A.T. Kearney Public Sector and Defense Services, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedDecember 17, 2021
Docket21-2121
StatusPublished

This text of A.T. Kearney Public Sector and Defense Services, LLC v. United States (A.T. Kearney Public Sector and Defense 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
A.T. Kearney Public Sector and Defense Services, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 21-2121

(Filed under seal: December 9, 2021) (Reissued: December 17, 2021)

) A.T. KEARNEY PUBLIC SECTOR ) Post-award bid protest; motion for AND DEFENSE SERVICES, LLC, ) preliminary injunction; lack of showing of ) likelihood of success on merits Plaintiff, ) ) v. ) ) UNITED STATES, ) ) Defendant, ) ) and ) ) BCG FEDERAL CORP., ) ) Defendant-Intervenor. ) )

Elizabeth N. Jochum, Blank Rome, LLP, Washington, D.C., for plaintiff.

Sheryl L. Floyd, Trial Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C., for the United States. With her on the briefs were Brian M. Boynton, Acting Assistant Attorney General, Civil Division, and Patricia M. McCarthy, Director, and Franklin E. White, Jr., Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C.

Jennifer S. Zucker, Greenberg Traurig, LLP, Washington, D.C., for defendant-intervenor BCG Federal Corp. With her on the briefs were Michael J. Schaengold and Christopher M. O’Brien, Greenberg Traurig, LLP, Washington, D.C.

OPINION AND ORDER1

1 Because of the protective order entered in this case, this opinion was initially filed under seal. The parties were requested to review the decision and provide proposed redactions of any confidential or proprietary information. The resulting redactions are shown by asterisks enclosed by brackets, i.e., “[***].” This post-award bid protest is before the court on plaintiff’s motion for a preliminary injunction. See Pl.’s Mot. for Prelim. Inj. (“Pl.’s Mot.”), ECF No. 2.2 Plaintiff A.T. Kearney Public Sector and Defense Services, LLC (“Kearney”) submitted a bid in response to Request for Proposals No. N0018921R0016 (“the solicitation”) on April 14, 2021. AR 16-268.3 The solicitation sought to award multiple firm-fixed price, indefinite delivery indefinite quantity contracts that would enable the Naval Supply Systems Command to address challenges in the Navy’s supply chain. See NAVSUP Strategic Transformation, https://sam.gov/opp/e26 008017e3d4c0f9bb88dbdf7e27d85/view. Bids were to be evaluated under two factors: corporate experience and technical approach, which had three sub-factors. AR 41(a)-3873 to 3875. An award was to be made to any offeror who was deemed acceptable on all factors. AR 41(a)-3873.

Kearney was deemed unacceptable under the scenario solution sub-factor of factor II and was not selected for an award. AR 34-3551. It then filed this bid protest on November 1, 2021, alleging that the Naval Supply System Command’s (“the agency” or “NAVSUP”) evaluation of Kearney’s proposal was arbitrary and capricious, that the agency used unstated evaluation criteria when evaluating plaintiff’s proposal, and that the Navy engaged in disparate treatment. Compl. ¶¶ 33, 37, 39, ECF No. 1. BCG Federal Corp. (“BCG Federal”) is an awardee under the challenged solicitation and intervened in the case on November 9, 2021. See Order of November 9, 2021, ECF No. 15.

In seeking preliminary injunctive relief, Kearney requests that the court enjoin “performance of the contracts awarded under the [solicitation], including issuance of task order solicitations, competitions under such task order solicitation[s], [and] award of task orders and performance thereunder” until the conclusion of this case. Pl.’s Mot. at 1. The government opposes this motion, arguing that the case does not merit injunctive relief and that the government would suffer “considerable” harm if an injunction is granted. Def.’s Resp. at 3, ECF No. 20. BCG Federal’s arguments are materially identical. See generally Def.-Int.’s Resp., ECF No. 28.4 The administrative record was filed on November 9, 2021, see ECF No. 19, and briefing has been completed, see Pl.’s Reply, ECF No. 26. The court held a hearing on November 23, 2021, and the motion is ready for disposition. For the reasons stated, plaintiff’s motion for a preliminary injunction is DENIED.

