Cybertech Group, Inc. v. United States

48 Fed. Cl. 638, 2001 U.S. Claims LEXIS 18, 2001 WL 127295
CourtUnited States Court of Federal Claims
DecidedFebruary 14, 2001
DocketNo. 00-768 C
StatusPublished
Cited by65 cases

This text of 48 Fed. Cl. 638 (Cybertech Group, 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
Cybertech Group, Inc. v. United States, 48 Fed. Cl. 638, 2001 U.S. Claims LEXIS 18, 2001 WL 127295 (uscfc 2001).

Opinion

OPINION

BUSH, Judge.

In this post-award bid protest action, brought pursuant to 28 U.S.C. § 1491(b), [640]*640plaintiff, Cybertech Group, Inc., (CGI or Cy-bertech) seeks: (1) a declaration that Naval Sea Logistics Center Contracting Department (SEALOG), at the Naval Supply Activity in Mechanicsburg, Pennsylvania (PA) award of a delivery order to intervenor-de-fendant, Intellidyne, L.L.C., (Intellidyne) was improper, and violative of the Federal Acquisition Regulations (FAR) and applicable precedents; (2) an order requiring SEALOG to perform a new competition that permits CGI to compete for the information technology (IT) services; and (3) for CGI to be awarded its reasonable costs, attorneys’ fees, and proposal costs. For the reasons set forth below, plaintiffs request for declaratory and injunc-tive relief is denied.

BACKGROUND

1. Facts

A. CGI’s performance of IT services for the Office of the Assistant Secretary of Defense for Health Affairs

The plaintiff, CGI, is a Maryland corporation which is engaged in the business of providing information technology services nationwide. Mr. Roger Sigley is President and Chief Executive Officer of CGI. The Office of the Assistant Secretary of Defense for Health Affairs (OASD(HA)) is the technical manager for health care information systems and networks. In November 1998, CGI began providing information technology services to OASD(HA), including the TRICARE Management Activity (TMA) thereof. Between November 1998 and February 2000, CGI provided these IT services to OASD(HA) as a subcontractor to Aurora Enterprise Solutions (Aurora). The government placed delivery orders to Aurora under a Federal Supply Service (FSS) Schedule 70 Multiple Award Schedule (MAS) contract. The successor-contractor to Aurora, Ubizen Co., no longer held an MAS Schedule 70 contract in February 2000. The government then awarded the delivery order for the IT services to CGI.

In the year 2000, the Operations and Advanced Technology Integration Center (OAT-IC) in the TRICARE Management Activity, acting through its contracting officer (CO) at the United States General Services Administration (GSA), Rocky Mountain Region, awarded IT delivery services to TMA pursuant to Contract No. GS-35F-0047K, an FSS MAS contract. These delivery orders included Nos. OR00284GSA, OR00663GSA1 and 01RT0233. Delivery orders to CGI were issued for periods of between two and four months of performance for each delivery order. At the time this protest was filed, CGI was performing delivery orders for OASD(HA) at a rate of approximately $8 million annually. The last of these delivery orders, 01RT0233, is for IT services to be performed by CGI for the TMA from November 6, 2000 through January 15, 2001.

B. CGI’s allegations of impropriety

Lt. Col. Fred Peters, the Director of OAT-IC in the TMA, retired from active military duty in February 2000. Immediately following his retirement, he returned to OATIC, TMA as a consultant employed by Axiom, a private company. In February 2000, an interim director of OATIC was appointed, and on June 2, 2000, Gary Thomas was appointed Director of OATIC. CGI and Fred Peters subsequently engaged in negotiations concerning Peters’ potential employment with CGI.

Of particular importance in this case is CGI’s allegation that in a September 27, 2000 meeting held in Mr. Gary Thomas’ office, Mr. Thomas told Mr. Sigley that if CGI did not hire Peters “then OASD(HA) might be unwilling to issue any future delivery orders to CGI for TMA IT services.” Compl. H17.2 CGI further alleges that around October 2000, Mr. Peters made demands that CGI grant him forty percent of CGI stock, and appoint him to serve as CGI’s President and Chief Operating Officer. According to CGI, Mr. Sigley did not find these proposed terms acceptable. Therefore, Mr. Sigley states he ceased negotiations with Mr. Peters concerning Peters’ potential employment at CGI. CGI alleges that without notifying the GSA [641]*641contracting officer then administering CGI’s contract, OASD(HA), on some date prior to November 22, 2000, requested that SEA-LOG, at the Naval Supply Activity in Me-chanicsburg, PA, procure the same services for the TMA as CGI was then providing through the Schedule 70 MAS contract. CGI alleges that OASD(HA) specified, in conjunction with this request, that the services were not to be obtained from CGI and that CGI was not to be solicited.

C. The solicitation and award of a delivery order for IT services at OASD(HA)

At the time that CGI was the incumbent contractor, the delivery order was solicited and administered by GSA. Although CGI has attempted to characterize OASD(HA)’s switch from GSA to the Navy as part of a conspiracy to harm plaintiff, the delivery order at issue in this case was solicited and administered by SEALOG rather than GSA because SEALOG generally charges only 1% of the contract amount for its services, whereas GSA charges 3-i%. Mr. Francis Duggan was the contracting officer who solicited and administered the delivery order. Attached as Exhibit 1 to the Request for Quotation (RFQ) is a Statement of Work. CGI was not advised that a solicitation had been issued to schedule contractors for the IT services CGI was providing TMA. On November 22, 2000, SEALOG issued RFQ No. N6553801Q0027 to four contractors: In-tellidyne; Celtic Technologies, Inc.; BNF Technologies, Inc.; and KBM Technologies, for TMA IT services under MAS Schedule 70.

Pursuant to the RFQ, offerors were required to submit their quotes by December 1, 2000. Intellidyne submitted its quote totaling $8,012,835.20 on December 1, 2000. It was the only recipient of the RFQ to submit a quote.

On December 1, 2000, Mr. Francis Duggan sent an e-mail to Gary Thomas containing the following request:

Please review the quote received, in accordance with the “Best Value” criteria provided by “Exhibit B” of the RFQ. If you find that the quote is adequate and reasonable please advise me. As there was only one quote received there is no need to “score” the evaluation. A simple email advising of your acceptance of the quote will suffice.

AR at 86.3

Mr. Thomas replied to this message via email on December 4, 2000. He stated that he found the Intellidyne quote to be “acceptable and reasonable.” AR at 87. In the small purchase pricing memorandum dated December 21, 2000, Frank Duggan explained the price reasonableness determination as follows:

The unit prices contained in this order were negotiated under the terms of a GSA schedule. In accordance with FAR 8.404(a), the prices of a GSA Schedule are determined to be fair and reasonable at the time of GSA contract award. The requirements of FAR 8.404(b)(2) have been met by requesting quotes from other schedule holders. The technical representative has reviewed and evaluated the quotes received and determined that the quote from the contractor provides best value. The contractor discounted their GSA rates by 0 to 33%. Based upon this analysis, I hereby determine that the total time and materials quote from the contractor is fair and reasonable.

AR at 100.

The Intellidyne delivery order, number N65538-01-F-0082 was for $8,012,835.20 and the period of performance was to run from December 15, 2000 to September 30, 2001.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
48 Fed. Cl. 638, 2001 U.S. Claims LEXIS 18, 2001 WL 127295, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cybertech-group-inc-v-united-states-uscfc-2001.