Dyncorp International, LLC v. United States

134 Fed. Cl. 537
CourtUnited States Court of Federal Claims
DecidedOctober 31, 2017
Docket16-1704 C
StatusPublished
Cited by2 cases

This text of 134 Fed. Cl. 537 (Dyncorp 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
Dyncorp International, LLC v. United States, 134 Fed. Cl. 537 (uscfc 2017).

Opinion

Motion for Judgment on Administrative Record, RCFC 56; United States Department of State; Bureau for International Narcotics and Law Enforcement Affairs, Office of Aviation; Aviation Support Services; Post-Award Bid Protest; Disparate Treatment; Procurement Violations; Limited Confidence for Past Performance; Incumbent; Competition in Contracting Act; Corrective Action; Profit Margin Analysis

OPINION AND ORDER

Hodges, Senior Judge.

DynCoi'p International, LLC filed its complaint in this court to enjoin and set-aside the United States Department of State’s award of a $10 billion follow-on contract, Solicitation No. SAQMMA14R0319, for global law enforcement and counter-narcotics operations to AAR Airlift Group, Inc. Plaintiff DynCorp and intervenor AAR were the only bidders in this procurement. Before the court are plaintiffs motion for judgment on the administrative record and a petition for injunctive relief; plaintiffs amended motion for judgment on the administrative record; defendant’s and intervenoPs cross-motions for judgment on the administrative record are also pending.

DynCorp’s incumbent contract has been extended twice, currently to October 31, 2017. For the reasons discussed below, we must deny plaintiffs motion for judgment on the administrative record, deny plaintiffs amended motion for judgment on the administrative record, and grant the cross-motions filed by defendant and intervenor,

PROCEDURAL HISTORY

Plaintiff filed its post-award bid protest Complaint and a motion for a preliminary injunction in December 2016. Because defendant had previously agreed to a limited stay on performance of the contract awarded to intervenor until October 31, 2017, this court denied that motion as moot. In early January 2017, pursuant to defendant’s first motion for voluntary remand, the court remanded this case to the Department of State for thirty days to allow the Contracting Officer to reconsider certain matters under, the Procurement Integrity Act (PIA) in light of a newly available memorandum from the Office of the Inspector General. On February 22, defendant filed the Contracting Officer’s Remand Decision finding that no PIA violation had occurred.

Plaintiff filed a motion for judgment on the administrative record on April 17. In light of arguments plaintiff raised in this motion, defendant filed a second motion for remand on May 1, requesting thirty days to allow the Department of State to reconsider its price reasonableness analysis. The court granted this motion. Defendant filed its remand record in June and the parties agreed that more litigation would be necessary to resolve the case; plaintiff would file an amended motion for judgment.

Plaintiff filed an amended motion for judgment on the administrative record on July 7. Three weeks later, defendant and intervenor filed cross-motions for judgment on the administrative record. We held oral argument on October 6, 2017 in Washington, DC.

STANDARD OF REVIEW

When considering cross-motions for judgment on the administrative record, the court “asks whether, given all the disputed and undisputed facts, a party has met its burden of proof based on the evidence in the record.” Court of Federal Claims Rule 52.1(c). See PMtech, Inc. v. United States, 95 Fed.Cl. 330, 340 (2010) (citing Bannum, Inc. v. United States, 404 F.3d 1346, 1356-57 (Fed. Cir. 2005)).

The standards for challenging an agency’s procurement decision are taken from the Administrative Procedure Act at 5 U.S.C. 706(2)(A): “[T]o successfully challenge an agency’s procurement decision, a plaintiff must show that the agency’s decision was arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with the law.” See IBM Corp. v. United States, 119 Fed.Cl. 145 (2014).

An agency decision would be arbitrary or capricious if the agency relied on factors that Congress did not intend for it to consider, failed to consider an important aspect of the problem, offered an explanation for its decision that runs counter to the evidence before the agency, or is so implausible that it could not be ascribed to a difference in view or to agency expertise. Motor Vehicle Mfr. Ass’n of U.S., Inc. v. State Farm Mutual Auto. Ins. Co., 463 U.S. 29, 43, 103 S.Ct. 2856, 77 L.Ed.2d 443 (1983).

Plaintiffs heavy burden is to demonstrate that the contract award had no rational basis. Ft. Carson Support Servs. v. United States, 71 Fed.Cl. 571, 586 (2006). This court then determines whether the contracting agency provided a coherent and reasonable explanation of its exercise of discretion! IBM Carp., 119 Fed.Cl. at 154 (quoting Impresa Construzioni Geom.Domenico Garufi v. United States, 238 F.3d 1324 at 1332-33 (Fed. Cir. 2001)).

Plaintiffs burden is exacerbated by the fact that this is a best value procurement. Determining which offer affords the best value to the Government necessarily calls for even broader agency discretion, especially when the contracting officer has provided supporting rationale for his decision. Such an award involves consideration of multiple factors to determine best value, and not cost alone. Tiber Creek Consulting, Inc. v. United States, 129 Fed.Cl. 409, 415 (2016) (citing Galen Med. Assocs., Inc. v. United States, 369 F.3d 1324, 1330 (Fed. Cir. 2004)).

This court reviews the contracting officer’s decision to determine whether it has a rational basis. We do not reweigh the evidence, but grant to the CO wide deference unless plaintiff can demonstrate that the decision lacked a rational basis.

BACKGROUND & ARGUMENTS

I. Worldwide Aviation Support Services (WASS) Program

Plaintiff Dyncorp is the incumbent on the contract preceding the new Solicitation No. SAQMMA14R0319 at issue in this case. The new Solicitation calls for a single-award indefinite-delivery, indefinite-quantity contract with a maximum value of $10 billion over eleven years. Both contracts call for the contractors to provide flight operations, maintenance, and logistical support for the Worldwide Aviation Support Services (WASS) Program. The Program supports global law enforcement and counter-narcotic operations by the United States Department of State, Bureau for International Narcotics and Law Enforcement Affairs, Office of Aviation.

The Department of State divided WASS into three contracts: Aviation Support Services, IT Services, and Program Support Services. The contract award at issue in this Protest is for one of these three contracts, the Aviation Support Services contract. Awards have already been made for the other two contracts.

Plaintiff asserts that the Department of State restructured the WASS program in its new Solicitation.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
134 Fed. Cl. 537, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dyncorp-international-llc-v-united-states-uscfc-2017.