Appsential, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMay 6, 2021
Docket21-804
StatusPublished

This text of Appsential, LLC v. United States (Appsential, 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
Appsential, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 21-804

(Filed Under Seal: April 29, 2021)

(Reissued: May 6, 2021)

) APPSENTIAL, LLC, ) Post-award bid protest; motion to ) supplement and complete the Plaintiff, ) administrative record; technical ) evaluation; price evaluation; best-value v. ) determination ) UNITED STATES, ) ) Defendant, ) ) and ) ) ) GENERAL DYNAMICS ) INFORMATION TECHNOLOGY, ) INC. ) Defendant-Intervenor. ) )

Eric S. Crusius, Holland & Knight LLP, Tysons, Virginia for plaintiff, Appsential, LLC. With him on briefs were David S. Black, Gregory R. Hallmark, and Kelsey M. Hayes, Holland & Knight LLP, Tysons, Virginia.

Stephen C. Tosini, Senior Trial Counsel, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C. for defendant, United States. With him on briefs were Brian M. Boynton, Acting Assistant Attorney General, Civil Division, Robert E. Kirschman, Jr., Director, and Douglas K. Mickle, Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C, as well as Ada Mitrani, Trial Attorney, United States Department of Energy, Washington, D.C.

Noah B. Bleicher, Jenner & Block LLP, Washington, D.C. for defendant-intervenor, General Dynamics Information Technology, Inc. With him on briefs were Previn Warren, Matthew L. Haws, and Carla J. Weiss, Jenner & Block LLP, Washington, D.C. OPINION & ORDER 1

LETTOW, Senior Judge.

Before the court in this bid protest are competing motions for judgment on the administrative record. Plaintiff Appsential, LLC (“Appsential”) challenges the Department of Energy’s (“DOE” or “agency”) decision to award a contract for business information technology to General Dynamics Information Technology, Inc. (“GDIT”), in essence replacing Appsential, which has been the incumbent on an expiring contract for the same services. The court finds that the agency appropriately acted in accordance with its discretionary judgment, and therefore Appsential’s motion for judgment on the administrative record is DENIED and the government’s and GDIT’s motions for judgment on the administrative record are GRANTED.

BACKGROUND

A. Solicitation

The DOE issued a request for quotations (“RFQ”) for solicitation number 89303019QCF000008 on November 26, 2019. AR 9-119 to 120. 2 The agency sought to establish a single-award blanket purchase agreement (“BPA”) to provide operations and maintenance support services to DOE’s corporate business information technology infrastructure. AR 9-120. The solicitation set the base period of performance at 36 months with two, 24-month option periods. AR 9-120 to 121. While the BPA “itself d[id] not obligate any funds[,] . . . [f]unds w[ould] be obligated by placement of individual Orders issued” pursuant to the agreement. AR 9-121. The agency anticipated that “five orders [would] be issued,” AR 9- 120, under the order categories Program Services (Order 1), Business Apps (Order 2), Data Management (Order 3), National Nuclear Security Administration (Order 4), and Program Management (Order 5), AR 9-158. The agency estimated that the amount of total purchases pursuant to the BPA would be approximately $282 million. AR 9-120.

To evaluate bids, the agency stated that it would “utilize the Best Value Trade-Off process.” AR 9-159. The government was “more concerned with obtaining a superior technical quote than making an award at the lowest evaluated price,” but would “not make an award at a price premium [that] it considers disproportionate to the benefits associated with the evaluated superiority of one technical quote over another.” AR 9-159. The RFQ outlined four factors by which bids would be evaluated—corporate experience (factor 1), demonstrated understanding of the technical requirement (factor 2), management approach and key personnel (factor 3), and price (factor 4). AR 9-160. These factors were listed in descending order of importance with corporate experience being the most important factor and price the least important factor. AR 9-

1 Because of the protective order entered in this case, this opinion was initially filed under seal. The parties were requested to review this opinion and to submit proposed redactions of any confidential or trade secret material. The resulting redactions are shown by ellipses enclosed by brackets, e.g., “[***]” 2 Citations to the administrative record shall include the tab and page number, i.e. “AR Tab-Page Number.”

