Ascendant Services, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJune 8, 2022
Docket22-72
StatusPublished

This text of Ascendant Services, LLC v. United States (Ascendant Services, 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
Ascendant Services, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 22-72 C Filed Under Seal: May 16, 2022 Reissued: June 8, 2022 *

* * * * * * * * * * * * * * * * *** * * ASCENDANT SERVICES, LLC, * * Plaintiff, * * v. * * THE UNITED STATES, * * Defendant, * * and * * CAELUM RESEARCH * CORPORATION, * * Defendant-Intervenor. * * * * * * * * * * * * * * * * * * *** *

W. Brad English, with whom were Jon D. Levin, Emily J. Chancey, Joshua B. Duvall, and Nicholas P. Greer, Maynard, Cooper & Gale, P.C., all of Huntsville, AL, for Plaintiff.

Ioana Cristei, Trial Attorney, Commercial Litigation Branch, Civil Division, Department of Justice, with whom were Franklin E. White, Jr., Assistant Director, Patricia M. McCarthy, Director, and Brian M. Boynton, Principal Deputy Assistant Attorney General, all of Washington, D.C., for Defendant, and Captain Timothy M. McLister, Trial Attorney, U.S. Army Legal Services Agency, of Fort Belvior, VA, of counsel.

Beth V. McMahon, ReavesColey, PLLC, of Chesapeake, VA, for Defendant-Intervenor.

* Pursuant to the protective order entered in this case, this opinion was filed initially under seal. The parties provided proposed redactions of confidential or proprietary information. In addition, the Court made minor typographical and stylistic corrections. OPINION AND ORDER

SOMERS, Judge.

On January 24, 2022, Plaintiff, Ascendent Services, LLC (“Ascendant”), filed a protest in this Court challenging the United States Army’s award of an information technology, logistics, and cybersecurity support contract to Defendant-Intervenor, Caelum Research Corporation (“Caelum”). Plaintiff argues that the Army misapplied the solicitation’s key personnel requirements and that other aspects of the Army’s evaluation were irrational.

On May 9, 2022, the Court issued an order denying Plaintiff’s motion for a permanent injunction, explaining that Plaintiff failed to meet its burden to establish that it is entitled to an injunction because, inter alia, the Army did not erroneously evaluate the solicitation’s key personnel requirements and Plaintiff did not prove by a preponderance of the evidence that the Army made any other prejudicial errors in its evaluation of the proposals. This opinion provides the reasons behind the Court’s May 9th order, denies Plaintiff’s motion for judgment on the administrative record, and grants the government’s and Defendant-Intervenor’s cross-motions for judgment on the administrative record.

BACKGROUND AND PROCEDURAL HISTORY

On March 1, 2021, the Army issued solicitation number W91CRB-21-R-0017 (“solicitation” or “RFP”) seeking proposals for “a services contract to provide Information Technology (IT), IT logistics, and cybersecurity support” at four Army installations: the Army Test and Evaluation Command (“ATEC”) Headquarters; the Army Evaluation Center; the U.S. Army Aberdeen Test Center; and the Operational Test Command at Fort Hood. AR 245, 249. The solicitation informed offerors that services may also be required at other locations “throughout the life of [the] contract.” AR 249. A crucial part of the awardee’s services would be to support ATEC in its mission to relay essential information to soldiers on the battlefield while performing technological operations testing. ECF No. 29-1 at ¶ 5; AR 249–50.

The solicitation provided that the Army would evaluate offerors’ proposals in two phases. AR 340. The first phase filtered out offerors that lacked the requisite experience to meet the solicitation’s requirements. Id. Of the twenty-four proposals submitted, twenty-one were selected to move forward to the second phase of the evaluation. AR 8136–39, 8667, 8752. The second phase consisted of a three-factor evaluation process to select the awardee: (1) Past Performance; (2) Cost; and (3) Management Factor. AR 336–37.

Past performance required offerors to list and describe “recent and relevant contracts” that had similar requirements to those of the solicitation. AR 339. Offerors received one of two ratings under Past Performance:

Acceptable: Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.

2 Unacceptable: Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

AR 341.

With regard to cost, offerors were to submit a cost proposal detailing their costs on an Excel spreadsheet. AR 337–38. Finally, offerors’ management approach, which was significantly more important than cost, was rated on an adjectival scale:

Outstanding. Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

Good. Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

Acceptable. Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

Marginal. Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Unacceptable. Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable.

The Army evaluated offerors’ management approach on two elements. The first element evaluated whether the offeror adequately provided responses in its proposal that met the “requirements specified in the RFP” and the “extent to which each requirement has been addressed in the proposal.” AR 342. The second element examined whether the offeror’s approach was feasible: the “extent to which the proposed approach is workable and the end results achievable,” the “extent to which successful performance is contingent upon proven techniques,” and the “extent to which the offeror is expected to be able to successfully complete the proposed tasks and technical requirements within the required schedule.” Id. The Army rated components of offerors’ proposals for these evaluations based on the following:

Deficiency: A material failure of a proposal to meet a government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.

3 Strength: Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract.

Weakness: A flaw in the proposal that increases the risk of unsuccessful contract performance.

AR 211.

Of the twenty-one proposals that qualified for consideration in the second phase of the evaluation, fourteen were rated “Unacceptable” under the Management Factor and were removed from award contention. The Army rated the remaining seven offerors as follows:

Offeror Total Evaluated Management Past Performance Price Acceptable Acceptable Good Acceptable Acceptable Acceptable Caelum $85,780,380 Outstanding Acceptable Ascendant $88,012,684 Marginal Acceptable Marginal Acceptable Good Acceptable

AR 8815.

The Army awarded strengths and weaknesses for these seven offerors as follows:

Evaluation Caelum Ascendant Result Strengths 0 5 0 9 0 1 3 Weaknesses 0 0 0 0 3 5 2

AR 8754.

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

Related

United States v. Buchner
7 F.3d 1149 (Fifth Circuit, 1993)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Gould, Inc. v. The United States
935 F.2d 1271 (Federal Circuit, 1991)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Coast Federal Bank, Fsb v. United States
323 F.3d 1035 (Federal Circuit, 2003)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Jordan Pond Company, LLC v. United States
115 Fed. Cl. 623 (Federal Claims, 2014)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Wellpoint Military Care Corp. v. United States
953 F.3d 1373 (Federal Circuit, 2020)
System Studies & Simulation v. United States
22 F.4th 994 (Federal Circuit, 2021)
Aero Corp., S.A. v. United States
42 Cont. Cas. Fed. 77,213 (Federal Claims, 1997)

Cite This Page — Counsel Stack

Bluebook (online)
Ascendant Services, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ascendant-services-llc-v-united-states-uscfc-2022.