Culmen International, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 15, 2025
Docket25-34
StatusUnpublished

This text of Culmen International, LLC v. United States (Culmen International, 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
Culmen International, LLC v. United States, (uscfc 2025).

Opinion

In the United States Court of Federal Claims No. 25-34C (Filed Under Seal: April 1, 2025) (Reissued: April 15, 2025)1 Corrected ************************************ * CULMEN INTERNATIONAL, LLC, * * Plaintiff, * * v. * * THE UNITED STATES, * * Defendant, * * And * * TECHTRANS INTERNATIONAL, INC., * * Defendant-Intervenor. * * ************************************

OPINION AND ORDER

DAMICH, Senior Judge.

In this post-award bid protest, Plaintiff Culmen International, Inc. (“Culmen”), the incumbent contractor, challenges the technical, past performance, cost/price, and best value evaluations of the Agency for Request for Proposals No. HDTRA1-23-R-0018 (“Solicitation” or “Procurement”). The Solicitation is for the Department of Defense, Defense Threat Reduction Agency’s (“Agency” or “DTRA”) Threat Reduction Logistics Services (“TRLS”) II Contract and is the follow-on effort to Culmen’s TRLS I contract.

The Agency sought a contractor to provide logistics services across the Cooperative Threat Reduction (“CTR”) Directorate, which includes the Cooperative Biological Threat Reduction Department, Proliferation Prevention Department, and the Integration Department. Culmen alleges that the DTRA’s award of the TRLS II contract to TECHTRANS International, Inc. (“TTI”) was arbitrary and irrational as TTI’s scores should have been lower and that its 1 The Court issued this opinion under seal on April 1, 2025, and the Court gave the parties fourteen days to propose the redaction of competition-sensitive, proprietary, confidential, or otherwise protected information. The parties filed their proposed redactions. Thus, the Court adopts the parties’ redactions and issues the redacted opinion unsealed. Redactions are indicated with “[ ].” 1 scores should have been higher. Taking the alleged arbitrary and irrational decisions of the Agency together, Culmen believes it should have been awarded the TRLS II contract.

Culmen timely filed its Motion for Judgment on the Administrative Record on February 20, 2025, seeking a permanent injunction preventing the Agency from proceeding with the contract award and asks the Court to set aside the award. The Government and Intervenor timely filed their respective Responses and Cross-Motions for Judgment on the Administrative Record. The Motions are fully briefed, and oral argument is unnecessary.

For the reasons set forth below, the Court GRANTS the Government’s and Intervenor’s Cross-Motions for Judgment on the Administrative Record and DENIES Culmen’s Motion for Judgment on the Administrative Record.

I. Statement of Facts

A. Background

The DTRA’s core functions are to deter, prevent, and prevail against threats posed by weapons of mass destruction (“WMD”), including nuclear, chemical and biological threats. See https://www.dtra.mil (last visited March 28, 2025). As part of this mission, the agency responds to threats like the proliferation of such weapons from unstable areas such as Syria and biological disease outbreaks like Ebola in Africa. See https://www.dtra.mil/About/DTRA-History (last visited March 28, 2025). To support this mission, the current procurement sought a single contractor to provide comprehensive, consistent, and uniform total solutions for CTR logistics support throughout all areas of responsibility (“AORs”) and in all operational and physical environments of CTR. AR 2655, 6346.

The scope of services includes the following: worldwide materials transit (including warehousing and storage), customs clearance in a technical aid environment, procurements, personnel logistics support services, language services support (including interpretation and document translation), contingency response support, and an Online Workflow Management System (“OWMS”). AR 4564, 6346.

The contract is to be an Indefinite Delivery/Indefinite Quantity (IDIQ) single award contract with an initial three-year term with renewal options to extend the total life of the contract to a five (5) year period, and “is a best value source selection acquisition.” AR 2655.

