DCS Corp. v. United States

96 Fed. Cl. 167, 2010 U.S. Claims LEXIS 760, 2010 WL 3910184
CourtUnited States Court of Federal Claims
DecidedOctober 5, 2010
DocketNo. 10-535 C
StatusPublished
Cited by1 cases

This text of 96 Fed. Cl. 167 (DCS 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
DCS Corp. v. United States, 96 Fed. Cl. 167, 2010 U.S. Claims LEXIS 760, 2010 WL 3910184 (uscfc 2010).

Opinion

OPINION1

JAMES F. MEROW, Senior Judge.

Plaintiff, DCS Corporation (“DCS”) commenced this post-award procurement protest action pursuant to 28 U.S.C. § 1491(b)(1), contesting the award of a United States Ar Force contract for the SEEK EAGLE Modeling, Analysis, and Tools Support (“SE-[169]*169MATS”) contract. The successful awardee, SURVICE Engineering Corporation (“SUR-VECE”), intervened. Defendant and the in-tervenor have filed motions to dismiss and all parties have filed motions for judgment on the administrative record of the procurement pursuant to RCFC 52.1. See Bannum, Inc. v. United States, 404 F.3d 1346, 1356 (Fed.Cir.2005). Oral argument on these motions was held on September 16, 2010.

FACTS

This procurement protest litigation was initiated by the Complaint for Declaratory Judgment, and Preliminary and Permanent Injunctive Relief filed by DCS on August 10, 2010. The relevant portion of the procurement commenced on September 22, 2009, with the issuance by the United States Air Force of its request for proposals (“RFP”), Solicitation No. FA9201-R-0063 (the “Solicitation”), for the SEEK EAGLE Modeling, Analysis, and Tools Support (“SEMATS”) contract. (Administrative Record, Tab 4 at 115 (“AR 4/115”).) The Air Force created the SEEK EAGLE program as its standard process for “aircraft stores certification,” and designated the SEEK EAGLE Office (the “AFSEO”) as the manager of all certification activities. (AR 2/7; AR 4/240 at 1.2.) The term “aircraft stores” refers to any device intended for internal or external carriage and mounted on aircraft suspension and release equipment. “The mission of the AFSEO is to ‘Ensure new war-fighter capabilities through the application and transfer of aircraft-store compatibility expertise.’” (AR 4/240 at 1.2.) “Compatibility expertise includes providing manpower and engineering tools, models, data, rationale, and mission planning software applications necessary to safely load, carry, and employ legacy and developmental stores (e.g. weapons, tanks, pods).” (Id.)

According to the Performance Work Statement (“PWS”) of the RFP, AFSEO sought to “augment its organic (civil service and military), highly technical workforce with contracted skills and expertise to primarily provide modeling and simulation (M & S), analysis and product development support.” (AR 4/240 at 1.0.) “The primary scope of the work is to provide software and data based modeling, analysis and tool/prod-uet development support.” (AR 4/240 at 1.1.) The contractor provides the AFSEO with software developers/programmers, engineers, mathematicians, project managers and technicians to augment military and civilian personnel. (Id. at 1.0,1.1.)

The Solicitation is a small business set-aside, subject to FAR 52.219-14 “Limitations on Subcontracting,” with an anticipated five year contract award. “The contract type will be Cost Plus-Fixed-Fee with Performance Incentive, Indefinite Delivery-Indefinite Quantity and will contain one Contract Line Item Number (CLIN) fixed price for transition.” (AR 4/131; 23/3657.)

At issue is whether the United States Department of the Air Force, Headquarters Air Armament Center (the “Agency” or the “Air Force”) was arbitrary or capricious, abused its discretion, or otherwise failed to follow the criteria for evaluating and rating DCS’ and SURVICE’s proposals with respect to the past performance information obtained under the “Solicitation”.2

The solicitation for the SEMATS contract established the basis for the award. Initially, the Government technical evaluation team would evaluate the technical proposals on a pass/fail basis and assign ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. (AR 4/225.)

Proposals were received from DCS Corporation, SURVICE Engineering Company, SYMVIONICS, Inc. and TYBRIN Corporation and were all rated “Technically Acceptable.” (AR 24/3692.)

The next step was Cost/Price Evaluation to ascertain reasonableness and realism. (AR 4/226.) TYBRIN withdrew from competition when it was acquired by another company. [170]*170(AR 23/3662.) The cost/price proposals for the remaining three offerors were found to be realistic and reasonable. SYMVIONICS’ proposal had the lowest price/cost. SUR-VTCE’s cost/price proposal was [redacted] than SYMVIONICS’. DCS’ cost/priee proposal [redacted] SURVICE’s by [redacted].

The remaining step before reaching an award decision was to complete a Performance Confidence Assessment for each offeror. The offerors were asked to “submit Performance Information sheets identifying active or completed prior efforts, either Government or commercial, that are most relevant to managing the requirements of the SEMATS contract (up to six (6)).” (AR 4/170.) If the offeror proposed subcontractors, the Performance Information Sheet was to be submitted “proportional to the amount of work the subcontractor will be performing.” (Id.) In addition, by using questionnaires “the contracting officer shall seek relevant performance information on all offerors based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other Government and commercial sources.” (AR 4/227.) The purpose of the past performance evaluation was “to allow the Government to assess the offeror’s ability to perform the effort described in this RFP, based on the offeror’s demonstrated present and past performance.” (Id.) In making this assessment it was provided that “sub-contractors that will perform major or critical aspects of the requirement will be rated as highly as past performance information for the principal offeror.” (AR 4/227 (as changed by AR 5/277 at 6a).)

A Performance Confidence Assessment Group (“PCAG”) of five persons was established to rate each offeror’s ability to perform the efforts described in the SEMATS RFP, based on the offeror’s demonstrated present and past performance. (AR 2/21, 23/3661.) The quality and extent of the of-feror’s performance deemed relevant in accordance with Table 1 of Section M was evaluated by the Government. (AR 4/170.) The relevancy factors in Table 1 of Section M were (AR 4/228):

Magnitude Technical Complexity

Very Relevant >=$5M per year AND Work required management of personnel and > =40 MYEs performing work in Engineering plus 2 of per year the following areas: Mathematical/Statistical Analysis, Computer Science or Information Technology Support

Relevant >=$3M per year AND Work required management of personnel and >=25 MYEs performing work in Engineering plus 1 of per year the following areas: Mathematical/Statistical Analysis, Computer Science or Information Technology Support

Work required management of personnel performing work in 1 of the following areas: Engineering, Mathematical/Statistical Analysis, Computer Science or Information Technology Support. Somewhat Relevant >=$1M per year AND and >=10MYEs per year

Not Relevant <$1M per year or OR Work required management of personnel <10 MYEs per performing work in none of the following: year Engineering, Mathematical/Statistieal Analysis, Computer Science or Information Technology Support

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

Related

Distributed Solutions, Inc. v. United States
104 Fed. Cl. 368 (Federal Claims, 2012)

Cite This Page — Counsel Stack

Bluebook (online)
96 Fed. Cl. 167, 2010 U.S. Claims LEXIS 760, 2010 WL 3910184, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dcs-corp-v-united-states-uscfc-2010.