Eagle Technologies, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 13, 2023
Docket22-738
StatusPublished

This text of Eagle Technologies, Inc. v. United States (Eagle Technologies, 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
Eagle Technologies, Inc. v. United States, (uscfc 2023).

Opinion

IN THE UNITED STATES COURT OF FEDERAL CLAIMS ___________________________________ ) EAGLE TECHNOLOGIES, INC., ) ) Plaintiff, ) No. 22-738 ) v. ) Filed: December 29, 2022 ) THE UNITED STATES, ) Re-issued: January 13, 2023 * ) Defendant, ) ) and ) ) DYNANET CORPORATION, ) ) Defendant- ) Intervenor. ) ___________________________________ )

OPINION AND ORDER

Plaintiff, Eagle Technologies, Inc. (“Eagle”), filed this post-award bid protest challenging

the Department of Interior, Interior Business Center, Acquisition Services Directorate’s (“DOI”)

decision to award a task order to Defendant-Intervenor, Dynanet Corporation (“Dynanet”), under

a blanket purchase agreement for information technology support services. Eagle contends that

the DOI’s award was arbitrary and capricious because (a) the DOI failed to consider Eagle’s

demonstrated prior experience in conformance with the terms of the solicitation, and (b) the DOI

did not evaluate the parties’ quotes on an equal basis. Eagle requests that the Court enjoin

* The Court issued this opinion under seal on December 29, 2022, and directed the parties to file any proposed redactions by January 9, 2023. The opinion issued today incorporates the proposed redactions filed by Dynanet. Upon review, the Court finds that the material identified warrants protection from public disclosure, as provided in the applicable Protective Order (ECF No. 12). Redacted material is represented by bracketed ellipses “[. . .].” performance of the task order award and remand to the DOI for further proceedings in accordance

with the Court’s judgment.

Before the Court are Eagle’s Motion for Leave to File an Amended Complaint and the

parties’ Cross-Motions for Judgment on the Administrative Record. For the reasons discussed

below, the Court DENIES Eagle’s request to amend the Complaint, DENIES Eagle’s Motion for

Judgment, and GRANTS the Government and Dynanet’s Cross-Motions.

I. BACKGROUND

A. The Solicitation

This protest relates to a solicitation for information technology support services to be

provided to the Department of Health and Human Services, Office of the Inspector General, Office

of Information Technology (“HHS/OIG/OIT”). HHS/OIG/OIT provides for the development of

new, mission-critical applications as well as the continued operation and maintenance of an

existing suite of over 30 applications. Admin. R. 1, ECF No. 17 (hereinafter “AR”). 1 The

Government determined that establishing multiple award Blanket Purchase Agreements (“BPAs”)

under the General Services Administration (“GSA”) Multiple Award Schedule (“MAS”) was the

best way to satisfy the agency’s need for re-occurring development and platform support services.

AR 2. Specifically, through the same solicitation, the DOI anticipated awarding three BPAs and

awarding BPA Order 1 to one of the BPA awardees. AR 1. BPA Order 1 was a continuation of

work performed by incumbent Digital Management, LLC (“DMI”) with Eagle as a subcontractor.

AR 953. As part of an interagency agreement, the DOI performed the acquisition services on

behalf of HHS/OIG/OIT. AR 1.

1 For ease of reference, citations to the administrative record refer to the bates-labeled page numbers rather than the ECF page numbers. 2 On April 12, 2021, the DOI issued Request for Quotations No. 140D0421Q0158 (“RFQ”)

to 11 small businesses in accordance with Federal Acquisition Regulation (“FAR”) 8.4. AR 5, 23.

The DOI amended the RFQ on April 19, 2021, in response to questions submitted as part of a pre-

quotation conference and the official RFQ Q&A period. AR 124. The RFQ included as

attachments the BPA Performance Work Statement (“PWS”) and the BPA Order 1 Statement of

Work (“SOW”). AR 77–97, 111–23.

