Electronic On-Ramp, Inc. v. United States

120 Fed. Cl. 515, 2015 WL 1423179
CourtUnited States Court of Federal Claims
DecidedMarch 30, 2015
Docket14-1038C
StatusPublished
Cited by1 cases

This text of 120 Fed. Cl. 515 (Electronic On-Ramp, 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
Electronic On-Ramp, Inc. v. United States, 120 Fed. Cl. 515, 2015 WL 1423179 (uscfc 2015).

Opinion

Post-award bid protest; BesL-Value Procurement; FAR Part 15; Deficiency; FAR 15.001.

OPINION AND ORDER

KAPLAN, Judge.

In this post-award bid protest, Plaintiff Electronic On-Ramp, Inc. (“EOR”) challenges the Air Force’s award of a contract for linguist and analyst support services to defendant-intervenor Premier Management Corporation (“Premier”). Currently before the Court are EOR’s motion for judgment on the administrative record and the government’s cross-motion for judgment on the administrative record. For the reasons set forth below, EOR’s motion is DENIED, and *517 the government’s cross-motion is GRANTED.

BACKGROUND 1

I. The Solicitation

In May 2013, the Air Force Intelligence, Surveillance, and Reconnaissance Agency (“the agency” or “the government”) issued a solicitation seeking “linguist and analyst support services,” to be performed during a base and two option years pursuant to task orders issued under an indefinite delivery, indefinite quantity contract. Administrative Record (“AR”) 10:211, 243. 2 The solicitation sought offers only from disadvantaged small businesses, pursuant to the Small Business Administration’s 8(a) Business Development Program. AR 10:141. The contract would be awarded to the offeror whose proposal represented the best value to the government. AR 10:175.

A. Services to be Provided

A “performance work statement,” or PWS, included in the solicitation described the tasks that the personnel of the successful offeror would be obligated to perform. These tasks included: translating spoken and written communications into English from various other languages, and vice versa, sometimes in “near real-time,” AR 10:243-45; analyzing translated communications for potentially significant intelligence, which would be reported to agency personnel and used to inform tactical and strategic military decisions, AR 10:245-46; and developing and conducting training programs to teach agency personnel to translate and analyze specified languages. AR 10:246-48. Work under the contract would be performed at agency facilities in a variety of locations, including Fort Meade, Maryland; Royal Air Force (RAF) Mildenhall, United Kingdom; JB Ku-nia, Hawaii; and Kadena Ah’ Base, Japan, AR 10:243, and would be so time-sensitive that the contractor would be required to retain 85 percent of the necessary personnel as of contract award and 100 percent as of 90 days after award. AR 10:178.

The solicitation instructed each potential offeror to submit a proposal consisting of five volumes, including a technical volume (Volume II), a past and present performance volume (Volume III), and a price/cost volume (Volume IV). AR 10:166. In the technical volume, offerors were to address two major subject areas: their technical approach and their management approach. AR 10:167-68.

Most pertinent to this ease, in connection with the technical approach factor, the agency requested that offerors provide “five (5) samples of current complete curriculum” for five of the foreign-language instruction courses conducted by each offeror, “to im elude lesson plans, quizzes/progress checks and tests for courses.” AR 10:168. After the issuance of the solicitation, the agency received the following question: “Would a comprehensive course syllabus that covers daily lesson plans for the entire course duration, as well as quizzes, test[s], and student progress be sufficient to meet the sample requirements?” AR 11:317. The agency clarified that such a syllabus would not satisfy the solicitation’s requirements because the term “ ‘curriculum’ refers to the entire course” conducted by the offeror. Id.

After describing the information that offer-ors were to provide regarding their technical approach, the solicitation listed a variety of topics related to management approach that offerors should also discuss in their technical volume. AR 10:168. The agency identified and asked the offeror to identify transition and execution risks that it considered likely to arise during contract performance and asked how the offeror would mitigate or address each one. See id. In addition, each offeror was asked to “[djescribe your approach for managing personnel resources *518 across multiple projects at various geographical locations” and for “managing multiple task orders at various geographical locations.” AR 10:168. The agency also requested “a Staffing Plan that addresses your acquisition and retention methods for skilled personnel, including retention during times of limited taskings,” as well as “a Training Plan for skill personnel” that detailed the contractor’s “process for introducing new personnel to the project” and its method for “ensur[ing] that the required training will be accomplished and managed.” Id.

B. Evaluation Criteria

The solicitation explained the manner in which the agency would evaluate information offerors provided in théir proposals. AR 10:174-81. The agency would evaluate proposals using three factors listed here in descending order of importance: technical, past and present performance, and cost/price. AR 10:175. The technical factor would encompass two subfactors, technical approach and management approach, of which the former would carry more weight. AR 10:175-76. In combination, the technical and past and present performance factors would be “significantly more important than cost or price,” so that award might be made “to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical and/or overall business approach and/or past and present performance of the higher price offeror outweighs the cost difference.” AR 10:175-76.

In evaluating the technical aspects of offer-ors’ proposals, the agency would conduct “two distinct but related assessments,” each having equal weight, with respect to both the technical approach subfaetor and the management approach subfactor: “the [tjechnical [rjating and the [tjechnical [rjisk [rjating.” AR 10:176. The technical rating, expressed by an adjective paired with a corresponding color, would capture the agency’s determinations regarding the extent to which a proposal met the Government’s requirements. Id. The highest possible technical rating of blue/outstanding would be awarded to any proposal that “[met] requirements and indicate[d] an exceptional [ajpproach and understanding of the requirements”; such a proposal would “contain multiple strengths and no deficiencies.” Id. The lowest rating of red/unaceeptable would be assigned to any proposal that did “not meet requirements!,] ... contained] one or more deficiencies,” and was, accordingly, “unawardable.” Id.

Along with the technical rating, the agency would assign each proposal a technical risk rating, determined based upon “the identification of weakness(es)” that, in the agency’s estimation, increased the potential “for disruption of schedule, increased costs,' ... degradation of perfonnance, the need for Government oversight, or the likelihood of unsuccessful contract performance.” AR 10:176.

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

Related

McConnell Jones Lanier & Murphy, LLP v. United States
128 Fed. Cl. 218 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
120 Fed. Cl. 515, 2015 WL 1423179, Counsel Stack Legal Research, https://law.counselstack.com/opinion/electronic-on-ramp-inc-v-united-states-uscfc-2015.