Cygnus Corp. v. United States

72 Fed. Cl. 380, 2006 U.S. Claims LEXIS 262, 2006 WL 2556486
CourtUnited States Court of Federal Claims
DecidedJuly 13, 2006
DocketNo. 05-1313C
StatusPublished
Cited by16 cases

This text of 72 Fed. Cl. 380 (Cygnus Corp. 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
Cygnus Corp. v. United States, 72 Fed. Cl. 380, 2006 U.S. Claims LEXIS 262, 2006 WL 2556486 (uscfc 2006).

Opinion

[381]*381 OPINION

BASKIR, Judge.

Plaintiff Cygnus Corporation, Inc. (Cygnus) is the incumbent contractor providing services to meet the general research and support requirements of the Agency for Healthcare Research and Quality (AHRQ), an operating division -within the Department of Health and Human Services (DHHS). Cygnus filed this bid protest challenging AHRQ’s decision to cancel Request for Proposals AHRQ-06-0003 (the “RFP”), entitled “General Research and Support for AHRQ.” The parties have filed cross-motions upon the administrative record.

While the Government is given great latitude in its decisions to cancel a solicitation or a request for proposals, a justification is valid only if supported by the Administrative Record. Here, AHRQ gave two justifications for cancelling the RFP: (1) a determination that procuring these research services under the Events Management Services (EMS) Blanket Purchase Agreements (BPAs) would result in a savings over using the AHRQ contractors; and (2) a determination that the work provided by the EMS BPA contractors is similar or identical in nature to the work provided under the RFP.

We find that AHRQ’s stated cost savings justification is unsupported by the Administrative Record. However, we find that AHRQ’s similarity of work justification is a rational basis for cancelling the RFP. We therefore affirm AHRQ’s decision to cancel the procurement, grant the Government’s Motion for Judgment on the Administrative Record, and deny Plaintiffs Cross-Motion.

BACKGROUND

I. Cygnus’ AHRQ Contract

Cygnus is a small business that has provided general research and support services to AHRQ under Contract No. 290-01-001 since November 28, 2000. Administrative Record (AR) at 33. Under this contract, Cygnus provided the same services that are described in the RFP AHRQ-06-003 Statement of Work. Cygnus’ AHRQ contract was originally set to expire in late 2005. Sometime during the procurement process for the RFP, AHRQ and Cygnus mutually agreed to extend Cygnus’ general research and support services contract until January 31, 2006, when AHRQ determined that it needed more time to make its procurement decision. When AHRQ ultimately cancelled the RFP and Cygnus filed this bid protest, AHRQ agreed to extend Cygnus’ contract until June 30, 2006, while this ease was litigated.

II. AHRQ’s 2005 Request for Proposals (RFP)

On June 6, 2005, the Project Officer for the Office of Performance Accountability, Resources and Technology (OPART), a component of AHRQ, instructed the OPART Contracting Officer to issue a Request for Proposals for the procurement of general research and support services.

AHRQ initially planned for the new solicitation to be set aside for businesses certified by the Small Business Administration’s (SBA) 8(a) program. Cygnus is not an SBA 8(a) Small Business. On June 24, 2005, Cygnus filed a protest with the Government Accountability Office (GAO) claiming that the set-aside for the SBA 8(a) program would have an adverse financial impact on Cygnus pursuant to 13 C.F.R. § 124.504(c). On July 7, 2005, AHRQ determined that the contract would remain in the small business program and would not be transferred to the SBA. Cygnus withdrew its protest.

On August 1, 2005, AHRQ issued the RFP entitled “General Research and Support Services for AHRQ.” The objective of the RFP was to:

Provide services to AHRQ components in many areas including meeting management and support; the development and preparation of documentation, such as; writing, editing and reproduction or reports and proceedings; and technical and administrative services such as literature searches, identification and recruitment of specialized expertise; and meeting facilitation to include access to a range of expert facilitators; and preparation for and conduct of meetings related to Agency management matters.

