Dynamic Systems Technology, Inc. v. United States

127 Fed. Cl. 551, 2016 WL 3917109
CourtUnited States Court of Federal Claims
DecidedJuly 18, 2016
Docket16-353C
StatusPublished
Cited by3 cases

This text of 127 Fed. Cl. 551 (Dynamic Systems Technology, 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
Dynamic Systems Technology, Inc. v. United States, 127 Fed. Cl. 551, 2016 WL 3917109 (uscfc 2016).

Opinion

Keywords: Post-Award Bid Protest; Judgment on the Administrative Record; Technical Evaluation; Past Performance Evaluation; Best-Value Determination

OPINION AND ORDER

KAPLAN, Judge.

This postaward bid protest concerns a contract with the Defense Human Resources Activity (DHRA) to provide comprehensive support services for its Family Employer Programs and Policy (FEPP) initiative. After DHRA awarded the contract to Defendant-Intervenor Interactive Government Holdings, Inc. (IGH), Plaintiff Dynamic Systems Technology, Inc. (DysTech), a disappointed offer- or, filed this action. DysTech asserts that the agency improperly evaluated the technical and past performance aspects of IGH’s proposal, and that it erred when it determined that IGH’s proposal offered the best value to the government.

Pending before the Court are the parties’ cross-motions for judgment on the administrative record. For the reasons set forth below, the government’s and the Intervenoris cross-motions for judgment on the administrative record are GRANTED, and Dys-Tech’s cross-motion is DENIED.

BACKGROUND

I. The Solicitation

DHRA is an agency within the Department of Defense. Its mission is to “enhanee[ ] the operational effectiveness and efficiency of diverse programs supporting the Department of Defense” by “developing] products and services that promote and sustain a high performing workforce.” See Dep’t of Defense, Directive No. 5100.87 (Feb. 19, 2008) at 2 ¶3. Among many other programs, DHRA administers FEPP, which provides dedicated support services for members of the armed services reserves and the National Guard. See Administrative Record (AR) Tab 2 at 10; FEPP, Manpower and Reserve Affairs, http://www.people.mil/Deputates/ FamilyEmployerProgramsPolicy.aspx (last visited June 29, 2016). FEPP has three major components: the Employer Support of the Guard and Reserve (ESGR); the Yellow Ribbon Reintegration Program (YRRP); and the Employment Initiative Program (EIP). AR Tab 2 at 10. Through these programs, DHRA aims to help National Guard and Reserve members balance the demands of civilian employment and military life. See Who Is ESGR, Employer Support of the Guard and Reserve, http://www.esgr.mil/About-ESGR/ Who-is-ESGR/What-is-ESGR.aspx (last visited June 29, 2016); About, Yellow Ribbon Reintegration Program, http://www.yellow ribbon.mil/yiTp/ (last visited June 29, 2016).

On October 19, 2014, DHRA issued a solicitation seeking offers from contractors to provide comprehensive support services for FEPP. AR Tab 1 at 1. In particular, the contractor would “[p]rovide all personnel management, materials, and equipment necessary to provide the FEPP and its major components with program administrative, logistical, and technical support and subject matter expert services.” AR Tab 2 at 10. The heart of the solicitation was a twenty-five-page performance work statement (PWS) spelling out the contract’s requirements in great detail. Id. at 10-34.

Offerors’ proposals were to include three volumes: business, technical, and price proposal. Id. at 35-36. The technical volume was to be broken into three parts. First, offerors were to include a technical proposal “address[ing] the technical requirements of the Performance Work Statement (PWS) and Evaluation Factors.” Id. at 36. Next, offerors were to “submit up to five relevant and recent past performance references.” Id. Finally, offerors were to provide a quality control plan. Id.

DHRA informed offerors that it would evaluate their proposals based on three factors: technical, past performance, and price. Id. at 72-74. For the technical factor, DHRA would assess three elements: ''technical approach and methodology, project management plan, and quality control plan. Id. at *555 73-74. In terms of technical approach and methodology, the solicitation explained that “[b]y addressing each portion of the PWS, proposals shall describe the offeror’s understanding of the requirement, assessment of the objectives to be accomplished, [and] methodology for accomplishing the requirement.” Id. at 73.

Offerors’ technical proposals would be assigned one of four adjectival ratings: outstanding, acceptable, marginal, or unacceptable. Id. at 74-75. As pertinent to the issues in this case, under the solicitation an “outstanding” technical proposal:

[E]xceeds stated requirements, as reflected through an innovative, comprehensive, outstanding approach. The response is complete in terms of the basic content and level of information the Government seeks for evaluation. There is a high probability of success and minimal risk that this Offeror would fail to meet the quantity, quality, and schedule requirements. Minor weaknesses, if any, need not be corrected to make award.

Id. A technical proposal would be rated “acceptable” where:

The proposal meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success and little risk that this Offeror would fail to meet the quantity, quality, and schedule requirements. Minor weaknesses, if any, may not need to be corrected to make award.

Id. at 75.

For past performance, the solicitation informed offerors that “[t]he Government will conduct a performance confidence assessment based upon the past performance of major or critical aspects of the requirement as it relates to the probability of successfully performing the solicitation requirements.” Id. at 74. Past performance would be rated along several dimensions.

First, offerors’ past performance references would be evaluated for relevancy. According to the solicitation, “[i]nformation regarding contract performance that is recent 1 and has a logical connection with the matter under consideration indicates relevancy.” Id. at 73. Applying that standard, each example of past contract performance would be assigned one of four “relevancy” ratings: very relevant, relevant, somewhat relevant, or not relevant. Id. at 75. An offeror’s “pasVpresent performance effort” would be rated “very relevant” where it “involved essentially the same magnitude of effort and complexities this solicitation requires.” Id. A “relevant” present/past performance effort would “in-volv[e] much of the magnitude of effort and complexities this solicitation requires.” Id. An offeror’s “pasVpresent performance effort” would be rated “somewhat relevant” where it “involved some of the magnitude of effort and complexities this solicitation requires.” Id. Finally, a pasVpresent performance effort was “not relevant” where it “did not involve any of the magnitude of effort and complexities this solicitation requires.” Id.

Thereafter, based on “[t]he combination of relevancy and recency,” along with evidence of performance documented by information gathered by the government, DHRA would assign the offer as a-whole a “performance confidence” rating. Id. at 75-76.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
127 Fed. Cl. 551, 2016 WL 3917109, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dynamic-systems-technology-inc-v-united-states-uscfc-2016.