Citizant, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 25, 2019
Docket18-856
StatusPublished

This text of Citizant, Inc. v. United States (Citizant, 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
Citizant, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 18-856C (Filed Under Seal: March 11, 2019) (Reissued for Publication: March 25, 2019)

************************************* CITIZANT, INC., * * Plaintiff, * * v. * Postaward Bid Protest; RCFC 52.1; * Cross-Motions for Judgment; THE UNITED STATES, * Failure to Follow Solicitation Requirements; * Technical Evaluation; Cost/Price Evaluation Defendant, * * and * * HALVIK CORP., * * Defendant-Intervenor. * *************************************

Tenley A. Carp, Washington, DC, for plaintiff.

Jeffrey D. Klingman, United States Department of Justice, Washington, DC, for defendant.

Alexander J. Brittin, McLean, VA, for defendant-intervenor.

OPINION AND ORDER

SWEENEY, Chief Judge

In this postaward bid protest, plaintiff Citizant, Inc. (“Citizant”) alleges that the contracting officer (“CO”) erred by not selecting it as an awardee in connection with a solicitation issued by the United States General Services Administration (“GSA”) for information technology services. Specifically, Citizant claims that the CO improperly credited points for proposals submitted by other offerors and, but for that error, Citizant would have been selected as an awardee. Defendant and Halvik Corp. (“Halvik”), who intervened to defend its interest as an awardee, dispute Citizant’s contentions. The court is presented with the parties’

 The reissued Opinion and Order incorporates the agreed-to redactions proposed by the parties on March 22, 2019. The redactions are indicated with bracketed ellipses (“[. . .]”). cross-motions for judgment on the administrative record. For the reasons explained below, the court denies defendant’s motion, denies Halvik’s motion, and grants Citizant’s motion.

I. BACKGROUND

A. Solicitation

On June 20, 2016, the GSA issued solicitation QTA0016GBA0002 to procure information technology services for the government. Administrative R. (“AR”) 4, 270. Specifically, the GSA sought proposals for the Alliant 2 Small Business Governmentwide Acquisition Contract, a multiple-award, indefinite-delivery, indefinite-quantity contract. Id. at 270. An awardee under the solicitation would become eligible to receive task orders performed under the contract. Id. at 262-63. The GSA specified that proposals were due by October 7, 2016. Id. at 258.

1. Proposal Format and Contents

The GSA required that offerors submit their proposals in seven volumes: volume 1 – General; volume 2 – Relevant Experience; volume 3 – Past Performance; volume 4 – Systems, Certifications, and Clearances; volume 5 – Organizational Risk Assessment; volume 6 – Cost- Price; and volume 7 – Responsibility. Id. at 365. Citizant’s protest concerns volumes 1, 4, and 6.

In volume 1, offerors needed to include, among other items, a completed copy of the Document Verification and Self Scoring Worksheet (“Scoring Worksheet”). Id. at 372. In the Scoring Worksheets, offerors were required to claim points for meeting specific criteria in the solicitation and then they were required to substantiate those points with supporting documents. Id.; see also id. at 179-80 (Scoring Worksheet).

In volume 4, offerors were required to include verification of an acceptable cost accounting system (“CAS”) if they claimed the 5500 points for possessing an acceptable CAS on the Scoring Worksheet. Id. at 180. Specifically, to substantiate those points, offerors needed to

provide verification from the Defense Contract Audit Agency [(“DCAA”)], Defense Contract Management Agency or any Cognizant Federal Agency [(“CFA”)] of an acceptable accounting system that has been audited and determined adequate for determining costs applicable to the contract or order in accordance with [Federal Acquisition Regulation (“FAR”)] 16.301-3(a)(3).

