Ellsworth Associates, Inc. v. United States

45 Fed. Cl. 388, 1999 U.S. Claims LEXIS 281, 1999 WL 1097003
CourtUnited States Court of Federal Claims
DecidedNovember 22, 1999
DocketNo. 99-790C
StatusPublished
Cited by93 cases

This text of 45 Fed. Cl. 388 (Ellsworth Associates, 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
Ellsworth Associates, Inc. v. United States, 45 Fed. Cl. 388, 1999 U.S. Claims LEXIS 281, 1999 WL 1097003 (uscfc 1999).

Opinion

OPINION

MILLER, Judge.

This post-award protest is before the court after a hearing and argument on cross-motions for summary judgment on the administrative record. The principal challenge levied is that the evaluation following a solicitation of a price schedule failed to conform to the requirements for a negotiated procurement.

FACTS

On July 21, 1999, the Child Care Bureau, Administration on Children, Youth, and Families, Administration for Children and Families of the Department of Health and Human Services (“HHS”), issued, via e-mail, a solicitation for the Child Care Information System Technical Assistance Project (the “project”). The procurement was to be conducted under 48 C.F.R. (FAR) § 8.4 (1998), which governs agency acquisitions made pursuant to the Federal Supply Schedule program (“FSS program”). The letter announcing the solicitation, transmitted to prospective contractors on the FSS, contemplated a three-phase evaluation process to determine the contractor best suited to meet HHS’ needs. First, contractors were asked to respond electronically, by August 2, 1999, to the questionnaire attached to the solicitation. The questionnaire listed the evaluation criteria and the weight to be given to each factor in scoring the maximum of 100 points. Second, those contractors judged to be minimally competent were to be contacted for an interview. The solicitation, however, did not inform contractors of the evaluation criteria or the scoring applicable to the interviews. Finally, selected contractors were to be invited to submit cost proposals. The role of these proposals in the overall selection was not described in the solicitation documents. The weight to be given to each phase in the final selection process was not stated, nor did the solicitation indicate that HHS would award the contract to the contractor who achieved the highest overall score in final evaluation.

Based upon its scoring of the questionnaires, the evaluation team excluded one contractor and invited Ellsworth Associates, Inc. (“plaintiff’), and Anteon Corporation (“inter-venor”) to participate in the interview phase. The scorers of the questionnaires gave plaintiff [ ] and intervenor [ ]. Thereafter, the questionnaire scores played no part in the selection process.

The interview invitations, e-mailed to contractors on August 6, 1999, listed topics the evaluation team wanted each contractor to address during its presentation. Because the evaluation team had different concerns about each contractor’s questionnaire responses, these invitations were not identical. The invitations asked both plaintiff and inter-venor to (1) “provide an overview of proposed project activities/strategies and timelines,” (2) “provide detailed information about proposed staffing, hours and costs related to the contract tasks,” (3) “describe staff roles and responsibilities and their relationship to the labor categories listed in the proposal,” and (4) “provide additional information on tribal experience of current staff.” HHS’ invitation further asked plaintiff to provide (1) “detailed information about the roles and responsibilities, hours, and cost of the management team,” (2) “an organizational chart and staff loading chart for all staff assigned to the project,” (3) “additional information on the child care-related experience of liaisons,” (4) “information about the complexity of previous projects managed by [plaintiff],” (5) “additional detail concerning how [plaintiff] would work with NAMS,” (6) “strategies [plaintiff would] implement to ensure high quality web architecture and design,” and (7) “the actual retention rate and [] specific [391]*391strategies [plaintiff] uses to retain project staff over the life of a project.” HHS’ invitation also asked intervenor to provide (1) “a demonstration of the ‘Child Care Program Viewer’ and the ‘4 Steps to Quality Child Care’ mentioned in the questionnaire response,” (2) “additional detail concerning how [intervenor] would work with NCCIC,” (3) information concerning “how [intervenor would] work with the current contractor who is completing the work on the Federal Child Care Information System,” and (4) an explanation of whether “technical support specialists under the contract with the [BIA would] be assigned (full/part time) to work for/with CCISTAP.”

