Apt Research, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJuly 14, 2021
Docket21-1102
StatusPublished

This text of Apt Research, Inc. v. United States (Apt Research, 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
Apt Research, Inc. v. United States, (uscfc 2021).

Opinion

In the Cited States Court of Federal Claims

BID PROTEST No. 21-1102C Filed Under Seal: June 22, 2021 Reissued: July 14, 2021°

APT RESEARCH, INC.,

Plaintiff, Post-Award Bid Protest; Judgment Upon the Administrative Record, RCFC 52.1; Best Value.

v. THE UNITED STATES, Defendant,

v.

ARES TECHNICAL SERVICES CORPORATION,

Defendant-Intervenor.

ee ee

W. Brad English, Counsel of Record, Jon D. Levin, Of Counsel. Emily J. Chancey, Of Counsel, J. Dale Gipson, Of Counsel, Maynard, Cooper & Gale, P.C., Huntsville, AL, for plaintiff.

Michael D. Austin, Trial Attorney, Deborah A. Bynum, Assistant Director, Martin F. Hockey, Jr., Acting Director, Brian M. Boynton, Acting Assistant Attorney General, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, Cpt. Carlos Pedraza, Of Counsel, United States Army, for defendant.

Daniel R. Forman, Counsel of Record, James G. Peyster, Of Counsel, Crowell & Moring, LLP, Washington, DC, for defendant-intervenor.

“ This Memorandum Opinion and Order was originally filed under seal on June 22, 2021. ECF No. 47. The parties were given an opportunity to advise the Court of their views with respect to what information, if any, should be redacted from the Memorandum Opinion and Order. On July 14, 2021, plaintiff filed a joint status report on behalf of the parties indicating that no redactions are necessary. ECF No. 49. And so, the Court is reissuing its Memorandum Opinion and Order, dated July 14, 2021, as the public opinion. MEMORANDUM OPINION AND ORDER

GRIGGSBY, Judge I. INTRODUCTION

Plaintiff, APT Research, Inc. (“APT”), brings this post-award bid protest action challenging the United States Missile Defense Agency’s (“MDA”) evaluation process and decision to award a contract to support the Missile Defense System (the “MDS Contract’) to ARES Technical Services Corporation (“ARES”). The parties have filed cross-motions for judgment upon the administrative record on the issue of whether the MDA’s evaluation process for the MDS Contract and award decision were reasonable. See generally Pl. Mot.; Def. Mot.; Def.-Int. Mot. For the reasons set forth below, the Court: (1) DENIES APT’s motion for judgment upon the administrative record; (2) GRANTS the government’s and ARES’s respective cross-motions for judgment upon the administrative record; and (3) DISMISSES the

complaint. Il. FACTUAL AND PROCEDURAL BACKGROUND! A. Factual Background

This bid protest involves a challenge to the MDA’s evaluation process and decision to award the MDS Contract to ARES. APT is an unsuccessful offeror in connection with that

procurement. See AR2567.

As background, the MDA’s mission is to develop and deploy a layered Missile Defense System (“MDS”) to defend the United States, its deployed forces, its allies and friends from missile attacks in all phases of flight. See https://www.mda.mil. As part of this mission, the MDA requires, among other things, agency-wide safety engineering services to support the MDS, which include simulated flight and ground tests as well as the development,

implementation and execution of safety and occupational health programs. AR302; AR2454.

' The facts recited in this Memorandum Opinion and Order are taken from the administrative record (“AR”); APT’s motion for judgment upon the administrative record (Pl. Mot.”); and the government’s and ARES’s cross-motions for judgment upon the administrative record (“Def. Mot.”; “Def.-Int. Mot.”). Except where otherwise noted, the facts cited herein are undisputed. APT is the incumbent provider of safety engineering services to the MDA. See Am. Compl. at 34.

1. The RFP

The contract at issue was awarded pursuant to the MDA’s Request for Proposals No. HQ0858-20-R-0003 (“RFP”). Jd. at J§[ 4-5. On June 1, 2020, the MDA issued the RFP to procure continued safety engineering services to support the MDS. AR33; AR302; AR2454. The RFP provides that the MDA would use the following four factors to evaluate proposals: (1) Mission Capability; (2) Information Management and Control Plan Services; (3) Organizational

Conflict of Interest Management Plan; and (4) Cost and Price. AR410.

The RFP states that the MDA would award the MDS Contract to the offeror whose proposal constitutes the best value to the government, using a trade-off analysis of two of the evaluation factors: (1) Mission Capability and (2) Cost and Price. /d. In this regard, the RFP states that the Mission Capability factor is “significantly more important than Cost and Price.” Id. The RFP also states that “[a]ward may be made to a higher rated, higher priced [o]fferor where the Source Selection Authority .. . reasonably determines that the technical superiority of

the higher priced [o]fferor outweighs the price differential.” AR411.

The RFP requires offerors to submit proposals in six volumes. See AR358. Specifically relevant to this dispute, the RFP provides that offerors are required to address the following six subfactors of the Mission Capability factor in Volume III of their proposals: (1) Safety Risk Acceptance Package Development and Coordination; (2) Safety Requirements Tailoring Process Support; (3) Program Safety Documentation Review; (4) Test Event Safety Oversight; (5) Occupational Safety & Health Program; and (6) Human Capital Management. AR364. The RFP also provides that the Human Capital Management subfactor is comprised of the following four elements: (1) recruit qualified personnel; (2) retain qualified personnel; (3) problem resolution strategy; and (4) key staff position defined as Contract Program Manager (“CPM”). AR365- AR366. With regards to the fourth element concerning the CPM, Section L of the RFP states that every offeror “shall provide a bilaterally-signed employment agreement (employment contingent on contract award) for the key staff position.” AR396. Section M of the RFP similarly requires offerors to provide “a bilaterally-signed employment agreement that stipulates

employment beginning on or before the first day of contract period of performance for this effort.” AR417. Section L of the RFP further provides that:

Offerors shall assume that the Government has no prior knowledge of the Offeror’s experience and will base its evaluation on the information presented in the Offeror’s proposal. ... The Offeror’s proposal shall include all of the information requested and shall comply fully with these Section L instructions. Failure to do so may cause the Offeror’s proposal to be eliminated from consideration for award.

AR356. In addition, Section M of the RFP provides that all offerors are “required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and

technical requirements, in addition to those identified as factors and subfactors to be eligible for

award.” AR411.

The RFP also provides that the MDA will evaluate proposals and award the MDS Contract without conducting discussions. AR383. But, the RFP allows the MDA to seek clarification, as described in FAR § 15.306(a). Jd.

With regards to the evaluation process, the RFP provides that the MDA would assign strengths, weaknesses, significant weaknesses or deficiencies to each proposal. AR413. In this regard, the RFP states that each offeror would receive one of the following five adjectival ratings

under each of the six subfactors for the Mission Capability factor:

Description Proposal indicates an exceptional approach and

understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low.

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)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Gutierrez De Martinez v. Lamagno
515 U.S. 417 (Supreme Court, 1995)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
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)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
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)

Cite This Page — Counsel Stack

Bluebook (online)
Apt Research, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/apt-research-inc-v-united-states-uscfc-2021.