Agile-Bot II, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedSeptember 30, 2021
Docket21-1529
StatusPublished

This text of Agile-Bot II, LLC v. United States (Agile-Bot II, 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
Agile-Bot II, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 21-1529C Filed: September 4, 2021 Redacted Version Issued for Publication: September 30, 20211 * * * * * * * * * * * * * * * * ** * AGILE-BOT II, LLC, * * Protestor, * v. * * UNITED STATES, * Defendant, * v. * SECURIGENCE, LLC, * * Defendant-Intervenor. * * * * * * * * * * * * * * * * * ** * Paul A. Debolt, Venable, LLP, Washington, DC for protestor. With him were Spencer Williams, Lindsay Reed, and Taylor Hillman, Venable, LLP, Washington, DC. Bryan M. Byrd, Department of Justice, Washington, DC, Trial Attorney, Commercial Litigation Branch, Civil Division, for defendant. With him were Douglas K. Mickle, Assistant Director, Commercial Litigation Branch, Martin F. Hockey, Jr., Acting Director, Commercial Litigation Branch, and Brian M. Boynton, Acting Assistant Attorney General, Civil Division. Christinalynn E. McCoy and Geraldine Chanel, of counsel. David S. Black, Holland & Knight LLP, Tysons, VA for intervenor. With him were Greg Hallmark and Amy Fuentes, Holland & Knight LLP, Tysons, VA. OPINION

HORN, J.

In the above-captioned post-award bid protest, protestor Agile Bot II, LLC (ABII) challenges the decision of the Defense Advanced Research Projects Agency (DARPA)

1 This Opinion was issued under seal on September 4, 2021. The parties were asked to propose redactions prior to public release of the Opinion. This Opinion is issued with the redactions that the parties proposed in response to the court’s request. Words which are redacted are reflected with the notation: “[redacted].” to award a contract to intervenor, SecuriGence, LLC (SecuriGence), arguing that the award was “arbitrary and capricious.” Given the urgency identified by the agency for resolution of this protest, this Opinion memorializes the oral decision issued by the court on August 30, 2021, which granted defendant’s and intervenor’s cross-motions for judgment on the amended Administrative Record and denied protestor’s motion for judgment on the amended Administrative Record, which was effective immediately at the time of the oral decision.

FINDINGS OF FACT On March 23, 2020, DARPA issued Request for Quotations No. HR001120Q0002 (the RFQ) as a total small business set-aside,2 seeking proposals for “entire range of IT services, support, engineering, and infrastructure necessary to implement the DARPA IT operational, mission, and research objectives.” The RFQ contemplated the issuance of a task order on a hybrid fixed-price award fee, time-and-material, and labor-hour basis, with a one-year base period and eight one-year options.

The RFQ explained: “The Government intends to award one (1) standalone task order to the Quoter determined to be the best value to the Government. The best value determination will be made using a trade-off analysis of all Phase I and II evaluation factors in accordance with methodology specified in this solicitation.” For Phase I, the RFQ stated:

Factor 1 – Essential Capabilities Experience The Quoter will be evaluated on their past experience working in an unclassified Gov-Cloud environment. The Quoter will be evaluated on their past experience working in a classified multi-level security environment. The Quoter will be evaluated on their DoD-approved multi-level security vendor solution and its rationale for why it is relevant. Providing a solution with which the Quoter has experience will be rated higher. Past experience will only be considered as acceptable (recent and relevant) if it has been performed since January 1, 2015, and includes minimums of 2000 users and 300 remote sites across multiple systems. If a Quoter’s stated experience is based all or in part on their subcontractor’s experience, the Quoter will be evaluated on their description of the subcontractor’s intended role performing this work under the resultant contract in the performance confidence assessment rating.

(emphasis in original). The RFQ continued: “For Phase I, there is one evaluation factor, and no subfactors, stated or unstated. The Government evaluators, however, may use their professional judgment and experience in rating quotations for Phase I.” Factor 1 was evaluated on the following ratings: Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, and No Confidence. For the Phase II Evaluation Criteria, the RFQ indicated:

2 The RFQ was amended three times, most recently on June 29, 2020. 2 The Government will use the following evaluation factors to evaluate quotations:

Factor 1: Essential Capabilities Experience Factor 2: Technical Approach Factor 3: Management Approach Factor 4: Key Personnel Factor 5: Past Performance Factor 6: Supply Chain Risk Mitigation Plan Factor 7: Price/Cost (Reasonableness/Realism)

Factor 1 is the most important evaluation factor and is more important than combined Factors 2-6. Factors 2-6 are listed in descending order of importance. Non-price/cost Factors 1-6 combined are significantly more important than price/cost Factor 7. The importance of price/cost Factor 7, however, will increase as non-price/cost Factors 1-6 of quotations become closer in merit. For Phase II, there are no subfactors, stated or unstated. The Government evaluators, however, may use their professional judgement and experience in rating quotations for Phase II. Quoters’ Phase I Evaluation Factor 1 rating will be included in the overall Phase II trade-off evaluation.

For “Factor 2: Technical Approach,” the RFQ explained that “[q]uoters will be evaluated on how well their technical approaches will fulfill all of the requirements of all requirements of the exemplar PWS sections/subsections demonstrating the ability to successfully perform all contract requirements,” and for “Factor 3: Management Approach,” the RFQ stated “[t]he Quoter will be evaluated on how well their management approach demonstrates their ability to successfully manage all requirements of the task order.” Regarding “Factor 4: Key Personnel,” the RFQ indicated that a quoter will be “evaluated on how well the Key Personnel demonstrate appropriate qualifications, education, and experience for the work they will be accomplishing. Relevant DARPA or related Government IT experience will be rated higher. Current employment with the prime contractor or quoted subcontractor or letter of intent will be rated higher.” For “Factor 6: Supply Chain Risk Mitigation Plan,” the RFQ indicated: “The Quoter will be evaluated on how well their plan mitigates supply chain risk for the Government,” and “Based on its evaluation, the Government will assign each Quoter a rating of High Confidence, Medium Confidence, or Low Confidence for each Factor 2, 3, 4, and 6 as outlined in the table below:”

3 CONFIDENCE RATING DESCRIPTION High Confidence The Government has high confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the task order. Medium Confidence The Government has some confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the task order. Low Confidence The Government has low confidence that the Quoter understands the requirement, proposes a sound approach, and will be successful in performing the task order. For Factor 5: Past Performance,” the RFQ stated, “[q]uoters will be evaluated on their probability of meeting all of the solicitation requirements, including the PWS [Performance Work Statement]. The past performance evaluation will consider each Quoter’s demonstrated recent and relevant record of performance in supplying services that meet the task order’s requirements.” Like Factor 1, past performance evaluations utilized the confidence assessment ratings of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, and No Confidence.

For “Factor 7: Price/Cost,” the RFQ explained:

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

Related

Resource Conservation Group, LLC v. United States
597 F.3d 1238 (Federal Circuit, 2010)
Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Califano v. Sanders
430 U.S. 99 (Supreme Court, 1977)
Pension Benefit Guaranty Corporation v. LTV Corp.
496 U.S. 633 (Supreme Court, 1990)
United States Postal Service v. Gregory
534 U.S. 1 (Supreme Court, 2001)
Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Tyler Construction Group v. United States
570 F.3d 1329 (Federal Circuit, 2009)
CHE Consulting, Inc. v. United States
552 F.3d 1351 (Federal Circuit, 2008)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
United Pacific Insurance Company v. Roche
401 F.3d 1362 (Federal Circuit, 2005)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Agile-Bot II, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/agile-bot-ii-llc-v-united-states-uscfc-2021.