Applied Business Management Solutions, inc.llc v. United States

117 Fed. Cl. 589, 2014 WL 3971572
CourtUnited States Court of Federal Claims
DecidedAugust 13, 2014
Docket1:14-cv-00214
StatusPublished
Cited by11 cases

This text of 117 Fed. Cl. 589 (Applied Business Management Solutions, inc.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
Applied Business Management Solutions, inc.llc v. United States, 117 Fed. Cl. 589, 2014 WL 3971572 (uscfc 2014).

Opinion

(Bid Protest)

Post-Award Bid Protest; Corrective Action; Service-Disabled Veteran-Owned Small Business; Termination for Convenience; Reduction in Requirements; Reprocurement As Sole Source 8(a) Set-Aside; FAR 19.804.29; FAR 19.804-2(a); 13 C.F.R. 124.504(a); 13 C.F.R. 124.504(c).

OPINION AND ORDER ENTERING PERMANENT INJUNCTION

Williams, Judge.

In this protest Applied Business Management Solutions, Inc. (“ABMSI”) challenges corrective action the General Services Administration (“GSA") took in response to two Government Accountability Office (“GAO”) protests by Moody’s Consulting Services, Inc, (“Moody’s”). In response to Moody’s first protest against an award to ABMSI, GSA represented to GAO that it was taking corrective action by having offerors realign their pricing, and by GSA revising its price analysis report, reevaluating and documenting past performance and making a new best value award determination, if necessary. GSA undertook this corrective action and almost finished it, when approximately nine months later, Moody’s filed a second GAO protest claiming GSA failed to complete its corrective action in timely fashion. In fact, GSA had completed much of its corrective action; it had revised its pricing analysis and past performance analyses a month before the second protest was filed, and these reevaluations did not suggest any error with the original award to ABMSI. Nonetheless, rather than simply present the revised pricing and past performance analyses to the Source Selection Authority to make a best value determination, GSA claimed a budget cut necessitated such a sweeping reduction in requirements that ABMSI’s contract no longer met agency needs, thus warranting termination of ABMSI’s contract and a sole-source reprocurement.

GSA’s invocation of budget-mandated reduced needs to conclude that ABMSI’s contract no longer met agency requirements was unsupported by the record and erroneous. ABMSI’s contract from the start accommodated a reduction in requirements and could have remained in place without the agency’s ensuing conduct — its rush to the Small Business Administration (“SBA”) to secure an 8(a) sole-source contract for services that cost more than ABMSI’s contract and displaced a competitive award to a service-disabled veteran-owned small business. GSA’s conduct was arbitrary, capricious, and anti-competitive, lacked a rational basis, and prejudiced a service-disabled veteran-owned small owned business. As such, this Court declares GSA’s sole-source award to Premier Management Corporation (“Premier”) null and void, permanently enjoins GSA and Pre *593 mier from implementing this sole-source contract and orders GSA to complete the corrective action it undertook in response to Moody’s protests forthwith.

Findings of Fact 2 ,

The Solicitation

On February 1, 2012, the General Services Administration (“GSA”) issued solicitation number GS-11P-12-YA-C-0017 (“original Solicitation”) as a service-disabled veteran-owned small business (“SDVOSB”) set-aside for “administrative support services” for the Public Buildings Service (“PBS”), National Capital Region for a one-year base period with four one-year options. AR Tab 1 at 6; see also AR Tab 24 at 578. The original Solicitation called for approximately 68 full-time positions to perform services in secretarial and administrative-assistant work categories. AR Tab 1 at 6.

Offerors were to submit both a price proposal and a technical proposal. AR Tab 1 at 54-57. The price proposal was to include price sheets with the anticipated firm-fixed price contract total for the estimated labor hours as well as prices for each performance year and five-year schedules, accompanied by supporting documentation to permit the Government to determine price reasonableness. Id. at 55. The technical proposal was to detail how the offeror would satisfy the requirements in the Statement of Work including the following:

a. The contractor’s program organizational structure.
b. The contractor’s approach to successfully provide services.
c. The contractor’s Program Manager’s plan to fulfill the technical requirements provided in the Statement of Work.
d. The name of three past projects performed by the contractor and contact information for a point of contact for each project.

AR Tabs 56-57.

Award was to be made to the offer deemed “most advantageous to the Government, price and other factors considered.” AR Tab 1 at 58. The factors of Technical and Management Approach and Past Performance were deemed to be of “equal importance,” and an evaluation rating of unacceptable in any factor would render that offeror ineligible for award. Id.; AR Tab 18 at 512. The Solicitation stated that the combined evaluation of technical and past performance was significantly more important than price. AR Tab 1 at 58.

Each factor was to be evaluated against performance standards, given a rating with a rationale, and evaluated according to risk level, strengths, weaknesses, and deficiencies.

Past performance ratings were to be based upon the following factors:

(i) Program organizational structure;
(ii) Approach for providing services successfully;
(iii) Project manager approach to fulfill the technical requirements identified in the Statement of Work;
(iv) Effectiveness in integrating subcontractors within the team’s management structure;
(v) Approach for project status and price;
(vi) Approach for issues management and resolution;
(vii) Approach for quality control assurance methods to ensure that the work performed meets the technical requirements of this contract and the proposed solution for desired outcomes;
(viii) Approach to transition in and transition out of services to achieve a seamless continuity of operations.

Id. at 56.

The Solicitation required past performance reports for three projects performed within the last five years by the entity that would perform the work. AR Tab 1 at 57. The three projects had to be similar in size, scope and complexity to the requirements in the *594 Solicitation. Id. GSA issued an Amended Solicitation effective February 15, 2013, that changed the performance periods, reduced the number of personnel needed from 68 to 61, and altered the language in the “Terms that Affect Price” clause. AR Tab 11 at 239.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
117 Fed. Cl. 589, 2014 WL 3971572, Counsel Stack Legal Research, https://law.counselstack.com/opinion/applied-business-management-solutions-incllc-v-united-states-uscfc-2014.