Per the solicitation, the DOI would conduct the award process in two phases with BPA

Order 1 “competed and evaluated concurrently with the multiple award BPAs.” AR 127. In the

“Quotation Content / Submission Requirements” section (Section 6), the DOI gave an overview

of the two-phase submissions. AR 128. Quoters would first submit Phase I responses (i.e.,

Volume I), which had to include, among other things, information about the quoters’ demonstrated

prior experience (Factor 1). AR 129. After evaluating prior experience, the DOI would issue

advisory notifications to all quoters indicating the Government’s recommendation to proceed or

not to proceed to Phase II. AR 131. Those quoters that were rated most highly would be advised

to submit their Phase II responses (i.e., Volumes II and III) for evaluation in accordance with the

RFQ procedures. Id. Phase II submissions would address technical capability/understanding,

management approach, and price (Factors 2–4). AR 132. Section 6 of the RFQ noted in a short

addendum on page five that “the Government’s evaluation of Phase I / Factor 1, the most important

factor, will be considered alongside the evaluation of Phase II when the Government makes its

source selection decision.” AR 131 (“Phase I / Factor 1 will be more important than Phase II

evaluation factors.”).

In the “Evaluation” section of the RFQ (Section 7), the DOI listed the evaluation factors in

descending order of importance:

3 Phase Evaluation Factor I Factor 1: Demonstrated Prior Experience II Factor 2: Technical Capability and Understanding II Factor 3: Management Approach II Factor 4: Price

AR 135. Under each of these factors, the RFQ listed several subject matter areas (i.e., subfactors)

that specifically defined the evaluation criteria. AR 135–37. The DOI anticipated conducting a

comparative analysis at each phase. AR 135 The Contracting Officer (“CO”) would utilize a best-

value trade-off methodology where non-price factors when combined were significantly more

important than price. Id. The DOI would evaluate Factor 1 “in order to assess whether [the

quoter’s demonstrated prior experience] will lead to successful performance of the work required

in the BPA PWS.” Id. For Factors 2 and 3, the DOI would evaluate whether the quoter’s technical

capability/understanding and management approach “will lead to successful performance of the

work required in the BPA PWS and BPA Order 1 SOW.” AR 136; see AR 137. At the conclusion

of the evaluation stage, the DOI would award the three BPAs and BPA Order 1. AR 135.

B. The Evaluation and Awards

The DOI received eight compliant quotes at the close of Phase I on April 23, 2021. AR

615. On May 19, 2021, the Technical Evaluation Committee (“TEC”) completed the evaluation

of Phase I submissions based on Factor 1, Demonstrated Prior Experience. AR 320–59, 615. The

evaluation report provided an analysis for each quoter based on the five Factor 1 subfactors, and a

summary of the quoter’s risk to the Government and probability of successful performance. AR

320–59. Eagle, Dynanet, and two other quoters received the highest summary evaluation of “low

risk to the Government with a high probability of successful performance.” AR 326; see AR 333,

336, 340. The TEC performed a comparative analysis for Factor 1 and recommended that the four

quoters with the highest summary evaluation proceed to Phase II. AR 358.

4 On June 6, 2021, the four quoters submitted their Phase II responses. AR 615. The TEC

completed the evaluation of Phase II on July 9, 2021. Id. The Phase II TEC report included the

Factor 1 evaluations from Phase I. AR 559–611. For Factors 2 and 3, the TEC report identified

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

Related

Foman v. Davis
371 U.S. 178 (Supreme Court, 1962)
Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
The United States v. The Boeing Company
802 F.2d 1390 (Federal Circuit, 1986)
Mitsui Foods, Inc. v. The United States
867 F.2d 1401 (Federal Circuit, 1989)
Foley Company v. United States
11 F.3d 1032 (Federal Circuit, 1993)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
McAbee Construction, Inc. v. United States
97 F.3d 1431 (Federal Circuit, 1996)
Coast Federal Bank, Fsb v. United States
323 F.3d 1035 (Federal Circuit, 2003)

Cite This Page — Counsel Stack

Bluebook (online)
Eagle Technologies, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/eagle-technologies-inc-v-united-states-uscfc-2023.