Dynetics, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMay 31, 2018
Docket18-481
StatusUnpublished

This text of Dynetics, Inc. v. United States (Dynetics, 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
Dynetics, Inc. v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 18-481C (Filed Under Seal: May 29, 2018) Reissued: May 31, 20181

************************************ * DYNETICS, INC., * * Plaintiff, * * v. * * THE UNITED STATES, * * Defendant. * * *************************************

Jon D. Levin, Maynard, Cooper & Gale, PC, Huntsville, AL, for Plaintiff.

Isaac B. Rosenberg, Trial Attorney, Chad A. Readler, Acting Assistant Attorney General, Robert E Kirschman, Jr., Director, L. Misha Preheim, Assistant Director, United States Department of Justice, Civil Division, Commercial Litigation Branch, Washington, D.C., for Defendant; Of Counsel, Charles G. McCarthy, Assistant Regional Counsel, U.S. General Services Administration, Office of Regional Counsel, San Francisco, CA.

OPINION AND ORDER

DAMICH, Senior Judge

On April 2, 2018, Plaintiff Dynetics, Inc. (“Dynetics”) filed this post-award bid protest challenging the decision of the General Services Administration (“GSA” or “Agency”) to rescind Dynetics’ award based on the Agency’s re-evaluation, which led to it deducting 500 points from Dynetics’s self-score in an award of contracts in connection with the Alliant 2 government-wide acquisition contract (“GWAC”) under Request for Proposals No. QTA0016JCA003 (“The RFP” or “Solicitation”).2 The GWAC is a

1 The parties were directed to submit any redactions; they agreed that no redactions were necessary. 2 Five other related bid protests were also filed in this court and assigned to the undersigned. See Centech Group, Inc. v. United States, Case No. 17-2031C, OBXtek, Inc., v. United States, Case No. 17-1849C; Octo Consulting Group, Inc., v. United States, Case No. 17-2056C; Capgemini Gov’t. Solutions LLC v. United States, Case No. 18-3C; and Harris IT Services Corp. v. United States, Case No. 18-24C. Two of them have since been voluntarily withdrawn. See Harris IT Services Corp. v. United States, Case No. 18- 1 Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide information technology (“IT”) services to a wide variety of federal agencies. In its protest, Dynetics alleges that GSA acted arbitrarily and capriciously, and failed to obey applicable laws and regulations. Dynetics, therefore, requests the Court to enter judgment on the administrative record in its favor and restore its award.

The Court adopted the litigation schedule as provided by the parties and entered its scheduling order on April 3, 2018. Pursuant to the scheduling order, the administrative record was timely filed on April 11, 2018.

On April 18, 2018, Dynetics filed its motion for judgment on the administrative record (“Pl. Mot.”). Defendant timely filed a motion to dismiss, cross-motion for judgment on the administrative record and response (“Def. Mot.”) on April 25, 2018, arguing that (1) Dynetics’ protest is untimely, (2) Dynetics lacks standing, or in the alternative, (3) GSA’s re-evaluation and deduction of points was reasonable.

The parties timely filed their respective responses and replies with briefing completed on May 4, 2018.

For the reasons that follow, the Court DENIES Dynetics’ motion for summary judgment on the administrative record and GRANTS defendant’s cross-motion for summary judgment on the administrative record. Defendant’s motion to dismiss is DENIED.

I. Facts

A. The Solicitation

GSA first published notice of its intent to procure under the RFP in FedBizOps in January 2014. AR at 1. GSA made its first draft RFP public in March 2015, AR at 412, and received more than 900 comments regarding draft RFPs by December 2015. AR at 1891.

On June 24, 2016, GSA issued the RFP. AR at 1887. The RFP provided for a 5- year base period, one 5-year option period, and a total ceiling value of $50 billion for all task orders. AR at 1386, 1334. The RFP further provided that GSA would issue multiple awards to the top sixty highest-rated offerors on a best-value bases to “the highest technically rated offerors with a fair and reasonable price.” AR at 1581-82. Offerors were to self-score their proposals in the following categories: relevant experience; past performance; systems, certifications, and clearance; and organizational risk assessment. AR at 1517-80. GSA would then verify the scoring during proposal evaluation. AR at 1582. Based on the offeror’s answers, the scoring worksheet auto-calculated its score out

24C at ECF No. 17; Capgemini Gov’t. Solutions LLC v. United States, Case No. 18-3C at ECF No. 47.