2 160. Factors 1, 2, and 3 would be rated using an adjectival rating scale of outstanding, good, acceptable, marginal, and unacceptable. AR 9-160 to 161. Further, for the first three factors, the agency could evaluate a proposal for significant strengths, strengths, weaknesses, significant weaknesses, and deficiencies. AR 9-161. 3 Price, however, would not receive an adjectival rating, but would instead “be evaluated for price fairness and reasonableness.” AR 9-162. 4

B. Offers, Agency Evaluation, and Award to GDIT

Five bidders submitted offers to DOE, including Appsential and GDIT. AR 31-1646. Factors 1, 2, and 3 were evaluated by the agency’s Technical Evaluation Committee. See AR 31-1644, 1647. Appsential was awarded a rating of outstanding for factor 1, outstanding for factor 2, and good for factor 3. AR 31-1647. The agency then ranked the offerors’ overall technical qualifications. AR 31-1647. Appsential had the highest overall technical rating, while GDIT and another offeror were tied for the second highest rating. AR 31-1647. GDIT was awarded a rating of good for all three technical factors. AR 31-1647. 5 GDIT offered a price of $89,784,156.40, and Appsential offered a price of $[***]. AR 31-1656. GDIT’s price was the lowest price, approximately [***] percent lower than the next lowest price offer. See AR 31- 1656. The Contracting Officer conducted a price reasonableness determination and found that both offeror’s prices were fair and reasonable. AR 30-1641.

The source selection officer determined that GDIT’s offer, with its lower price, represented a better value to the government than the other offer that was rated the same technically. Therefore, the agency conducted the best-value tradeoff analysis between GDIT’s and Appsential’s offers and presented the following chart to directly compare the offers:

3 The RFQ provided detailed descriptions of what was meant by each of these terms and how the ratings would be assessed. AR 9-160 to 162. 4 The agency issued four amendments to the solicitation between December 20, 2019 and April 22, 2020. See AR Tabs 10-13. Following the third amendment, two offerors amended their offers. See Def.’s Cross-Mot. & Resp. at 5, ECF No. 33. 5 The three other offerors were [***], [***], and [***]. AR 31-1646. Like GDIT, [***] received a rating of good for all three factors. AR 31-1647. [***] was rated good for factor 1 and acceptable for factors 2 and 3, AR 31-1647, while [***] was rated acceptable for all three factors, AR 31-1647. As a result, the agency ranked the offerors’ overall technical qualifications as follows: [***] was tied for second; [***] was fourth; and [***] was fifth. AR 31-1647.

3 Vendor Factor 1: Factor 2: Demonstrated Factor 3: Factor 4: Price Corporate Understanding of Management Experience Technical Approach and Key Requirements Personnel Appsential Outstanding Outstanding Good $[***] GDIT Good Good Good $89,784,156.40

AR 31-1656 to 1657. After thoroughly detailing each offer’s strengths and weaknesses under the various factors and call orders, see AR 31-1657 to 1660, the source selection officer found that “the quote submitted by GDIT represent[ed] the best value to the Government.” AR 31-1660.

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

Related

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)
Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Hyperion, Inc. v. United States
115 Fed. Cl. 541 (Federal Claims, 2014)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
AgustaWestland North America, Inc. v. United States
880 F.3d 1326 (Federal Circuit, 2018)
Keeton Corrections, Inc. v. United States
59 Fed. Cl. 753 (Federal Claims, 2004)
Arinc Engineering Services, LLC v. United States
77 Fed. Cl. 196 (Federal Claims, 2007)
L-3 Communications Eotech, Inc. v. United States
83 Fed. Cl. 643 (Federal Claims, 2008)
Netstar-1 Government Consulting, Inc. v. United States
101 Fed. Cl. 511 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Appsential, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/appsential-llc-v-united-states-uscfc-2021.