Group Seven Associates, LLC v. United States

68 Fed. Cl. 28, 2005 U.S. Claims LEXIS 292, 2005 WL 2654365
CourtUnited States Court of Federal Claims
DecidedSeptember 23, 2005
DocketNo. 05-867C
StatusPublished
Cited by7 cases

This text of 68 Fed. Cl. 28 (Group Seven Associates, 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
Group Seven Associates, LLC v. United States, 68 Fed. Cl. 28, 2005 U.S. Claims LEXIS 292, 2005 WL 2654365 (uscfc 2005).

Opinion

OPINION

BRUGGINK, Judge.

This is a post-award bid protest involving the award of a Department of Defense contract for contract administration support services. A ward was made to CACI, Inc. Plaintiff, Group Seven Associates, asks the court to direct the contracting officer to rescind the award to CACI and to reopen negotiations. CACI was permitted to intervene. The parties have filed cross-motions pursuant to RCFC 56.1. The matter has been fully briefed and oral argument was heard September 20, 2005. For reasons set out below, we reject the request for relief.

BACKGROUND

Both Group Seven and CACI were contractors with existing General Service Administration (“GSA”) Federal Supply Schedule Contracts (“FSS”) issued pursuant to Federal Acquisition Regulation (“FAR”) Part 8.4. The solicitation for both companies’ underlying GSA FSS contracts stated that “[t]he Government contemplates award of an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule contract resulting from this solicitation, allowing for Firm Fixed-Price or Labor Hour task orders.” Administrative Record (“AR”) 7. Such task order may be subject to competition among FSS contract holders. See 41 U.S.C. § 253j(b) (2005). Accordingly, when the Department of Defense, acting through Washington Headquarters Services (“WHS”) later determined that it needed acquisition support services, it announced in a May 17 Request for Proposals (“RFP”) that it would “award a single Firm Fixed-Price Task Order” for such services.

Prospective offerors were to submit their proposals by June 1, 2005. The solicitation set out the following three main evaluation factors, all of equal importance: (a) management approach, (b) past performance, and (c) price. Offerors were to meet all solicitation requirements and satisfy all evaluation factors to be eligible for the award. The first factor, management approach, contained four sub-factors, in the following order of importance: staffing plan, resource management, performance metrics, and transition plan. With respect to the fourth sub-factor, “transition plan,” the RFP stated that each offeror was to “provide a plan for transitioning to full performance during the phase in period identified in the RFP____The transition plan shall include milestones for critical activities such as recruiting, hiring, training, security clearance and any other special considerations.” AR 333. The phase-in period was defined as July 5 through September 30, 2005.

In response to the solicitation, both CACI and Group Seven submitted proposals. Within CACI’s proposal, the line item for pricing the transition period was split into [30]*30three options, depending on the level of work the agency opted to have performed:

a. Alternative 1 “prices” the * * * people who are CACI employees assigned to the WHS projects as of 1 July and holds that level throughout the three-month period. This alternative would be used if the Government intends to keep .all four incumbent contractors in place throughout the transition period.
b. Alternative 2 “prices” the * * * people who are CACI employees in July and adds * * * on August 1. August and September prices reflect * * * people.
c. Alternative 3 is the same as Alternative 2 for July and August but differs by going to the full capacity on 1 September. The advantage of this option is that all people to support WHS at the start of the base period are on board and working together as a full team. The second advantage is that WHS can end the incumbent contracts earlier, which will reduce the administrative management workload.

AR 515. The transition period staffing option was the only contract line item as to which CACI offered options. By choosing option “a,” the agency would have paid $17.4 million for the base year and four option years. By choosing different staffing levels during the transition period, costs would have gone up incrementally. All three options accounted for the entire three-month transition period.

Group Seven’s proposal did not include any options within particular contract line items. It offered a single price, * * *.

In evaluating the proposals from CACI and Group Seven, WHS assigned the following ratings for the two substantive factors and four sub-factors. The rating system is included at the base of the chart:1

FACTOB/SUBFACTOR CACI GROUP SEVEN

Management Approach:

-Staffing ‡ ‡ H: s¡: s}. sj*

-Resource Mgm’t * * * * * *

-Performance Metrics <« * * * Hs *

-Transition Plan

Past Performance: 4* S- sj: sj.

Merit Ratings Confidence Ratings

O = Outstanding HC = High Confidence

E = Excellent SC = Significant Confidence

AR 665.

Based on CACI’s higher merit and confidence rating for the two substantive factors, as well as its lower price, CACI was awarded the task order. The agency chose to go with the lowest priced alternative for the transition period, with a total resulting price of $17.4 million. Group Seven was notified on June 29, 2005, that it was not the successful offeror. In response, it requested a debriefing, which occurred on July 6, 2005. Group Seven filed a protest with the agency on July 11, 2005, challenging the award and evaluation process. The agency denied the protest on July 19, 2005. Group Seven filed its protest here on August 5, 2005.

DISCUSSION

Plaintiff’s sole remaining2 basis for challenging the award to CACI is that its submission of alternate pricing proposals for the transition period was improper. Defendant’s primary response is that our review is barred by 10 U.S.C. § 2304c(d) (2005) and 41 U.S.C. § 253j(d), which prohibit bid protests of task orders.3 Alternatively, defendant and intervenor argue that consideration of CACI’s alternate proposals was not improper because each pricing option complied with the terms of the solicitation.

Subject Matter Jurisdiction

The Tucker Act grants the court jurisdiction to entertain post-award bid protest actions “in connection with a procurement or proposed procurement.” See 28 U.S.C. § 1491(b)(1) (2000). Review is pursuant to the standard of review set out in the Administrative Procedure Act.4 § 1491(b)(4) (“In [31]*31any action under this subsection, the courts shall review the agency’s decision pursuant to the standards set forth in section 706 of title 5.”). Accordingly, the court can hold unlawful and set aside agency action which is found to be “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.” 5 U.S.C. § 706(2)(A) (2000).

Defendant argues that 10 U.S.C.

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

Related

Office Depot, Inc. v. United States
95 Fed. Cl. 517 (Federal Claims, 2010)
Datamill, Inc. v. United States
91 Fed. Cl. 740 (Federal Claims, 2010)
Global Computer Enterprises, Inc. v. United States
88 Fed. Cl. 350 (Federal Claims, 2009)
Idea International, Inc. v. United States
74 Fed. Cl. 129 (Federal Claims, 2006)
Automation Technologies, Inc. v. United States
73 Fed. Cl. 617 (Federal Claims, 2006)
A & D Fire Protection, Inc. v. United States
72 Fed. Cl. 126 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
68 Fed. Cl. 28, 2005 U.S. Claims LEXIS 292, 2005 WL 2654365, Counsel Stack Legal Research, https://law.counselstack.com/opinion/group-seven-associates-llc-v-united-states-uscfc-2005.