer support, configuration management, security, system

tuning, hardware lifecycle management, help desk operations and ticketing application

administration.” AR 576.

1 For ease of reference, citations to the administrative record refer to the bates-labeled page numbers rather than the ECF page numbers. 2 Per the RFQ, GSA would use four factors to evaluate quotes. These factors, in descending

order of importance, were as follows: Factor 1 – Technical/Management Approach; Factor 2 –

Past Experience; Factor 3 – Socio-Economic status; and Factor 4 – Price. AR 536–37. GSA would

evaluate offerors under Factor 1 based on “their demonstrated understanding of the task order

requirements, the adequacy of the proposed solution/approach, the quality and completeness of

their technical solutions to these objectives, and the overall qualifications and skill mix of the

contractor workforce proposed to address these task order objectives.” AR 539. Upon such

evaluation, GSA would ascribe to each offeror a rating under Factor 1 using the following scheme:

Rating Description Proposal meets requirements and has the following characteristics: Outstanding – has multiple strengths and strengths far outweigh any weaknesses, and Risk of unsuccessful performance is low. Proposal meets requirements and has the following characteristics: Good – strength(s) outweigh any weakness(es), and Risk of unsuccessful performance is low. Proposal meets requirements and has the following characteristics: Acceptable – weaknesses do not outweigh strengths; or has no weaknesses and no strengths, and Risk of unsuccessful performance is no greater than moderate. Proposal has any of the following characteristics: – uncertainty whether it meets requirements, Marginal – weaknesses outweigh strengths, Risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements.

AR 541.

To evaluate offerors under Factor 2, GSA would “consider[] the extent of the offeror’s past

experience in carrying out similar work” to determine “the offeror’s ability to complete a project 3 with similar scope, size, and duration with minimal risk.” AR 538. The RFQ allowed offerors to

submit up to three past experience references and required offerors to identify whether they were

the prime contractor or a subcontractor for each project. AR 532–33. The RFQ advised that GSA

may give prime level experience greater consideration than subcontract level experience. AR 533.

It also noted that it would consider the offeror’s organizational experience for purposes of

evaluating past experience but would not consider the offeror’s personnel experience as part of the

offeror’s organizational experience. Id. Upon such evaluation, GSA would ascribe a rating under

Factor 2 to each offeror of either “Very Relevant,” “Relevant,” “Somewhat Relevant,” or “Not

Relevant.” AR 540.

Under Factor 3, GSA would rate each offeror as either “Outstanding,” “Good,” or

“Acceptable” based on the offeror’s socio-economic status. AR 539, 541. And under Factor 4,

GSA would “consider the level of effort, mix of labor, and whether the total price quoted is

reasonable,” but it would not score the offeror’s price quote. AR 540.

GSA was to award the task order to the offeror that provided the “Best Value” to the

Government, “price and other factors considered.” AR 541. The best value determination would

reflect a “subjective assessment” by GSA “of the quoted solution that provides the optimal results

to the Government.” AR 542. The RFQ warned that if an offeror received a rating of less than

“Acceptable” under any factor, it may not be reviewed any further under the best value

determination. AR 538. Because the RFQ would be conducted in accordance with Part 8.4 of the

Federal Acquisition Regulations, GSA disclaimed any obligation to determine a competitive range,

conduct discussions, or accept revised quotes. AR 542. However, once GSA determined the best-

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

Related

Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Warth v. Seldin
422 U.S. 490 (Supreme Court, 1975)
Davis v. Federal Election Commission
554 U.S. 724 (Supreme Court, 2008)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
Smithkline Beecham Corp. v. Apotex [Corrected Date]
439 F.3d 1312 (Federal Circuit, 2006)
Murakami v. United States
398 F.3d 1342 (Federal Circuit, 2005)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
St Net, Inc. v. United States
112 Fed. Cl. 99 (Federal Claims, 2013)
Red River Computer Co., Inc. v. United States
120 Fed. Cl. 227 (Federal Claims, 2015)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Accelgov, LLC. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/accelgov-llc-v-united-states-uscfc-2023.