As the interviews were completed, HHS, consistent with the solicitation, asked the contractors to submit cost proposals. Plaintiff submitted a revised price of [ ] and intervenor, [ ]. The wide variance between these figures is apparently attributable to the personnel, or full-time equivalents (FTEs), that each contractor determined to be necessary to complete the project. While plaintiff proposed [ ] FTEs, intervenor proposed [ ] FTEs. Sometime after the interviews were completed, but before they were scored, the cost proposals were distributed to the members of the evaluation team.

One week after the evaluation team completed the interviews, it met to determine which contractor’s proposal represented the best value and lowest-cost alternative for the Government. During its discussion of the interviews, the evaluation team decided that it would be helpful to assign weight to certain evaluation criteria and score each contractor on that basis. The following maximum scores were assigned to the evaluation criteria: 5 points for “General Presentation (clarity, organization),” 60 points for “Competence of proposed strategies,” 6 points for “Experie nce/capabilities/resources of company,” 6 points for “Capability and experience of proposed staff,” and 3 points for “Answering of posed questions (comprehensiveness, clarity, appropriateness of response).” After a discussion each member of the evaluation team scored the contractors based on these criteria. The scores were totaled and then averaged, with plaintiff receiving [ ] and inter-venor [ ].2 At this time the evaluation team also discussed the cost proposals. The evaluation team finally determined that inter-venor’s proposal was superior.

Upon discovering that it would not be awarded the contract, plaintiff requested a pre-award debriefing. At the debriefing, held on September 10, 1999, plaintiff was informed that the evaluation team [ ]. On September 13, 1999, consistent with the evaluation team’s decision, HHS awarded FSS No. GS-35F-4357D to intervenor.

On September 16, 1999, plaintiff filed a formal bid protest with the General Accounting Office (the “GAO”). Although the protest was filed within ten days of the award, HHS did not suspend contract performance, as required by FAR § 33.104(c)(1). On September 24, 1999, per FAR § 33.104(c)(2), the Deputy Assistant Secretary for Grants and Acquisitions Management asserted the existence of special circumstances permitting performance to continue on the contract pending resolution of the GAO protest.

On September 30, 1999, plaintiff filed the instant action seeking injunctive and declaratory relief. The complaint charges that HHS (1) unlawfully used unstated evaluation criteria in violation of federal acquisition regulations, (2) improperly awarded the contract to an unqualified contractor, and (3) improperly lifted the statutory stay on contract performance. The relief plaintiff requests is termination of the existing contract and reinstitution of the competitive bidding process in accordance with applicable regulations.

On September 30, 1999, plaintiff also requested a temporary restraining order enjoining HHS and intervenor from continued performance on the contract.

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

Related

I3 Cable & Harness LLC v. United States
132 Fed. Cl. 495 (Federal Claims, 2017)
Novak Birch, Inc. v. United States
132 Fed. Cl. 578 (Federal Claims, 2017)
System Dynamics International, Inc. v. United States
130 Fed. Cl. 499 (Federal Claims, 2017)
Palantir Usg, Inc. v. United States
129 Fed. Cl. 218 (Federal Claims, 2016)
Pricewaterhousecoopers Public Sector, LLP v. United States
126 Fed. Cl. 328 (Federal Claims, 2016)
Algese 2 S.C.A.R.L. v. United States
125 Fed. Cl. 431 (Federal Claims, 2016)
Che Consulting, Inc. v. United States
125 Fed. Cl. 234 (Federal Claims, 2016)
Constellation West, Inc. v. United States
125 Fed. Cl. 505 (Federal Claims, 2015)
Kwr Construction, Inc. v. United States
124 Fed. Cl. 345 (Federal Claims, 2015)
Framaco International, Inc. v. United States
119 Fed. Cl. 311 (Federal Claims, 2015)
Bannum, Inc. v. United States
119 Fed. Cl. 291 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
45 Fed. Cl. 388, 1999 U.S. Claims LEXIS 281, 1999 WL 1097003, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ellsworth-associates-inc-v-united-states-uscfc-1999.