Agile Defense, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedApril 22, 2019
Docket18-1615
StatusPublished

This text of Agile Defense, Inc. v. United States (Agile Defense, 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
Agile Defense, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 18-1615 C Filed: April 1, 2019 Reissued: April 22, 20191

) AGILE DEFENSE, INC., ) ) Plaintiff, ) ) v. ) ) Post-Award Bid Protest; RCFC 52.1; THE UNITED STATES, ) Judgment on the Administrative Record; ) Administrative Record; Cost Realism Defendant, ) Analysis; Misleading Discussions ) and ) ) FEDITC, LLC, ) ) Defendant-Intervenor. ) )

Stephanie Diane Wilson, Berenzweig Leonard, LLP, McLean, VA, for plaintiff.

Barbara E. Thomas, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

Jeffery Mitchell Chiow, Rogers Joseph O’Donnell, PC, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest comes before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, Agile Defense, Inc. (“Agile”), challenges the decision of the United States, acting through the Defense Information Systems Agency (“DISA” or “Agency”), to exclude Agile from its twenty lowest-priced, technically acceptable offerors in Request for Proposal HC1028-15-R-0030 (“Solicitation” or “RFP”). The Solicitation is for ENCORE III, a multiple award contract awarding Fixed Price (“FP”) and Cost-Reimbursement (“CR”) task orders to provide “information technology (IT) solutions for the development, installation, fielding, training, operation and life-cycle management of components and systems 1 An unredacted version of this opinion was issued under seal on April 1, 2019. The parties were given an opportunity to propose redactions, and those redactions are reflected herein. in the operational environments of Combatant Commands and their subordinate components, the military services, Defense agencies, Office of the Secretary of Defense and other Federal agencies.” Administrative Record (hereinafter “AR”) 1784. In its Motion for Judgment on the Administrative Record, plaintiff asserts that the Agency’s cost realism analysis was arbitrary and capricious, an abuse of discretion, and violated the express terms of the Solicitation, and that the Agency’s misleading discussions with Agile were arbitrary and capricious and an abuse of discretion. See generally Plaintiff’s Motion for Judgment on the Administrative Record (hereinafter “Pl.’s MJAR”). Included in this bid protest is FEDITC, LLC (“FEDITC”), the defendant-intervenor and one of the twenty lowest-priced, technically acceptable offerors. For the following reasons, defendant and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record are granted, and plaintiff’s Motion for Judgment on the Administrative Record is denied.

I. Background

A. Factual Background

On March 2, 2016, the Agency issued the Solicitation for the ENCORE III procurement, a follow-on to the ENCORE II contract. See AR 1. The Solicitation sought to meet the Department of Defense’s (“DoD”) effort to “achieve information superiority” by providing information technology (“IT”) solutions to the military service branches, the DoD, and other federal agencies. See id. at 1784. DISA provided for award under the ENCORE III contracts to two separate sets or “suites” of twenty offerors—“full and open” competition for offerors regardless of their size and offerors specifically qualifying as “small business concerns.” See id. at 1891.

The selection process for the small-business suite was based upon a best value lowest price, technically acceptable evaluation in accordance with Federal Acquisition Regulation (“FAR”) 15.3, whereby the Agency would award up to twenty Indefinite-Delivery/Indefinite Quantity (“ID/IQ”) contracts, providing for both FP and CR type task orders to be issued under the contract. Id. at 1781, 1891, 1909. The Solicitation afforded awardees a “fair opportunity to be considered for specific task and delivery orders issued against the ENCORE III contract.” Id. at 1781. DISA was authorized to award not more than $17,500,000,000.00 over ten years, to be divided into two five-year terms. Id. at 1782. Contractors chosen would need to “provide all materials, services, personnel, planning, direction, coordination, and control necessary to provide the services required.” AR 1786.

The Agency chose awardees based on three sets of evaluation factors: (1) Technical/Management Approach; (2) Past Performance; and (3) Cost/Price. See id. at 1899– 1901. The Cost/Price factor required offers to include a price narrative and a pricing spreadsheet. See id. at 1901. For the pricing spreadsheets, offerors calculated their FP labor rates and CR labor rates for each different type of job, defined as an ENCORE III labor category (“LCAT”), that an awardee would likely need to fill in order to perform the various types of work required by an ENCORE III task order. See id. at 1902 (describing a total of 116 LCATs). The Solicitation required that FP and CR labor rates were to “include all direct, indirect, general and administrative costs, and profit associated with providing the required skill.” Id. at 1904.

-2- The price narrative was to contain information on “[p]ricing methodology and all supporting cost information of [CR] labor rates.” Id. at 1901. For direct labor rates—the actual proposed hourly compensation—offerors were to include information such as “payroll records [and] salary survey data” in their price narrative. AR 1902.

The Solicitation also outlined how the Agency would evaluate offers. After calculating the labor rates for each LCAT and increasing the rate for each year beyond the first year, Agency evaluators multiplied the LCAT rates by the estimated hours required per year, totaling the amount for each LCAT per year. See id. at 1902, 1910. The sum of the amounts to be spent on all LCATs over the lifetime of the contract yielded each offeror’s “Total Proposed Price.” Id. at 1910.

For the CR portion of the Solicitation, the Agency was required to determine whether the CR rates were “complete, reasonable, and realistic” by using techniques found in FAR 15.404 to determine the Most Probable Cost of each offeror. Id. at 1910, 1918–19. The Most Probable Cost for the CR portion of each proposal required the cost/price team to calculate the average of all CR rates proposed by all offerors within the small business suite for each LCAT. See id. at 1919. The cost/price team would then calculate the dollar amount that fell one standard deviation below each average rate for every LCAT. See id.

For each LCAT within each offeror’s proposal, the cost/price team “consider[ed] a rate that is 1 standard deviation below the average to be a realistic rate, subject to cost analysis techniques in accordance with FAR 15.404.” See AR 1919. Rates falling below that range required evaluators to “review the submitted supporting documentation at the component level for that rate.” Id. If the supporting documentation provided “inadequate or no justification . . . for any component of that rate,” the evaluators “adjust[ed] the fully burdened CR labor rate to be equal to the average.” Id. If the offeror provided adequate supporting documentation, then the rate would not be adjusted. See id. This cost realism analysis provided the Agency with the most probable CR labor rates for each LCAT, which were multiplied by the estimated labor hours required per year, resulting in each offeror’s Most Probable Cost for the CR portion of the proposal.

After completing the cost/price evaluation, the Agency calculated the Total Evaluated Price (“TEP”) by adding the “Total Proposed Price for the FP portion of the proposal to the Most Probable Cost for the CR portion of the proposal.” Id. at 1910. Finally, the Solicitation instructed the Agency to rank offeror proposals by TEP. See id.

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
Greenland Contractors I/S v. United States
131 Fed. Cl. 216 (Federal Claims, 2017)
Beta Analytics International, Inc. v. United States
44 Fed. Cl. 131 (Federal Claims, 1999)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
DMS All-Star Joint Venture v. United States
90 Fed. Cl. 653 (Federal Claims, 2010)
Crassociates, Inc. v. United States
95 Fed. Cl. 357 (Federal Claims, 2010)
D & S Consultants, Inc. v. United States
101 Fed. Cl. 23 (Federal Claims, 2011)
Fisher v. United States
402 F.3d 1167 (Federal Circuit, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
Agile Defense, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/agile-defense-inc-v-united-states-uscfc-2019.