2 of a possible 83,100 points. AR at 30306. In the event of a tied score, “all Offerors precisely tied at the 60th position will receive an award.” AR at 1582. The awardees would then be permitted to bid on a series of fixed-price, cost reimbursement, time-and- materials, and labor-hour task orders to provide IT services to various federal agencies. AR at 1333.

Relevant to this protest is the evaluation under Project Service Code (“PSC”) Group Projects. Under this section, offerors could possibly earn a total of 17,000 points for experience under traditional information technology projects, known as PSC Group Projects, RFP Section 5.2.2. AR at 2264. In order to score these points, offerors were required to submit verification documents under two methods, depending on the information available. AR at 1543-44.

RFP section L.5.2.2.1.1 provided the two methods of verifying relevant experience: (1) a Federal Procurement Data System – Next Generation Report (“FPDS Report”), combined with the statement of work, as verification, or (2) if an FPDS Report was either not available, incomplete, or inaccurate, an offeror could submit the J.P-2 form describing the project and signed by the project’s contracting officer, corporate officer, or local official, a copy of the contract award document and any modifications, a copy of the contract statement of work, and, if applicable, documentation of the contract line items. AR at 1543-44. Simply put, an FPDS Report was required if possible; if it was not possible, then the J.P-2 form option with the contracting officer’s signature was an available option in order to gain the base points for PSC experience.

In addition to the possible 17,000 PSC project points, an offeror could earn an additional 500 points, per project, if an offeror could establish that the contract was of a particular size or complexity. AR 1673-74. This required that an offeror establish that the contract was either a multiple-agency award or a cost-reimbursement-type contract for each separate federal customer. AR at 1548-49. To verify the distinct sources of federal funding, RFP Sections L.5.2.2.2, L.5.2.2.3 and L.5.2.2.4 explicitly required the submission of an FPDS Report to award these points, unlike the base points for the underlying PSC experience. AR at 1547-48 (emphasis added). In other words, to capture base points an offeror had the option of the two methods of verifying relevant experience; but in order for an offeror to gain additional points the FPDS Report was required.

Specific to this protest is RFP Section L.5.2.2.3, “PSC Group Relevant Experience – Demonstrating Experience with Multiple Federal Government Customers,” which provided in pertinent part:

This additional scoring is only available for relevant experience projects performed as a prime contractor to the Federal Government.

Federal Government Customer is determined by the Funding Agency ID identified within the FPDS Report . . .

Verification must also be provided by attaching the FPDS Report that indicates the claimed Funding Agency ID. 3 AR at 1548.

B. Proposal Submission, Evaluation, Award, Re-evaluation, and Rescission

Dynetics timely filed its proposal in response to the RFP, along with 169 other offerors. AR at 30306.

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Califano v. Sanders
430 U.S. 99 (Supreme Court, 1977)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
Ramcor Services Group, Inc. v. United States
185 F.3d 1286 (Federal Circuit, 1999)
Cincom Systems, Inc. v. United States
41 Cont. Cas. Fed. 77,114 (Federal Claims, 1997)
Redland Genstar, Inc. v. United States
42 Cont. Cas. Fed. 77,190 (Federal Claims, 1997)
Gulf Group Inc. v. United States
61 Fed. Cl. 338 (Federal Claims, 2004)
International Resource Recovery, Inc. v. United States
64 Fed. Cl. 150 (Federal Claims, 2005)
Benchmade Knife Co. v. United States
79 Fed. Cl. 731 (Federal Claims, 2007)
M.W. Kellogg Co./Siciliana Appalti Costruzioni, S.p.A. v. United States
33 Cont. Cas. Fed. 74,380 (Court of Claims, 1986)

Cite This Page — Counsel Stack

Bluebook (online)
Dynetics, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dynetics-inc-v-united-states-uscfc-2018.