Csc Government Solutions LLC v. United States

129 Fed. Cl. 416, 2016 U.S. Claims LEXIS 1843, 2016 WL 7031012
CourtUnited States Court of Federal Claims
DecidedNovember 22, 2016
Docket16-1000C
StatusPublished
Cited by24 cases

This text of 129 Fed. Cl. 416 (Csc Government Solutions 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
Csc Government Solutions LLC v. United States, 129 Fed. Cl. 416, 2016 U.S. Claims LEXIS 1843, 2016 WL 7031012 (uscfc 2016).

Opinion

Post-award bid protest of an IT contract; cost-realism analysis; application of FAR § 52.222-46 to realism of proposed salaries with regard to program continuity, retention of professional employees, and “uninterrupted high-quality work;” consistency of the agency’s cost-price and technical evaluations; past performance evaluation; discussions

OPINION AND ORDER 1

LETTOW, Judge

This post-award bid protest arises from a solicitation by the United States Department of the Air Force, United States Strategic Command (“USSTRATCOM” or “government”) for the Information Technology Capabilities Contract II (“ITCC II”). The ITCC II contract provides for information technology (“IT”) capabilities and services at USS-TRATCOM’s current headquarters at the Curtis E. LeMay Building in Omaha, Nebraska, as well as for transitioning IT services at some time after the second year of the contract to USSTRATCOM’s future headquarters at the Command and Control Facility (“C2F”), also located in Omaha. Following several rounds of proposals and evaluations, the government awarded the ITCC II contract to HP Enterprise Services, LLC (“HPES”) on April 18, 2016. CSC Government Solutions LLC (“CSC”), the incumbent contractor and also an offeror on the ITCC II contract, initially protested this award at the Government Accountability Office (“GAO”), challenging the government’s evaluation of the offerors’ proposals and past per-' formance and alleging that the government conducted misleading and coercive discussions with CSC. On August 10, 2016, GAO denied CSC’s protest on all grounds, CSC subsequently filed a bid protest in this court on August 12, 2016.

CSC now seeks an injunction against the award to HPES, reasserting its argument that the government engaged in misleading, unequal, and coercive discussions, and further arguing that USSTRATCOM failed to properly evaluate the proposals of HPES and another offeror, [* * *], particularly in its cost realism analyses and evaluations of the offerors’ phase-in plans for staffing and retention. Pending before the court are the parties’ cross-motions for judgment on the administrative record. A hearing was held on October 26,2016.

For the reasons stated, the court has concluded that the plaintiffs motion should be denied and the government’s and defendant-intervenor’s motions should be granted.

*421 FACTS 2

A. USSTRATCOM: Background and IT Needs'

USSTRATCOM is “one of nine unified combatant commands in the Department of Defense.” Def.’s Resp. in Opp’n to Pl.’s Mot. for Judgment on the Administrative Record and Def.’s Cross-Mot. for Judgment on the Administrative Record (“Def.’s Cross-Mot.”) at 4, EOF No. 48. It “conduct[s] global operations” for and with the Department of Defense and government agencies to “deter and detect strategic attacks against the U.S. and its allies, and be prepared to defend the nation as directed.” AR 4-689. 3 The headquarters of USSTRATCOM is located at the Curtis E. LeMay Building in Omaha, Nebraska. Am. Compl, ¶ 6. A new headquarters, C2F, is under construction and is expected to be completed during the performance of the ITCC II contract.- See Am. Compl. ¶ 11; AR 5a-829,

To carry out its mission, USSTRATCOM requires “numerous information technology (IT) systems of various classification levels.” AR 4-689. Its specific IT requirements include: “command and control, robust nuclear and conventional planning and planning support tools, integrated shared awareness portals, real-time web-enabled, reporting vehicles, and several collaborative voice and video capabilities spanning all levels of classification.” Id. USSTRATCOM’s IT contractor thus provides crucial support services to the agency, including “[o]perations [and] [m]ain-tenance, systems engineering, and program management.” Id. CSC is the incumbent IT contractor for USSTRATCOM under the first ITCC contract (“ITCC I”). Am. Compl. ¶ 6. Its specific responsibilities include: “managing desktops, servers,- networks, .and related functional services; reducing the cost to USSTRATCOM of delivering desktop, server, and network services; and-facilitating IT management through the evolution of a more common IT environment [to] enhance[e] system and product interoperability.” Am. Compl, ¶ 7.

B. The Solicitation of the ITCC II Contract

After consulting with industry professionals for over a year, see AR Tab 3; Def.’s Cross-Mot. at 5, USSTRATCOM issued its Source Selection Plan for the ITCC II contract on June 30, 2014 and issued its Request for Proposals (“RFP”) (solicitation number FA4600-14-R-0017) on October 1, 2014. AR Tabs 4-5. 4 The solicitation contemplated the award of a single contract with multiple contract-line item ■ (“CLIN”) types, including firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee,, and no-fee cost reimbursable. AR 5a-802. The contract covers a ten-year period, with a one-year base period and nine additional option years. AR 5a-950. The base year includes a three-month phase-in period and a.nine-month full-performance period. Id.

The- ITCC II contract at issue here is a continuation of the services provided by CSC under the ITCC I contract. Def.’s Cross-Mot. at 4. The specific objectives of the contract are to:

1) provide high-quality IT services to USSTRATCOM.
2) provide IT capabilities that meet mission standards where appropriate, and industry standards elsewhere.
3) provide the IT capabilities necessary for customers to perform their operational mission.
4) reduce the. cost to USSTRATCOM of delivering services.
*422 5) permit the contractor maximum flexibility in implementing IT to satisfy cost, schedule, and performance parameters.
6) maintain high customer satisfaction.
7) facilitate IT management through the evolution of a more common IT environment, thereby enhancing system and product interoperability.
8) [m]aintain required IA standards.

AR 5a-804. The contractor is thus expected to continue the same types of support services provided under the ITCC I contract, specifically “[pjrogram Management,” “IT [ojperations and Maintenance,” “[ejngineer-ing,” and “[ajpplications [sjupport.” AR 5a-805. The contract also contemplates undertaking and completing USSTRATCOM’s transition to its new headquarters during the life of the contract. See AR 5a-829. The contractor is responsible for maintaining IT services in the old facility during the transition, and continuing these services in the new building once the transition is complete. AR 5a-804, -29.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
129 Fed. Cl. 416, 2016 U.S. Claims LEXIS 1843, 2016 WL 7031012, Counsel Stack Legal Research, https://law.counselstack.com/opinion/csc-government-solutions-llc-v-united-states-uscfc-2016.