Cmi Management, Inc v. United States

115 Fed. Cl. 276, 2014 U.S. Claims LEXIS 111, 2014 WL 1119620
CourtUnited States Court of Federal Claims
DecidedMarch 20, 2014
Docket1:13-cv-00982
StatusPublished
Cited by4 cases

This text of 115 Fed. Cl. 276 (Cmi Management, 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
Cmi Management, Inc v. United States, 115 Fed. Cl. 276, 2014 U.S. Claims LEXIS 111, 2014 WL 1119620 (uscfc 2014).

Opinion

OPINION AND ORDER

CAMPBELL-SMITH, Chief Judge.

CMI Management, Inc. (CMI or plaintiff) filed a pre-award bid protest, challenging its exclusion from the competitive range for a contract award to perform Field Office Support Service (FOSS) for the U.S. Citizenship and Immigration Services (USCIS or the Agency) under the Department of Homeland Security (collectively, the government or defendant). Compl. ¶ 5, EOF No. 1. The parties submitted cross-motions for judgment on the administrative record in accordance with United States Court of Federal Claims Rule *280 (RCFC) 52.1(b). 2 See PL’s Mot. JAR & Mem. JAR (collectively, Pl.’s Mot.), ECF Nos. 14,14-1; Def.’s Mot. JAR (Def.’s Mot.), ECF No. 15. The court finds that the government’s decision to exclude CMI from the competitive range was rational and not arbitrary, capricious, an abuse of discretion or contrary to law under 28 U.S.C. § 1491(b)(4) (2012); accordingly, CMI’s motion is DENIED and defendant’s motion is GRANTED. '

1. Background

USCIS issued a Request for Proposals (RFP or the solicitation) HSSCCG-13-R-00002 on March 4, 2013, as amended March 18, 2013 and July 12, 2013, to provide FOSS to the Field Office Directorate and the Fraud Detection and National Security Directorate at sixty-eight of the eighty-six USCIS Field Offices and ten USCIS Asylum Offices throughout the United States. See Admin. R. (AR) 52-350 (RFP); AR 351-521 (RFP Amendment 1); AR 522-54 (RFP Amendment 2); see also AR 1890-1906 (Contracting Officer’s Statement of Facts). A successful offeror would furnish all personnel, materials, services and facilities necessary to perform tasks set forth in the RFP, including: correspondence management, file operations and maintenance, data system activities, administrative support, interview scheduling, certificate production, administrative and judicial ceremony support, fraud detection and national security support, and file retirement. AR 82-96. The resulting award would offer a hybrid contract consisting of a Firm-Fixed-Price and Time and Materials pricing strategy, for one base period and five option periods (totaling sixty months). AR 79.

The RFP required submissions in two volumes. AR 154. To be addressed in the submitted technical proposal (volume one) was the offeror’s Management Capability (Factor One), as determined by four subfac-tors: (1) Operational Approach; (2) Staffing; (3) Management Approach; and (4) Relevant Corporate Experience. AR 154-58. To be addressed in the submitted business proposal (volume two) was the offeror’s Small Business Subcontracting (Factor Two), as determined by three subfactors: (1) Maximization of Small Business Opportunities; (2) Participation in the Department of Homeland Security (DHS) “Mentor-Protégé Program;” and (3) “Small Disadvantaged Business Participation Program — Targets.” AR 160-62. Aso to be addressed in the business proposal were the offeror’s Past Performance (Factor Three) and Price (Factor Four). AR 163-67.

The RFP sought the “Best Value” for the government in accordance with the “tradeoff process” set forth in Federal Acquisition Regulation (FAR) § 15.101-1, codified at 48 C.F.R. 15.101-1 (2013). See AR 173 (RFP) (explaining evaluation process). Each offer- or’s proposal was to be evaluated against the four factors and their subfactors, listed in descending order of importance. Id. Management Capability (Factor One) was the most important factor. See id. With respect to the other factors, all of the “non-price factors when combined” — (1) Management Capability, (2) Small Business Subcontracting, and (3) Past Performance — were “significantly more important than the Price factor [(4)].” Id.

The Management Capability and the Small Business Subcontracting factors, and their subfactors, were “rated using [the] adjectival ratings: Outstanding, Good, Acceptable, Marginal and Unacceptable.” AR 175, 178; cf. AR 178 (permitting an additional Neutral rating for Small Business Subcontracting). The Past Performance factor was rated according to the assessed risk: “Low Risk, Medium Risk, High Risk, and Neutral.” AR 180. Lastly, the Price factor focused on the offeror’s hybrid pricing schedule (a mix of Firm-Fixed-Price and Time and Materials contract line items) and was evaluated for reasonableness in light of the business matters of the proposal. AR 181. The RFP allowed the Agency to determine the competitive range without discussions. AR 182. The RFP permitted, but did not require, the Agency to conduct later discussions with of-ferors in the competitive range. Id.

The Source Selection Plan for the FOSS solicitation was issued on March 21, 2013, AR *281 555-90 (Source Selection Plan), and detailed the establishment of a Technical Evaluation Committee (TEC) and a Business Evaluation Committee (BEC), each bearing respective responsibility for evaluating the technical and business proposals. AR 561.

CMI timely submitted a proposal in response to the RFP, containing both a technical volume and a business volume, dated April 1, 2013. AR 591-726 (CMI technical proposal), 727-896 (CMI business proposal); see also AR 897-1403 (detailed pricing spreadsheets); 1404 (USCIS receipt ac-knowledgement). Ten days later (after the solicitation deadline), CMI also submitted its “Mentor-Protégé program” approval letter dated April 11, 2013, AR 1405-06 (cover email and approval letter), for Agency consideration under the solicitation’s Small Business Subcontracting inquiry (Factor Two, Subfactor Two). Six offerors, including CMI, submitted proposals. AR 1891.

Between April and June, the TEC and the BEC evaluated the six submitted proposals. AR 1891. The committees’ evaluations resulted in the issuance of four reports on June 27, 2013. See AR 1407-89 (TEC report, Management Capability), 1508-50 (BEC report, Small Business Subcontracting), 1559-1604 (BEC report, Past Performance), 1672-1707 (BEC report, Pricing). With respect to the first factor (Management Capability), the TEC evaluators identified each offeror’s Strengths, Weaknesses, Significant Weaknesses and Deficiencies. See AR 1414 (defining terms). The evaluators then converted their assessments of strengths and weaknesses to adjectival ratings for each of Factor One’s four subfaetors, and ultimately for Factor One itself. See AR 1414-15 (defining adjectival ratings). The BEC evaluators engaged in a similar assessment of strengths and weaknesses for the second factor (Small Business Subcontracting). See AR 1510-15. For the third factor (Past Performance), the BEC evaluators assessed a risk level for each offeror. See AR 1560-61 (defining risk level). Lastly, for the fourth factor (Price), the BEC reviewed each offeror’s price proposal for compliance with pricing instructions, veri-fled amounts, and established pricing schedules.

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

Related

Lockheed Martin Corporation v. United States
124 Fed. Cl. 709 (Federal Claims, 2016)
Ffl Pro LLC v. United States
124 Fed. Cl. 536 (Federal Claims, 2015)
A-T Solutions, Inc. v. United States
122 Fed. Cl. 170 (Federal Claims, 2015)
Octo Consulting Group, Inc. v. United States
117 Fed. Cl. 334 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
115 Fed. Cl. 276, 2014 U.S. Claims LEXIS 111, 2014 WL 1119620, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cmi-management-inc-v-united-states-uscfc-2014.