[382]*382AR at 64. The RFP Statement of Work stated that the contractor would be required to “[p]lan, schedule, and arrange for and report on approximately 50 meetings per year,” AR at 64, “provide for the preparation of specified substantive health services research and health policy materials and documents,” AR at 65, and “[p]rovide specified support for approximately 10 other meetings per year that AHRQ will co-sponsor.” AR at 66.

On August 23, 2005, AHRQ issued an amendment to the RFP solicitation to answer questions from prospective contractors. Some of the questions asked for clarification of the healthcare research and substantive knowledge requirements of the RFP. The Agency clarified that the contractor should include a staff with expertise in conducting analytical/program research, evaluation, and strategic planning; that the contractor’s role in identifying experts could require substantive knowledge of the meeting topic, or could be only an administrative/logistical task, depending on the situation; that the contractor would be responsible for both research and writing substantive articles and editing such documents for printing; that the primary purpose of the contract is to provide logistics support with some supporting research elements; that the contractor could be asked to conduct original research in the preparation of AHRQ management and research activities; and that the contractor may be asked to identify subject area experts to review reports, papers and other documents. See AR at 123-138, Questions 30, 33, 47, 82, 83, 90, and 92.

AHRQ received seven proposals in response to the RFP. Three of the seven proposals were considered to be technically acceptable. Of those three proposals, only two, Cygnus and AFYA, Inc., were considered to be within the competitive range based on their technical score, past performance score, and initial proposed cost. The Contracting Officer and the Director of OPART determined that it was reasonable to negotiate the proposed contract with Cygnus and AFYA.

III. DHHS Blanket Purchase Agreements

The Office of the Secretary for Administration and Management (OSAM) of DHHS, issued a policy, the Strategic Source Initiative (SSI), as part of an agency-wide initiative to reduce operational costs. One strategy was to lower operating costs by using blanket purchase agreements with vendors to receive discounts for: (1) temporary administrative and professional staffing services; (2) temporary professional and medical staffing services; (3) event management services; and (4) lab supplies. AR at 152. Individual operating divisions within DHHS were given the opportunity to lead the agency for managing individual contracts, including events management, but due to a lack of staff, AHRQ declined to be lead agency for event management. The National Institute for Health was selected as the managing agency for event management BPAs.

DHHS entered into BPAs with four Section 8(a) Federal Supply Schedule (FSS) contractors for event planning: Professional and Scientific Associates, Inc., B.L. Seamon, Planning Professionals Limited, and Consolidated Safety Services. FSS contracts are listed for use by all federal entities to provide supplies and services at pre-approved prices, awarded by the General Services Administration falling within the general descriptions of the schedules.

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

Related

Mlinqs, LLC v. United States
Federal Claims, 2023
Neie, Inc. v. United States
Federal Claims, 2013
One Largo Metro, Llc v. United States
109 Fed. Cl. 39 (Federal Claims, 2013)
Glenn Defense Marine (Asia), PTE Ltd. v. States
105 Fed. Cl. 541 (Federal Claims, 2012)
Distributed Solutions, Inc. v. United States
104 Fed. Cl. 368 (Federal Claims, 2012)
RN Expertise, Inc. v. United States
97 Fed. Cl. 460 (Federal Claims, 2011)
PlanetSpace Inc. v. United States
96 Fed. Cl. 119 (Federal Claims, 2010)
Linc Government Services, LLC v. United States
96 Fed. Cl. 672 (Federal Claims, 2010)
Madison Services, Inc. v. United States
92 Fed. Cl. 120 (Federal Claims, 2010)
FFTF Restoration Co. v. United States
86 Fed. Cl. 226 (Federal Claims, 2009)
DCMS-ISA, Inc. v. United States
84 Fed. Cl. 501 (Federal Claims, 2008)
Sealift, Inc. v. United States
82 Fed. Cl. 527 (Federal Claims, 2008)
OSG Product Tankers LLC v. United States
82 Fed. Cl. 570 (Federal Claims, 2008)
210 Earll, L.L.C. v. United States
77 Fed. Cl. 710 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
72 Fed. Cl. 380, 2006 U.S. Claims LEXIS 262, 2006 WL 2556486, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cygnus-corp-v-united-states-uscfc-2006.