Cedge Software Consultants, LLC v. United States

117 Fed. Cl. 419, 2014 WL 3894130
CourtUnited States Court of Federal Claims
DecidedAugust 11, 2014
Docket1:14-cv-00394
StatusPublished
Cited by5 cases

This text of 117 Fed. Cl. 419 (Cedge Software Consultants, 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
Cedge Software Consultants, LLC v. United States, 117 Fed. Cl. 419, 2014 WL 3894130 (uscfc 2014).

Opinion

Bid Protest; Cross-Motions for Judgment on the Administrative Record; Assignment of a Deficiency; Removal From Competitive Range; Discussions

OPINION AND ORDER

SWEENEY, Judge

In this bid protest, plaintiff asserts that the procuring agency improperly excluded it from the competitive range, conducted inadequate discussions, and evaluated the offerors’ proposals disparately on a key factor. The parties have cross-moved for judgment on the administrative record. For the reasons set forth below, the court denies plaintiffs motion and grants the motions of defendant and defendant-intervenor.

I. BACKGROUND

A. Solicitation

On June 12, 2013, the United States Transportation Command (“USTRANSCOM”) issued solicitation number HTC711-13-R-D003 for an Enterprise Architecture, Data, and Engineering contract to meet the information technology engineering needs of three United States Department of Defense components located at Scott Air Force Base, Illinois: USTRANSCOM; the United States Air Force Air Mobility Command Directorate of Command, Control, Communications, and Computer Information Systems; and the Military Surface Deployment and Distribution Command Communications Directorate (collectively, “the procuring agencies”). 1 AR 294, 613-15. More specifically, USTRANS-COM sought to procure:

an integrated enterprise architecture from the enterprise level down through the solution level and across solution level architectures. Integration is achieved through the architecture tool suite, the use of standardized templates and guidelines, training, and the architecture review process. The work effort will support analytical services required to support and implement ... operational and system requirements solutions. The Contractor must possess a comprehensive understanding of the DOD Architecture Framework (DODAF), the Federal Enterprise Architecture Framework (FEAF) and the relationships/dependencies between architecture models to support assigned projects. The scope of the architecture and data management services ... includes the operational and system perspectives of Command and Control (C2), planning, transportation, logistics, and business support system domains. Using established strategic vision documentation, the Contractor will provide architecture and, data management support.... Systems administration of the tools that house the architecture and data artifacts is also required.

Id. at 615. The Performance Work Statement (“PWS”) included in the solicitation contains a description of nine tasks for which the contractor would be responsible: contract management; enterprise architecture development and maintenance; data management; modernization, development, support, and security for enterprise architecture tools; enterprise engineering support; alternate functional area communications and computer systems management duties; information support plan development; agile development; and prototyping. Id. at 615-48.

USTRANSCOM intended to award a single indefinite-delivery/indefinite-quantity contract “to the responsible offeror whose offer conforming to the solicitation [would] be most advantageous to the Government, price and other factors considered.” Id. at 682, 758. The four factors to be considered were technical capability, staffing approach, past performance, and price. Id. Technical capability was significantly more important than the other two nonprice factors, which were equally important. Id. Combined, the non-price factors were approximately equally important as price. Id. Given the weight assigned to each factor, offerors were advised *422 that the contract could be awarded to “a higher rated, higher priced offeror,” but that USTRANSCOM would “not pay a price premium that it consider[ed] to be disproportionate to the benefits associated with the proposed margin of service superiority.” Id. at 682. Offerors were further advised that USTRANSCOM might “conduct discussions with offerors” and “limit the competitive range for purposes of efficiency.” Id.

The technical capability factor had four subfactors; in “descending order of importance,” they were technical capability, enterprise architecture development, enterprise engineering support, and staffing approach. Id. Of particular’ relevance in this protest are the first two subfactors:

Subfactor 1: Technical capability — The Of-feror shall submit a sound plan for accomplishing the requirements of the PWS. The plan should provide a logical approach that ensures timely support for all tasks as described in the PWS.
Subfaetor 2: Enterprise Architecture Development (Task 2) — Offerors shall submit an integrated model subset addressing the following:
(a) The Offeror shall develop and submit Department of Defense Architecture Framework (DODAF) v2.02 models based on the attached use case ... and applicable reference listed in sub-paragraph (b), below. Models required for submission:
1.OV-5a, Operational Decomposition Tree
2. 0V-6c, Event-Trace Description (Developed using BPMN) 2
3. AV-2, Integrated Dictionary
(b) Reference Materials. The following reference materials will be used by the evaluation team to review submissions under this subfactor:
1. DODAF, Version 2.02
2. Enterprise Architecture Planning, Developing a Blueprint for Data, Applications, and Technology, Steven H. Spewak, and Steven C. Hill[,] A Wiley — QED publication!,] 1992
3. The Practical Guide to Business Process Reengineering Using IDEFO, Clarence Feldmand, Dorset House Publishing, 1998
4. BPMN Method & Style, Bruce Silver

Id. at 682-83 (footnote added). The “attached use ease” mentioned in the description of the second subfactor was a hypothetical situation in which a grandmother planned to install an in-ground swimming pool in her backyard, and included the following information: (1) a description of the stakeholders and interested parties; (2) a “main success scenario” containing fifty-one steps; (3) a number of “extensions,” i.e., deviations from the main success scenario; (4) a list of the technologies required for the project, such as a backhoe and survey equipment; and (6) a list of data required for the project, such as bids and contracts. Id. at 434-38.

USTRANSCOM described how it would evaluate submitted proposals in section M of the solicitation. Id. at 758-62. With respect *423 to the two technical capability subfaetors at issue in this protest, section M provided:

Factor 1-Teehnical Capability

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

Related

Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
Lockheed Martin Corporation v. United States
124 Fed. Cl. 709 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
117 Fed. Cl. 419, 2014 WL 3894130, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cedge-software-consultants-llc-v-united-states-uscfc-2014.