2 Plaintiff concurrently filed an application for a temporary restraining order, which the court denied at the initial status conference held on November 3, 2021. See Order of November 3, 2021, ECF No. 12. See also Hr’g Tr. 15:16-18 (November 3, 2021). 3 The administrative record filed with the court in accord with Rule 52.1(a) of the Rules of the Court of Federal Claims (“RCFC”) is divided into tabs and is consecutively paginated. The record will be cited by tab and page, e.g., “AR ___-___.” 4 Due to the timing of BCG Federal’s admittance as a party to the case, its response was allowed (with the consent of all parties) to be filed after Kearney’s reply. See Order of November 18, 2021, ECF No. 25.

2 FACTS5

A. The Solicitation NAVSUP’s role is to “manage[] supply chains that provide material for Navy aircraft, surface ships, submarines and their associated weapons systems,” which includes “contracting for supplies and services.” AR 6-55. To fulfill this purpose, NAVSUP issued the solicitation on March 9, 2019, seeking to “award . . . firm-fixed price multiple award [indefinite delivery, indefinite quantity] contracts for a 60-month ordering period [with] . . . an option to extend services for up to six months.” Def.’s Resp. at 6. The maximum value of the overarching contract is $246,761,679. AR 7-145. The solicitation was to be evaluated consistent with the requirements of Federal Acquisition Regulation (“FAR”) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement, and the Navy Marine Corps Federal Acquisition Supplement. AR 41(a)-3872.

The solicitation instructed offerors to submit their proposals based on two factors: “Corporate Experience” and “Technical Approach.” The technical approach factor had three subfactors: “Staffing Plan,” “Scenario Solution,” and “Small Business Participation Plan.” AR 41(a)-3873 to 3876. The proposals were to be deemed either “Acceptable” or “Unacceptable” as to each factor and sub-factor, and an award was to be made to “all proposals with an ‘Acceptable’ rating for all factors and sub-factors.” AR 41(a)-3873. A proposal was to be deemed acceptable for the scenario solution sub-factor when it “indicate[d] an exceptional approach and understanding of the requirements and contain[ed] multiple strengths in the [g]overnment’s assessment combined to successfully present a highly advantageous solution.” AR 41(a)-3874. A strength was defined as “[a]n aspect of an offeror’s proposal that ha[d] merit or exceed[ed] specified performance or capability requirements in a way that w[ould] be advantageous to the [g]overnment during contract performance.” AR 41(a)-3874. The scenario solution sub-factor was meant “to provide offerors the opportunity to demonstrate their knowledge and understanding of the requirement.” AR 41(a)-3938. The solicitation described the scenario as follows:

NAVSUP is constantly looking to reduce Average Customer Wait Time (ACWT) and Logistics Response Time (LRT) with a specific focus on optimizing forward positioning of material and reducing Last Tactical Mile (LTM) time segment to improve supply chain responsiveness in support of readiness objectives. NAVSUP is considering a holistic inventory positioning re-baseline approach that will incorporate the successes of current systems and private industry, while eliminating the shortcomings of those systems.

AR 41(a)-3938. Offerors were told to include the following information, among other things, in their proposals: a “[d]escription of the steps to evaluate the scenario, determine the solution,

5 The recitations that follow constitute findings of fact by the court drawn from the administrative record of the procurement filed pursuant to RCFC 52.1(a). See Bannum, Inc. v.

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

Related

Altana Pharma AG v. Teva Pharmaceuticals USA, Inc.
566 F.3d 999 (Federal Circuit, 2009)
CHE Consulting, Inc. v. United States
552 F.3d 1351 (Federal Circuit, 2008)
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)
Sciele Pharma Inc. v. Lupin Ltd.
684 F.3d 1253 (Federal Circuit, 2012)
Revision Military, Inc. v. Balboa Manufacturing Co.
700 F.3d 524 (Federal Circuit, 2012)
Mazurek v. Armstrong
520 U.S. 968 (Supreme Court, 1997)
Lockheed Martin Corporation v. United States
124 Fed. Cl. 709 (Federal Claims, 2016)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
NEQ, LLC v. United States
88 Fed. Cl. 38 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
A.T. Kearney Public Sector and Defense Services, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/at-kearney-public-sector-and-defense-services-llc-v-united-states-uscfc-2021.