Id. at 392. An offeror provided the necessary verification by submitting four pieces of information: (1) the contact information for its agency representative, (2) a letter from the auditing agency attesting that its CAS had been audited and determined adequate, (3) an averment that it had not materially changed its CAS since its last audit, and (4) its Dun & Bradstreet (“DUNS”) number and Commercial and Government Entity (“CAGE”) code. Id. In lieu of submitting the letter from the auditing agency, an offeror could submit a statement of

-2- certainty in which it averred that it possessed an audited and adequate CAS.1 Id. An offeror expressing such certainty to the CO triggered the CO’s obligation to contact the auditing agency to verify that the offeror’s CAS was acceptable, and the GSA agreed that it would only deduct the 5500 points “[i]f after reasonable efforts the [CO was] unable to obtain audit verification from the [auditing agency].” Id. at 392. Regardless of the verification method chosen by the offeror, it needed to submit the requisite materials in volume 4. Id. at 368.

In volume 6, offerors were to include a completed “cost/price template” and a basis of estimate (“BOE”). Id. at 397. The cost/price template was a spreadsheet in which offerors “propose[d] ceiling rates” for work that would be performed under the task orders. Id. Specifically, offerors were asked to identify their proposed profit, indirect labor,2 and direct labor rates for the 248 job types—each identified by a contract line item number (“CLIN”)—listed in the spreadsheet.3 Id. at 399 (discussing contents); id. at 207-09 (identifying the number of CLINs). Those entries were used to calculate offerors’ proposed fully burdened labor rates for each CLIN. See id. Offerors were encouraged to propose direct labor rates within the range that the GSA—relying on information from the United States Department of Labor—set forth in the solicitation (“DOL Range”).4 Id. at 398; see also id. at 197-203 (setting forth a low-end and high-end direct labor rate for each CLIN). In addition to the template with the proposed rates, offerors needed to provide a BOE containing “clear and concise explanations of their pricing methodology and their labor and burden estimating practice.” Id. at 396. Specifically, offerors were required to explain how they computed their proposed profit, indirect, and direct labor rates. Id.

2. Evaluation Process

The GSA explained in the solicitation that the awardees would be selected based on which offerors presented the highest technically rated proposals with a fair and reasonable price. Id. at 402. The GSA also noted that it would “strictly enforce all of the proposal submission requirements” and that the “[f]ailure to comply with [those] requirements [would] result in an

1 The contours of the statement of certainty were discussed in more detail in Dynanet Corp. v. United States, 139 Fed. Cl. 579 (2018), a decision on a bid protest arising from the same solicitation. 2 Indirect labor rates consisted of separate percentages for (1) overhead, (2) fringe benefits, and (3) general and administrative expenses. AR 397. 3 The 248 CLINs reflected that offerors were asked to propose pricing for thirty-one labor categories, which were each divided into four subcategories based on skill level, for work performed at a government site, and separately propose pricing for the same work performed at the contractor’s site. AR 207-09. 4 The GSA mapped each position to the United States Department of Labor’s Bureau of Labor Statistics (“BLS”) Standard Occupational Classification System, and then used salary data from the BLS, as well as other sources, to determine a lower- and upper-bound direct labor rate for each position. AR 398.

-3- Offeror’s proposal being rejected as being materially non-conforming to [the] solicitation requirements.” Id.

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)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Turner Const. Co., Inc. v. United States
645 F.3d 1377 (Federal Circuit, 2011)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
John C. Grimberg Company, Inc. v. United States
185 F.3d 1297 (Federal Circuit, 1999)
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)
United States Enrichment Corporation v. United States
121 Fed. Cl. 532 (Federal Claims, 2015)
Caddell Construction Company v. United States
125 Fed. Cl. 30 (Federal Claims, 2016)
Icon Health and Fitness, Inc. v. Strava, Inc.
849 F.3d 1034 (Federal Circuit, 2017)
CCL Service Corp. v. United States
43 Fed. Cl. 680 (Federal Claims, 1999)
Universal Fidelity LP v. United States
70 Fed. Cl. 310 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Citizant, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/citizant-inc-v-united-states-uscfc-2019.