freealliance.com, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedOctober 27, 2017
Docket17-787
StatusPublished

This text of freealliance.com, LLC v. United States (freealliance.com, LLC 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
freealliance.com, LLC v. United States, (uscfc 2017).

Opinion

In the United States Court of Federal Claims No. 17-787C (Filed: October 17, 2017) (Re-filed: October 27, 2017)1

**********************

FREEALLIANCE.COM, LLC, Bid protest; claim for reinstatement to Plaintiff, agency evaluation; FAR 16.301(a)(3); v. unequal treatment.

THE UNITED STATES OF AMERICA,

Defendant.

Matthew Thomas Schoonover, Lawrence, KA, for plaintiff.

Delisa Maria Sanchez, United States Department of Justice, Civil Division, Commercial Litigation Branch, Washington, DC, for defendant.

OPINION

BRUGGINK, Judge.

This is a pre-award bid protest by FreeAlliance.com, LLC (“FreeAlliance”) of its exclusion from further consideration by the National Institute of Health (“NIH”) under request for proposals no. NIHJT2016015 (“RFP”). NIH excluded plaintiff for failure to comply with the requirements of RFP Section L.3.1.h, specifically the requirement of a verification on

1 This opinion was originally issued under seal pursuant to the protective order entered in this case. The parties timely offered joint proposed redactions. We adopt the parties’ proposed redactions because we find them to be appropriate. Those redactions are indicated herein with brackets. letterhead providing that the accounting system had been audited and determined adequate for determining costs applicable to this contract in accordance with the Federal Acquisition Regulation (“FAR”), 48 C.F.R. § 16.301–3(a)(1) (2016).

The parties have filed cross-motions for judgment on the administrative record. The matter is fully briefed, and oral argument was held on October 10, 2017. Because the government was not arbitrary and capricious in its evaluation and did not treat FreeAlliance’s proposal unequally, we grant the government’s cross-motion for judgment on the administrative record and deny plaintiff’s motion.

BACKGROUND

The Office of Management and Budget has designated NIH as an Executive Agent for government-wide IT acquisitions, authorizing it to award and administer the Chief Information Officer-Solutions and Partners 3 (“CIO-SP3”) Small Business Government-Wide Acquisition Contract (“GWAC”). Administrative Record (“AR”) 370. The CIO-SP3 GWAC is a ten-year Indefinite Delivery/Indefinite Quantity Contract providing Information Technology (“IT”) solutions and services. NIH issued the RFP on March 14, 2016 pursuant to the CIO-SP3 GWAC.

The RFP requirement at issue here is verification of an adequate accounting system found in RFP Section L.3.1.h. It stated that an offeror “must have verification . . . of an accounting system that has been audited and determined adequate for determining costs applicable to this contract in accordance with FAR 16.301-3(a)(1).”2AR 496. Verification was necessary because the contract could require contractors to respond to cost reimbursement task orders.

2 FAR part 16.301-3(a)(1) provides that “[a] cost reimbursement contract may be used only when “[t]he factors in 16.104 have been considered . . . .” Those factors include the adequacy of the contractor’s accounting system to “ensure that the contractor’s accounting system will permit timely development of all necessary cost data in the form required by the proposed contract type . . . .” FAR 16.104(i). Additionally, FAR part 16.301-3(a)(3) reiterates that a cost reimbursement contract may not be used unless “[t]he contractor’s accounting system is adequate for determining costs applicable to the contract or order.” 2 NIH authorized offerors to provide verification by any one of four sources: (1) the Defense Contract Audit Agency (“DCAA”); (2) the Defense Contract Management Agency (“DCMA”); (3) any federal civilian audit agency; or (4) a third-party Certified Public Accounting (“CPA”) firm. In the event any member of a CTA relied on a third-party CPA, the verification had to be on the letter head of the third-party CPA and certified by a CPA. Finally, the verification instruction provided that the proposal must include:

[A] contact name and contact information (i.e., phone number, address, email address) of its representative at its cognizant DCAA, DCMA, federal civilian audit agency, or third-party accounting firm and submit, if available, a copy of the Pre- Award Survey of Prospective Contracting Accounting System (SF 1408), provisional billing rate, and/or forward pricing rate agreements.

AR 496.

The RFP provided that offerors were permitted to form contractor team arrangements (“CTA”) as defined by FAR part 9.601. 3 The offeror forming a CTA would include with its proposal “the information required under subpart (1) of this section, ‘Instructions regarding FAR 9.601(1) CTAs,” including a “verification of an adequate accounting system.” AR 493-96. Each member of the CTA was individually required to provide verification of an adequate accounting system. “Failure to do so will result in an unacceptable rating.” AR 496.

The RFP also stated, “The Government intends to evaluate proposals and award a contract without discussion with Offerors (except clarifications as described in FAR 15.306(a)). . . . The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.”4 AR 483-84. RFP Section M.1.3 reiterated, “The Government

3 A CTA is “an arrangement in which (1) [t]wo or more companies form a partnership or joint venture to act as a potential prime contractor; or (2) [a] potential prime contractor agrees with one or more other companies to have them act as its subcontractors under a specified Government contract or acquisition program.” FAR 9.601. 4 The RFP defined discussions as “negotiations that occur after establishment of the competitive range that may, at the Contracting Officer’s discretion, result in the Offeror being allowed to revise its proposal.” AR 480. 3 reserves the right to award contracts without discussions.” AR 504.

Evaluation of Proposals

NIH evaluated proposals in two phases. The first phase of evaluation was compliance with four “Go/No-Go requirements.” AR 503. The first two Go/No-Go requirements are at issue in this claim:

During Phase 1, the Government will evaluate proposals using the following four (4) Go/No-Go requirements:

1) Compliant Proposal - If the proposal does not contain the required documents, the Government may deem the proposal to be “unacceptable” and ineligible for further consideration for award.

2) Verification of an Adequate Accounting System - The Government will evaluate evidence that the Offeror, and all CTA members (if applicable) have an adequate accounting system in accordance with FAR 16.301-3(a)(1), as required under Section L.3.1.h. If the Offeror and all CTA members (if applicable) fail to furnish verification of an adequate cost accounting system will result in an “unacceptable” rating, the proposal will be determined “Unacceptable” and ineligible for further consideration going forward.

3) Factor 1 – Subfactor 1 – Task Area 1, IT Services for Biomedical Research, Health Sciences, and Healthcare . . . .

4) Factor 2 – Subfactor 1 – Domain-Specific Capability in a Health-Related Mission . . . .

AR 503.

The second phase of evaluation was assessing proposals using a best value methodology, including price and non-price factors. AR 506-13. Phase two is not at issue in this protest.

FreeAlliance’s CTA & Proposal

FreeAlliance formed a FAR part 9.601(1) CTA with HealthTech 4 Solutions LLC (“HealthTech”) and Nish Consulting, Inc. (“Nish”), on March 23, 2016, which qualified FreeAlliance’s proposal for HUBZone consideration. FreeAlliance submitted a proposal on May 13, 2016. The agency received 552 proposals of which seventy were HUBZone proposals, such as the FreeAlliance proposal.5

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

Related

Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Mercom, Incorporated v. United States
131 Fed. Cl. 32 (Federal Claims, 2017)
Redland Genstar, Inc. v. United States
42 Cont. Cas. Fed. 77,190 (Federal Claims, 1997)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)

Cite This Page — Counsel Stack

Bluebook (online)
freealliance.com, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/freealliancecom-llc-v-united-states-uscfc-2017.