Active Network, LLC v. United States

130 Fed. Cl. 421, 2017 U.S. Claims LEXIS 98, 2017 WL 587239
CourtUnited States Court of Federal Claims
DecidedFebruary 6, 2017
Docket16-1071C
StatusPublished
Cited by27 cases

This text of 130 Fed. Cl. 421 (Active Network, 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
Active Network, LLC v. United States, 130 Fed. Cl. 421, 2017 U.S. Claims LEXIS 98, 2017 WL 587239 (uscfc 2017).

Opinion

Post-award Bid Protest; Price Realism Analysis; Disparate Treatment Claim; Past Performance Evaluation; Meaningful Discussions; Protestor’s Burden to Show Prejudice; Remand.

OPINION AND ORDER 1

WHEELER, Judge.

In this post-award bid protest, Plaintiff Active Network, LLC (“Active”) challenges a contract award by the United States Department of Agriculture, Forest Service to Booz Allen Hamilton (“BAH”). The contract is for Recreation One Stop (“R1S”) support services, a program which allows members of the public to make on-line reservations to visit national parks, memorials, and museums, among others. Active alleges a number of defects in the procurement process, including the Forest Service’s failure to conduct a mandatory price realism analysis, the disparate treatment of technical proposals, an arbitrary and capricious past performance evaluation, and failure to conduct meaningful discussions. The Court finds that the Forest Service acted rationally and in accordance with the law in some instances, and in others that Active failed to show any prejudice from procurement defects. However, the Forest Service failed to perform a required price realism analysis, without which the Court cannot determine if the agency made a rational decision in awarding to BAH. Therefore, this Court remands to the Forest Service to conduct a price realism analysis. In all other respects, the protest is denied.

Background

On July 17, 2015, the Forest Service issued Request for Proposal AG-3187-S-1000 (“RFP”) contemplating award of a single indefinite delivery, indefinite quantity contract for R1S support services involving the redesign, development, administration and maintenance of the web site “Recreation.gov.” AR 1515. The agency emphasized that the awar-dee must be committed to integrating preexisting user interfaces while also updating and improving upon them in order to “maximize the users’ end-to-end recreation experience.” Id. at 1367. The agency sought a contractor able to provide exhaustive support services for R1S including program management, telecommunications, data mining, and marketing. Id. at 295.

Once proposals were submitted, the contract was to be awarded based on a “best value determination” consistent with four Factors: (1) Technical Approach, (2) Integrated Solution Approach, (3) Past Performance, and (4) Price. Id. at 1559, 1580. Source selection was to occur in two phases. Id. at 1580. During the “Initial Evaluation” the agency would evaluate Factors 1, 3, and 4 in order to establish the competitive range. Id. During the “Final Evaluation,” offerors in the competitive range would make oral presentations of their Factor 2 Integrated Solutions. Id. at 1572. The RFP stated that the agency would engage in discussions with of-ferors in the competitive range before awarding the contract. Id. at 1579.

Factors 1, 2 and 3 were “of equal importance and when combined [were] significantly more important than price.” Id. at 1580. Under Factor 1, Technical Approach, the agency was to “evaluate the Offeror’s Technical Approach based on the degree to which it is *425 clear, comprehensive, detailed, effective, and demonstrates how it provides, retains and applies the necessary requirements.” Id. at 1581. Factor 1 consisted of six Subfactors, each containing its own requirements and evaluated separately. Id. at 1568-70. Under Factor 3, Past Performance, the agency was required to “evaluate the Offeror’s past performance based upon its relevancy and re-cency of its references [and] the responses received from past performance surveys ....” Id. at 1584. Under Factor 4, Price, the agency was to evaluate the offerors’ prices for reasonableness, completeness, realism and balance. Id. at 1586-87. Both Factors 1 and 2 were subject to scaled ratings of Outstanding, Excellent, Acceptable, Marginal, and Unacceptable. Id at 1588. Factor 3 would be assessed by first assigning a relevancy score of Very Relevant, Relevant, Somewhat Relevant, and Not Relevant to each instance of past performance, and then assigning a performance confidence assessment. Id at 1589. Factor 4 was not subject to a ratings scale. Id. at 1587. The RFP informed Offerors that the “proposal should not simply rephrase or restate the Government’s requirements.” Id. at 1562. The agency warned that proposals should be “clear, concise, and shall include necessary and sufficient detail for effective evaluation and for substantiating the validity of stated claims.” Id

Importantly for this dispute, the RFP required the use of Agile software methodology and asked offerors to demonstrate their commitment to implementing Agile methodology. 2 Id at 1369. The Performance Work Statement provided that “[a] minimum viable product (MVP) shall be releasable within 6 months (or as proposed) in a development environment based on an Agile software development iterative process ....” Id In evaluating the technical proposals, the agency was particularly interested in familiarity with and commitment to Agile methodology.

In September 2015, the agency received six initial proposals including a proposal from the incumbent contractor, Active. After evaluating the proposals under Factors 1, 3, and 4, the Source Selection Evaluation Team (“SSET”) selected four offerors — Active, BAH, [Offeror C], and [Offeror D] — for the competitive range. Id at 7962-82. At this stage, BAH’s technical proposal was rated “excellent” while all other technical proposals were rated “unacceptable.” Id. at 7979.

In December 2015, the agency notified each offeror in the competitive range and invited each to make its Factor 2 Integrated Solution presentation. The agency also sent each offeror Evaluation Notices (“ENs”), which were detailed discussion questions seeking clarification about the proposals. See id. at 3085-3466. Offerors were to address the ENs during their Integrated Solution presentations and submit written responses afterward. Id at 3087, 3222. Active received 118 ENs, while BAH received 55. Id at 3091, 3224. The agency informed Active that its proposal was generally vague and required an entire revision to remove all the “nebulous” statements. Id. at 13104. The agency held the Integrated Solution presentations in January 2016, and the agency received EN responses by February 12, 2016. Id. at 4020-4708.

Between January and March 2016, the SSET completed evaluation of the initial proposals and EN responses, and compiled consensus reports for all non-price Factors. Id. at 8569-9031. However, the SSET Chair evaluated Factor 4, Price, separately in handwritten notes. M. at 7911-61. There is no consensus report for Price in the administrative record.

In March 2016, the agency invited all four offerors to submit Final Proposal Revisions (“FPRs”). Id. at 4709. The letter stated that “[evaluation for award will be solely on the information presented in your [FPR]. Since we expect the FPR to be a comprehensive document, the Government will not consider information submitted by you during the discussions process.” Id. The agency received FPRs in late March. See id. at 4725-6695. On May 4, 2016, the SSET produced a Proposal Analysis Report (“PAR”) which explained its *426 consensus ratings, conclusions, and recommendations for award. Id. at 9284-9350.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
130 Fed. Cl. 421, 2017 U.S. Claims LEXIS 98, 2017 WL 587239, Counsel Stack Legal Research, https://law.counselstack.com/opinion/active-network-llc-v-united-states-uscfc-2017.