Aegis Technologies Group, Inc. v. United States

128 Fed. Cl. 561, 2016 U.S. Claims LEXIS 1429, 2016 WL 5404170
CourtUnited States Court of Federal Claims
DecidedSeptember 28, 2016
Docket16-863C
StatusPublished
Cited by5 cases

This text of 128 Fed. Cl. 561 (Aegis Technologies Group, 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
Aegis Technologies Group, Inc. v. United States, 128 Fed. Cl. 561, 2016 U.S. Claims LEXIS 1429, 2016 WL 5404170 (uscfc 2016).

Opinion

*564 Post-Award Bid Protest; Motion for Judgment on the Administrative Record; RCFC 52.1; Organizational Conflict of Interest; Cost Realism; Technical Risk; Past Performance; Unequal Evaluation

OPINION

NANCY B. FIRESTONE, Senior Judge

Pending before the court in this post-award bid protest are a motion for judgment on the administrative record and for permanent injunctive relief filed by AEgis Technologies Group, Inc. (“AEgis”) and cross-motions for judgment on the administrative record filed by defendant the United States (“the government”) and defendant-interve-nor Cole Engineering Services, Inc. (“Cole”), pursuant to Rule 52.1 of the Rules of the Court of Federal Claims (“RCFC”), in connection with the decision of the Air Force Material Command, Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts (“the Air Force”) to award a contract to Cole under solicitation no. FA8730-16-R-0026 (“the solicitation”). The award is for an indefinite delivery indefinite quantity (“IDIQ”) contract of up to $67.32 million over five years to provide support services for the Air Force Modeling and Simulation Training Toolkit (“AFMSTT”) program. Administrative Record (“AR”) 345.

In its complaint and pending motion, AEgis, which was the incumbent contractor for the past six years, argues that the Air Force’s award of the IDIQ contract to Cole must be overturned on several grounds. AR 78, 650, 2403, 2407, 3077-81. 1 First, AEgis claims that the award needs to be set aside because one of Cole’s proposed subcontractors, Booz Allen Hamilton (“Booz Allen”), has a significant organizational conflict of interest (“OCI”) that the Air Force has failed to address in violation of Federal Acquisition Regulation (“FAR”) subpart 9.5. Second, AEgis claims that the Air Force failed to adequately explain its cost realism assessment of Cole’s proposal or consider Cole’s lower cost in assigning technical risk ratings. Finally, AEgis argues that the Air Force erred in its past performance evaluation by giving too much weight to the past performance of Cole’s proposed subcontractors and by failing to give AEgis sufficient credit for its more relevant past performance.

For the reasons below, the court finds that AEgis has not provided hard facts showing significant OCI that would warrant further review by the contracting officer and that the Air Force’s' cost realism, technical risk, and past performance evaluations are all supported by the administrative record. Accordingly, AEgis’s motion for judgment on the administrative record and for permanent in-junctive relief is DENIED. The government’s and Cole’s cross-motions for judgment on the administrative record are GRANTED.

I. BACKGROUND

A. Solicitation Background The AFMSTT program “is a set of software tools that provide a complete constructive simulated theater-level air warfare environment.” AR 302. The AFMSTT “allows the [Air Force] to execute training exercises and mission rehearsal activities within a Joint Forces and cooperative partnership environment.” AR 302. “AFMSTT tools continue to evolve to accommodate warfighting doctrine and environment, exercise/event frequency, type, and stakeholder needs. Some exercises/events are recurring and scheduled in advance while others may be one-time engagements.” AR 302. The Air Force updates the AFMSTT program based on “change requests” and “deficiency reports” submitted by the AFMSTT’s operational users to the Air Force Agency for Modeling and' Simulation (“AFAMS”). AR 302-04. 2

*565 As noted above, AEgis was the incumbent AFMSTT contractor for the past six years and was responsible for maintaining and making updates to the AFMSTT software. AR 78, 650, 2403, 2407, 3077-81. Under a separate contract (contract no. GS-23-F-0025K, task order nos. GST0009AJ0018 and GSQ0015AJ0011), one of Cole’s proposed subcontractors under the AFMSTT solicitation, Booz Alen, provided technical support to AFAMS by collecting and tracking change requests and deficiency reports, which were then provided to the AFMSTT contractor. AR 302, 3011, 3015, 3177. Booz Alen had its AFAMS contract from August 2009 to August 2015. AR 3007,3011.

The Air Force issued the AMSTT solicitation on September 3, 2015. AR 7, 213, 2662. 3 The solicitation was a small business set-aside and provided that the Air Force would make an award of one IDIQ contract on the basis of a “best value, tradeoff source selection conducted in accordance with FAR Part 15, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) Part 215, Department of Defense (DoD) Source Selection Procedures, Air Force Federal Acquisition Regulation Supplement (AFFAIRS) Part 5315, and AFFARS Mandatory Procedures (MP) 5315.3.” AR 395.

The solicitation consisted of a mix of nine cost-plus-fixed-fee, cost-plus-fixed-fee level-of-effort, firm-fixed-price, and cost-reimbursable contract line item numbers (“CLINs” or “line items”). AR 216-23. The solicitation also included a model delivery order. AR 445. The solicitation provided that the government would evaluate offerors’ proposed prices for the delivery order and issue the delivery order when it awarded the AFMSTT IDIQ contract. AR 534, 540,

The solicitation explained that the Air Force’s award would be based on the evaluation of each offeror’s proposed technical approach (including subfactors related to system development and sustainment, exercise/event support, and test and integration), cost/price, and past performance. AR 535. Recognizing that offerors would need the AFMSTT software code and similar information to make a proposal, the solicitation also included a bidder’s library” with all of the documents referenced in the solicitation, including AFMSTT future requirements and software code. AR 347, 349, 369, 3012, 3023.

The solicitation included the guidance described below regarding the Air Force’s eval-. uation process. First, the solicitation stated that the Air Force would perform a cost realism analysis in accordance with FAR § 15.404-l(d) for each line item. AR 538-39. 4 The solicitation further stated that the Air Force would create a “government estimate of most probable cost” (“GEMPC”), as determined by the cost realism assessment, for each line item based on the offeror’s technical proposal. AR 539. The solicitation stated that the Air Force’s cost realism evaluation would “consider the extent to which proposed costs indicate a clear understanding of solicitation requirements, and determine whether the proposal reflects an effective approach to satisfying those requirements and whether the proposed labor escalation and indirect factors are reasonable.” AR 539. The solicitation noted that the cost realism evaluation for the cost-plus-fixed-fee level of effort line items “will be based on the skill mix but will not be adjusted above the Government directed Level of Effort (LOE) identified in the cost formats or the applicable H Clause.” AR 539.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
128 Fed. Cl. 561, 2016 U.S. Claims LEXIS 1429, 2016 WL 5404170, Counsel Stack Legal Research, https://law.counselstack.com/opinion/aegis-technologies-group-inc-v-united-states-uscfc-2016.