Federal Management Systems, Inc. v. United States

61 Fed. Cl. 364, 2004 U.S. Claims LEXIS 177, 2004 WL 1729408
CourtUnited States Court of Federal Claims
DecidedJuly 20, 2004
DocketNo. 04-295C
StatusPublished
Cited by5 cases

This text of 61 Fed. Cl. 364 (Federal Management Systems, 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
Federal Management Systems, Inc. v. United States, 61 Fed. Cl. 364, 2004 U.S. Claims LEXIS 177, 2004 WL 1729408 (uscfc 2004).

Opinion

OPINION

CHRISTINE O.C. MILLER, Judge.

This case is before the court after argument on plaintiffs motion for summary judgment and defendant’s cross-motion for judgment on the administrative record. Plaintiff submitted a proposal to the Government to compare the cost of a private-sector entity providing support services with the cost of agency personnel providing those services. As part of the evaluation process, plaintiffs proposal was found to be technically unacceptable; therefore, consideration of the proposal did not advance to a cost comparison. Plaintiff alleges that members of the evaluation board held positions covered by the proposal, manifesting a conflict of interest when they determined that plaintiffs proposal was technically unacceptable. The issue before the court after oral argument is whether the composition of the selection board violated the selection criteria or applicable regulations.

FACTS

The relevant undisputed facts derive from the administrative record. The Department of Health and Human Services (the “DHHS”), National Institutes of Health (“NIH”), issued a request for proposals (“RFP”) on May 22, 2003, to select private-sector service providers to compete against government service providers. The RFP was issued as part of a program, set forth by Office of Management and Budget (“OMB”) Circular A-76 (Rev.1999), whereby the cost of government provided Extramural Activities Support Services is compared with private-sector service providers. Included in the RFP were the provisions of the Federal Acquisition Regulation that establish mandatory procedures for a negotiated cost comparison, specifically 48 C.F.R. (FAR) § 52.207-2(a) (2003), which provides:

This solicitation is part of a Government cost comparison to determine whether accomplishing the specified work under contract or by Government performance is more economical. If Government performance is determined to be more economical, this solicitation will be canceled and no contract will be awarded.

As part of the evaluation, a Performance Work Statement (the “PWS”) identified the specific support functions studied by the RFP: Administrative Support, Logistical Support, File Management, and IMPAC II and other Data Management. According to the RFP, NIH would evaluate the Government’s most efficient organization (the “MEO”) against the lowest priced, technically acceptable private-sector proposal. Technical acceptability of the private-sector proposal was determined based on four equally weighted factors: Past Performance, Understanding of the Requirements/Technical Approach, Understanding of Staffing Requirements, and Understanding of Management Requirements.

The RFP directed NIH to award each of the technical factors a rating of “excellent,” “good,” “marginal,” or “poor;” a proposal must rate either excellent or good to be considered technically acceptable. A Source Selection Evaluation Board (the “SSEB”) conducted the technical evaluation of plaintiffs proposal. As part of the technical evaluation, the SSEB considered plaintiffs proposal, as well as more than 100 responses to clarification questions posed by NIH. The SSEB determined that plaintiffs proposal was technically unacceptable. In its Final Evaluation Report, the SSEB found that plaintiffs proposal and supplemental responses “revealed major deficiencies in three of the four technical criteria of the RFP, Technical Approach, Staffing, and Management.” SSEB Final Evaluation Report, Sep. 2003, at 4. Summarizing its evaluation, the SSEB stated that “the proposal does not demonstrate the necessary level [of] confidence that the offeror could accomplish the desired results within the prescribed standards and workload or could demonstrate the necessary quality of work in providing the required services with an acceptable level of risk to the NIH mission.” Id. at 5.

Zetherine L. Gore, NIH Contracting Officer, notified plaintiff in a September 24, 2003 letter that its proposal “was not selected for [366]*366further consideration and was excluded from the competitive range.” Ms. Gore’s letter further informed plaintiff that, in accordance with FAR § 52.207-2(a): “No technically acceptable commercial offers or public reimbursable tenders were received to compare against the Agency Tender. The Government’s Most Efficient Organization (MEO) will be implemented and the RFP will be canceled.”

Plaintiff filed an agency protest of NIH’s finding that the proposal was technically unacceptable. NIH denied the agency protest, after which plaintiff filed a protest with the Government Accountability Office’s (the “GAO”)1 Comptroller General, which also denied plaintiffs protest. In neither of these previous protests did plaintiff allege that the procurement violated OMB Circular A-76 due to the composition of the SSEB. Plaintiff argues in this proceeding that seven of the eight members of the SSEB held positions in the functions that were the subject of the study and thus had an inherent conflict of interest when evaluating the proposal.

The non-voting chair of the SSEB was Gail L. Gibbons, Project Officer for the proposed contract. The other members of the SSEB were seven voting evaluators: Jean Cahill, Chief Grants Management Officer for the National Human Genome Research Institute (“NHGRI”); Dr. Anne Clark, Chief of the Review Branch for the Division of Extramural Affairs, National Heart, Lung and Blood Institute (“NHLBI”); Dr. William Grace, Deputy Director, National Institute on Drug Abuse (“NIDA”); Donald L. Harne, Management Operations Branch, National Cancer Institute (“NCI”); Michael J. Loewe, Chief Grants Management Branch, Division of Extramural Research, National Institute on Neurological Disorders and Stroke (“NINDS”); Dr. Ann L. Sandberg, Health Science Administrator, Division of Basic and Translational Sciences, National Institute of Dental and Craniofacial Research (“NIDCR”); and Dr. Mary K. Wolpert, Chief of Grants and Contracts Operations Branch, NCI.

The issue before the court is whether any SSEB board members had an improper conflict of interest when evaluating plaintiffs proposal.

DISCUSSION

1. Jurisdiction and standard of review

Jurisdiction in the Court of Federal Claims is prescribed by the Tucker Act, 28 U.S.C. § 1491(b)(1) (2000), which allows a protestor to challenge “the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement.” The court evaluates the procuring agency’s conduct to determine whether the Government’s decision was “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.” 5 U.S.C. § 706(2)(A); see Information Tech. & Applications Corp. v. United States, 316 F.3d 1312, 1319 (Fed.Cir.2003). Thus, two types of challenges may be brought: one testing the substance of the agency’s decision and the other testing the procedures mandated by regulation for conduct of the procurement. See generally Banknote Corp., Inc. v. United States, 365 F.3d 1345, 1351 (Fed.Cir.2004).2

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

Related

Efw, Inc. v. United States
Federal Claims, 2020
MORI Associates, Inc. v. United States
102 Fed. Cl. 503 (Federal Claims, 2011)
Orion International Technologies v. United States
66 Fed. Cl. 569 (Federal Claims, 2005)
Central Transport International, Inc. v. United States
63 Fed. Cl. 336 (Federal Claims, 2004)

Cite This Page — Counsel Stack

Bluebook (online)
61 Fed. Cl. 364, 2004 U.S. Claims LEXIS 177, 2004 WL 1729408, Counsel Stack Legal Research, https://law.counselstack.com/opinion/federal-management-systems-inc-v-united-states-uscfc-2004.