B. Solicitation Requirements and the Basis for Evaluation

The Solicitation instructed offerors to submit a five-volume package addressing the requirements of the Agency, including one volume for each of the following: Executive Summary, Contract Documentation, Technical, Past Performance, and Cost/Price. AR 2644-54. The Solicitation informed the offerors:

It is a best value source selection acquisition conducted in accordance with the FAR and DFARS. The Government will select the best overall offer based on a comparative assessment of the proposals against all source selection criteria: Technical, Past Performance, and Cost. 2 In making the best value decision, the SSA will consider the following order of importance: Factor 1—Technical is of equal importance to Factor 2—Past Performance. All Factor 1—Technical subfactors are equal. Factor 1—Technical and Factor 2—Past Performance, individually, are more important than Factor 3—Cost.

In compliance with FAR 15.304(e), when combined, all other evaluation factors (Factors 1 and 2) are significantly more important than Factor 3— Cost. However, the Government’s evaluation team will carefully consider Factor 3—Cost in the selection decision.

AR 2655. The Solicitation further states “[i]nformation required for proposal evaluation that is not found in its designated volume will be assumed to have been omitted from the proposal. Each volume shall be written on a stand-alone basis such that its contents may be evaluated without cross-referencing to other volumes of the proposal.” AR 2644.

1. The Technical Factor

Regarding the Technical Factor, the Solicitation states the “Government will provide ratings on the Factor 1—Technical sub-factors ‘Methodology 2: Combined Technical/Risk Rating Method’ from the DoD Source Selection Procedures,” which includes consideration of “risk in conjunction with the significant strengths, strengths, weaknesses, significant weaknesses, uncertainties, and deficiencies” in an offeror’s submission. AR 2656. The Solicitation provided the evaluation team with the following table to use pursuant to the combined method:

Id.

Within the technical evaluation, the Solicitation includes Mission Capability and Management Approach sub-factors. For the Mission Capability evaluation, this required the evaluation of:

3 a)[t]he degree to which the Offeror presents a clear understanding and an innovative approach to fulfill all the objectives outlined in the [Performance Work Statement] PWS,

b) [t]he soundness and effectiveness of the Offeror’s approach to fulfill all the objectives of Sample Task, [and]

c) [t]he degree to which the Offeror’s performance plan meets the objectives outlined in the PWS and Sample Task.

AR 2657-58.

The Management Approach sub-factor includes evaluation of the a) soundness of the Offeror’s approach for overall team management, business practices, and organizational structure required to properly and effectively administer the PWS and Sample Task, b) the effectiveness of the processes to manage cost, schedule, and performance, and c) Transition Planning: Specific plan to fulfill PWS requirements while transitioning from the current TRLS I contract to the new TRLS II contract, and the approach to include participation by small businesses. AR 2658.

2. The Past Performance Factor

The Solicitation explained that offerors would be evaluated under the Past Performance Factor pursuant to the following table:

AR 2659.

3. The Cost/Price Factor

The Solicitation contained cost reimbursement CLINs and firm fixed price CLINs. AR 2653-4.

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

Related

Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Am-Pro Protective Agency, Inc. v. United States
281 F.3d 1234 (Federal Circuit, 2002)
Knotts v. United States
121 F. Supp. 630 (Court of Claims, 1954)
Am General, LLC v. United States
115 Fed. Cl. 653 (Federal Claims, 2014)
It Enterprise Solutions Jv, LLC v. United States
132 Fed. Cl. 158 (Federal Claims, 2017)
Dell Federal Systems, L.P. v. United States
906 F.3d 982 (Federal Circuit, 2018)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Wellpoint Military Care Corp. v. United States
953 F.3d 1373 (Federal Circuit, 2020)
Oracle America, Inc. v. United States
975 F.3d 1279 (Federal Circuit, 2020)
Galen Medical Associates Inc. v. United States
56 Fed. Cl. 104 (Federal Claims, 2003)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
Todd Construction, L.P. v. United States
88 Fed. Cl. 235 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
Culmen International, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/culmen-international-llc-v-united-states-uscfc-2025.