Golden It, LLC. v. United States

CourtUnited States Court of Federal Claims
DecidedApril 25, 2023
Docket22-1471
StatusPublished

This text of Golden It, LLC. v. United States (Golden It, 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
Golden It, LLC. v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 22-1471 (Filed: April 6, 2023)

************************************** GOLDEN IT, LLC, * * Plaintiff, * * v. * * Post-Award Bid Protest; Motion THE UNITED STATES, * for Judgment on the * Administrative Record; Unequal Defendant, * Treatment; Unstated Evaluation * Criteria. and * * ITCON SERVICES, LLC, * * Defendant-Intervenor. * **************************************

Jon D. Levin, Maynard, Cooper & Gale, PC, Huntsville, AL, counsel for Plaintiff. With whom were W. Brad English, Emily J. Chancey, Joshua B. Duvall, and Nicholas P. Greer, of counsel.

Rafique O. Anderson, U.S. Department of Justice, Civil Division, Washington, DC, counsel for Defendant. With whom was Elin M. Dugan, Senior Counsel, Office of the General Counsel, U.S. Department of Agriculture, of counsel.

Eric A. Valle, PilieroMazza PLLC, Washington, DC, counsel for Defendant-Intervenor. With whom were Jonathan T. Williams, Katherine B. Burrows, and Kevin T. Barnett, of counsel.

OPINION AND ORDER

Dietz, Judge.

Golden IT, LLC (“Golden IT”) protests a decision by the United States Department of Agriculture (“USDA”) to award a Blanket Purchase Agreement (“BPA”) for technology sustainment support services to eight offerors, including ITCON Services, LLC (“ITCON”). Golden IT challenges the USDA’s evaluation of its proposal and source selection decision as arbitrary, capricious, and otherwise not in accordance with law. Based on the administrative record, the Court finds that, although Golden IT has demonstrated that certain portions of the USDA’s evaluation were arbitrary, capricious, and not in accordance with law, it has not demonstrated that it was prejudiced by the USDA’s errors. Accordingly, Golden IT’s motion for judgment on the administrative record is DENIED, and the government’s and ITCON’s respective cross-motions for judgment on the administrative record are GRANTED. I. BACKGROUND

A. Overview of the RFQ and Evaluation Criteria

On May 26, 2022, the USDA issued a competitive request for quotes (“RFQ”) seeking sustainment support services for technology systems and applications from vendors on the General Service Administration’s (“GSA”) Multiple Award Schedule 54151S, Information Technology Professional Services. AR 9,1 122.2 The scope of the services required that the contractor have a “working and holistic understanding and knowledge of [the] application hosting environment(s)” and that the contractor be able to “maintain and manage USDA database environments as well as support minor database changes.” AR 123. The RFQ included a Performance Work Statement (“PWS”), AR 141, which contained a sample call order for sustainment support services, AR 146. The PWS contained a table (“Table 2”) that listed the technology systems and applications that offerors would be required to support. AR 150-54.

The USDA intended to award multiple BPAs using the procedures set forth in Federal Acquisition Regulation (“FAR”) 8.4. AR 122. The RFQ emphasized that “the main use of the BPAs will come from . . . purchasing for [Food and Nutrition Services (“FNS”)3],” but stated that the BPA “will be open . . . to use for our other customers as well.” Id. (emphasis omitted). The estimated volume of purchases under the BPA was “up to $45,000,000.00 or more depending on the Government’s needs[,]” AR 125, and the anticipated period of performance was 5 years, AR 130. The USDA expected to award six BPAs, “[t]hree to Small Disadvantaged Business[es] ([“SDB”]) and [t]hree to Small Business[es] ([“SB”]).” AR 135. Offerors were required to specify the business category, SDB or SB, under which they were submitting an offer. AR 123.

The RFQ provided that the USDA would conduct the procurement through a phased proposal submission approach. AR 130. In Phase 1, the USDA would focus on prior experience, and in Phase 2, it would focus on technical approach, management approach, price, and BPA labor rates. AR 133. For Phase 1, offerors were required to submit a cover letter and a prior experience narrative. Id. The RFQ provided that prior experience should be demonstrated by “a minimum of two [] contracts/task orders, maximum of three, performed within the last three [] years.” AR 134. It further stated that the demonstrated prior experience “should include management and coordination of multiple support teams and/or subcontractor relationships that resulted in achieving quality performance under contracts that were of a comparable magnitude, size, scope, and complexity to the services described in the PWS.” Id. The evaluation of an offeror’s prior experience consisted of reviewing it for “Complexity (difficulty), Magnitude ($

1 The Court cites to the Administrative Record filed by the government at [ECF 24] as “AR ___.” 2 The USDA amended the RFQ three times. See AR 2-68 (Initial RFQ); AR 69-96 (First Amended RFQ); AR 97- 118) (Second Amended RFQ); AR 119-74 (Third Amended RFQ). The Court cites to the latest version of the RFQ. 3 FNS administers fifteen nutrition assistance programs for the USDA, including: the Supplemental Nutrition Assistance Program (“SNAP”); the Special Supplemental Nutrition Program for Women, Infants, and Children (“WIC”); the National School Lunch Program; and the Child and Adult Care Feeding Program. AR 122.

2 value), Similarity (task similarity) and Scope (functions and features) as compared to the sustainment services described in the Performance Work Statement.” Id.

For Phase 2, offerors were required to submit a written technical package with management approach, proposed price based on a sample call order, and proposed BPA labor rates. AR 133, 136-37. To show their technical approach, offerors were required to “demonstrate[] a substantive understanding of the scope, [and] complexity associated with the objectives described in the [PWS].” AR 136. Additionally, offerors were required to include “a substantial narrative that the [offeror] has first ha[n]d experience using a majority of the technology categories listed in Table 2 of the PWS.” Id. To show their management approach, offerors were required to “submit a management plan for the requirements . . . outlined in the PWS.” Id. The management plan had to “provide a clear chain of responsibility, quality control plan, cost control method, contract administration, and adequate, qualified staff resources.” Id. The USDA would evaluate price quotes by comparing proposed prices to one another and to the Independent Government Cost Estimate (“IGCE”). AR 137. The RFQ stated that quoted prices should conform to the respective offeror’s GSA schedule prices. AR 137. However, the RFQ also stated that “[o]fferors are strongly encouraged to provide a discount below their GSA schedule pricing.” Id.

The RFQ stated that the USDA would evaluate the offerors by separating the SBs and the SDBs into two business size categories to ensure a competition “on equal ground” and to ensure “the small business goals of this procurement of 50% SDB and 50% SB” were reached. AR 138. The USDA would evaluate each offeror’s prior experience under the Phase 1 submissions, assign a confidence rating, and advise the offerors “determined to be most capable” to proceed to Phase 2. AR 135, 138. The USDA would then accept Phase 2 submissions, evaluate each offeror’s technical and management approach, and assign a second confidence rating. AR 138. The confidence ratings used for Phase 1 and Phase 2 were defined as follows:

High Confidence The Government has high confidence the vendor understands the (Low Risk) requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention.

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

Related

Hertz Corp. v. Friend
559 U.S. 77 (Supreme Court, 2010)
Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
In Re Sang-Su Lee
277 F.3d 1338 (Federal Circuit, 2002)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Clinicomp International, Inc. v. United States
117 Fed. Cl. 722 (Federal Claims, 2014)
Nve, Inc. v. United States
121 Fed. Cl. 169 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
Golden It, LLC. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/golden-it-llc-v-united-states-uscfc-2023.