By Light Professional IT Services, Inc. v. United States

131 Fed. Cl. 358, 2017 U.S. Claims LEXIS 297, 2017 WL 1349325
CourtUnited States Court of Federal Claims
DecidedMarch 9, 2017
DocketNo. 16-1316C
StatusPublished
Cited by28 cases

This text of 131 Fed. Cl. 358 (By Light Professional IT Services, 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
By Light Professional IT Services, Inc. v. United States, 131 Fed. Cl. 358, 2017 U.S. Claims LEXIS 297, 2017 WL 1349325 (uscfc 2017).

Opinion

Post-Award Bid Protest; Judgment upon the Administrative Record; RCFC 52.1; Permanent Injunction.

MEMORANDUM OPINION AND ORDER

GRIGGSBY, Judge

I. INTRODUCTION

Plaintiff, By Light Professional Services, Inc. (“By Light”), brought this post-award bid protest matter challenging the United States Army Corps of Engineers’ (“USACE”) decision to award a contract for radio, satellite and microwave systems hardware and service support to Tribalco, LLC (“Tribalco”). By Light has moved for judgment upon the administrative record, pursuant to Rule 52.1 of the Rule^ of the United States Court of Federal Claims (“RCFC”). The government and Tribalco have also moved for judgment upon the administrative record, pursuant to RCFC 52.1. For the rea[361]*361sons discussed below, the Court DENIES By-Light’s motion for judgment upon the administrative record; GRANTS the government’s motion for judgment upon the administrative record; GRANTS Tribalco’s motion for judgment upon the administrative record; and DENIES By Light’s motion for a temporary restraining order and preliminary injunctive relief.

II. FACTUAL AND PROCEDURAL BACKGROUND1

A. Factual Background

In this post-award bid protest matter, By Light challenges the decision by the USACE to award a contract for radio, satellite and microwave systems hardware and service support under Solicitation No. W912DY-16-R-0015 (the “Solicitation”) to the defendant-intervenor in this matter, Tribalco. Compl. at ¶¶ 1, 5,33-36.

Specifically, By Light alleges that the USACE committed several errors in evaluating responsive proposals for the Solicitation and By Light challenges the agency’s decision to award the contract to Tribalco upon four grounds. Id. at ¶¶ 45-73. First, By Light alleges that the USACE’s determination that By Light’s final proposal contained a deficiency — because the proposal did not include a task order number for work performed under a base IDIQ contract-was arbitrary and capricious. PI. Mot. at 12-15. Second, By Light alleges that the USACE “improperly introduced an unannounced criterion that descriptions of past projects performed as task orders under IDIQ contracts must include a task order number,” in violation of 48 C.F.R. § 15.303(b)(4). Id. at 16-17. Third, By Light alleges that the USACE erred in upgrading the rating regarding the relevancy of Tribal-eo’s past performance under the Solicitation’s Past Performance factor to a “relevant” rating, in violation of 48 C.F.R. § 15.305(a)(2)(iv). Id. at 18-21. Finally, By Light alleges that the USACE conducted an “irrational” evaluation of the final proposals submitted by By Light and Tribalco, thereby prejudicing By Light. Id. at 21-22..

By Light further alleges that it has been prejudiced by the aforementioned alleged errors, because it has been denied the opportunity to compete for award of the contract. PI. Mot. at 2. And so, By Light requests that the Court set aside the USACE’s award decision, direct the USACE to reevaluate By Light’s proposal and grant By Light certain declaratory relief. Compl. at Prayer for Relief.

1. The Solicitation

On February 23, 2016, the USACE issued the Solicitation which requested proposals for a contract to provide radio, satellite and microwave systems hardware and service support throughout the United States and in select locations located outside the United States. AR at 116, 139, 141. The Solicitation calls for a hybrid, firm fixed-price IDIQ single award task order contract. Id. at 118.

There are several provisions in the Solicitation that are relevant to By Light’s claims. First, the Solicitation calls for three evaluation factors: Technical Capability, Past Performance and Price. Id. at 204-08.2 The So[362]*362licitation also provides that the Technical Capability factor mil receive the greatest weight in evaluating responsive proposals, followed by, in descending order, the Past Performance factor and the Price factor. Id. at 210-11.'

With respect to the Solicitation’s Technical Capability factor, the Solicitation provides that proposals must receive a minimum rating of “acceptable” to be eligible for award. Id. The Solicitation also provides that a proposal will receive an “unacceptable” rating if the proposal fails to meet the requirements of the Solicitation or contains deficiencies. Id. at 212. The Solicitation’s Technical Capability factor also includes three sub-factors: technical approach, personal qualifications and organizational structure, and experience. Id. at 206-07. Although these sub-factors are not individually weighted, the sub-factors contribute to the overall rating of the proposal. Id. at 206.

Especially relevant to this dispute, the Solicitation’s experience sub-factor requires that offeroi’s provide three past experiences that are relevant in “scope, magnitude and complexity.” Id. at 207. In this regard, the Solicitation provides, in relevant part, that:

Element 3, Tab C — Experience
Offerors shall submit documentation of three past (completed within the last 36 months of the issuance of the RFP) or current projects (with at least one invoice paid) with similar scope, magnitude, and complexity to the work described in the RFP, specifically sections 4.1, 4.2, 4.3, and 4.4 of the PWS. Offerors shall not include introductory language in them proposal describing general experience. The Government in this section is interested only in three “projects,” which are defined as discrete efforts relevant to this PWS. An IDIQ contract or a BPA alone does not constitute a relevant “project" but a task order under an IDIQ contract or the placement of a call under a BPA may count as a “project” If the offeror submits more than three (3) projects, the Government will only review and consider the first three listed in the proposal. Key subcontractors are defined as those who will be performing 10% or more of the overall effort. Offerors shall submit documentation with a minimum of three past or current projects with similar scope, magnitude, and complexity to the work described in the solicitation. Experience must include the following information:
■ Contract title
■ Current Project Manager, including name, company name, phone number, and email address
Contract number
I Contract type
U Contract value
■ Date of award
| Period of Performance
■ Brief narrative (no longer than one page) describing the nature and complexity of the work
■ Role of the offeror (prime or subcontractor) and percent of the total contract value
■ Government Point of Contact (POC) including name, phone number, and email address
[[Image here]]
AR at 210-11.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
131 Fed. Cl. 358, 2017 U.S. Claims LEXIS 297, 2017 WL 1349325, Counsel Stack Legal Research, https://law.counselstack.com/opinion/by-light-professional-it-services-inc-v-united-states-uscfc-2017.