Harmonia Holdings Group, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 10, 2023
Docket19-674
StatusPublished

This text of Harmonia Holdings Group, LLC v. United States (Harmonia Holdings Group, 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
Harmonia Holdings Group, LLC v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 19-674 (Filed Under Seal: February 23, 2023) Reissued: March 10, 20231

) HARMONIA HOLDINGS GROUP, LLC, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) DEV TECHNOLOGY GROUP, INC., ) ) Defendant-Intervenor. ) )

Walter Brad English, Maynard, Cooper & Gale, PC, for plaintiff.

David M. Kerr, U.S. Department of Justice, Commercial Litigation Division, Washington, DC, for defendant.

William A. Shook, Law Offices of William A. Shook, PLLC, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This pre- and post-award bid protest is before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record, after remand from the United States Court of Appeals for the Federal Circuit. Plaintiff, Harmonia Holding Groups, LLC (“Harmonia”), challenges: (1) the United States Customs and Border Protection’s (“Agency”) decision to limit proposal revisions after Amendments 9 and 10 to the solicitation; and (2) the Agency’s proposal

1 An unredacted version of this opinion was issued under seal on February 23, 2023. The parties were given an opportunity to propose redactions, but no such proposals were made. See Joint Notice of No Proposed Redactions, ECF No. 72. evaluation and award decision. See generally Plaintiff’s Post-Remand Motion for Judgment on the Administrative Record, ECF No. 64 [hereinafter Pl.’s MJAR]. In response, defendant and defendant-intervenor contend Amendments 9 and 10 did not materially impact offerors’ technical solutions as to warrant full proposal revisions, and that the Agency’s evaluation was rational. See generally Defendant’s Response to Plaintiff’s Motion for Judgment on the Administrative Record and Cross-Motion for Judgment on the Administrative Record, ECF No. 66 [hereinafter Def.’s CMJAR]; Defendant-Intervenor’s Cross-Motion for Judgment on the Administrative Record and Opposition to Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 65 [hereinafter Def.-Int.’s CMJAR]. For the reasons set forth below, the Court denies plaintiff’s Motion for Judgment on the Administrative Record and grants defendant’s and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record.

I. Background

A. The Solicitation and Evaluation

On July 12, 2018, the Agency issued Solicitation No. HSBP1018CSPD (“Solicitation”), requesting quotes for application development and operations and maintenance support services for its Cargo Systems Program Directorate (“CSPD”) to develop and support cargo systems applications under the General Services Administration’s Federal Supply Schedule. Administrative Record 234–42, 2981 [hereinafter AR]. These applications include a commercial trade processing system called the Automated Commercial Environment (“ACE”), which is an integrated platform “through which the trade community submits data and documentation required by all Federal agencies for imports and exports.” AR 293.

The Agency indicated its intent to issue a single Time and Materials (“T&M”) task order award with a one-year base period, four (4) one-year option periods, and a six-month option to extend services. AR 270, 1576 (Amendment 9). Offerors were evaluated in two acquisition phases: Phase I, Oral Presentations and Phase II, Written Response. AR 235. Phase I, Oral Presentations was open only to small businesses. AR 235. The Agency evaluated Phase I offerors on a best value basis and assigned each offeror an overall adjectival quality rating of high, some, or low confidence. AR 235, 280, 2985–86. Offerors with a “high likelihood of being selected [for award were] therefore encouraged to participate in the acquisition of Phase II.” AR 235.

Offerors that participated in Phase II were subsequently evaluated on a best value basis according to the following five factors:

(1) Technical Excellence (2) Management Approach (3) Quality Assurance (4) Past Performance (5) Price

-2- AR 281–85. Under the prescribed best value tradeoff, Factor 1 is “more significantly important than Factors 2, 3, and 4; Factors 2 and 3 are of equal importance and significantly more important than Factor 4,” and the “non-Price Factors, when combined are significantly more important than the Price Factor (Factor 5).” AR 286.

Additionally, the Agency assessed proposals in accordance with the following six tasks2 in the Statement of Work (“SOW”) during its Phase II evaluations:

Task 1 – Contractor Transition In Task 2 – Contractor Transition Out Task 3 – Cargo Systems Application Development Task 4 – Dev/Ops Configuration and Release Management Task 5 – IT System Security Analysis Task 6 – Operations and Maintenance

AR 1274. Each of those tasks correspond to a specific evaluation factor within sub-factors as follows:

Factor Sub-Factor(s) Technical Excellence Sub-Factor I: Tasks 3, 4, and 6 (Factor 1) Sub-Factor II: Task 5

Sub-Factor III: Risk Mitigation Plan Management Approach Sub-Factor I: Staffing Plan and Key Personnel Resumes (Factor 2) Sub-Factor II: Program Management

Sub-Factor III: Sub-Contracting Management Plan/Teaming Arrangement Quality Assurance Sub-Factor I: Task 1 (Factor 3) Sub-Factor II: Task 2 Past Performance None (Factor 4) Price None (Factor 5)

See AR 1406–07. Relevant here, Factor 2, Sub-factor I, required offerors to “provide a staffing plan that outlines how they plan to recruit, hire, retain, and replace personnel,” including resumes for key personnel and a Staffing Plan Table. See AR 1413.

2 The original Statement of Work included seven tasks but Amendment 4, dated September 7, 2018, eliminated one task prior to proposal submissions. Compare Administrative Record 297 (Statement of Work) [hereinafter AR], with AR 1274 (Amendment 4).

-3- The Solicitation further stipulated how each of the SOW tasks correspond to the T&M contract line items (“CLINs”). AR 1533–34. Those CLINs, and their associated SOW Tasks, are as follows:

CLIN 001 - Base Development (Tasks 1, 2, 3, and 4) CLIN 002 - On-Demand Services Development (Tasks 3 and 4) CLIN 003 - Operation and Management (“O&M”) (Tasks 1, 2, 5, and 6) CLIN 004 - On-Demand Services O&M (Tasks 5 and 6)

AR 1533–34. In accordance with their technical proposal, and consistent with their Staffing Plan Table, offerors were required to submit price proposals for each CLIN based on the Sample Price Format spreadsheet provided in the Solicitation. See AR 277, 283, 348, 388.

Originally, the Sample Price Format sheet included over ninety labor categories across all four CLINs and employed a color code to delineate between labor categories needed at the time of award and labor categories that the Agency may need after the start of performance. AR 334–42, 548, 1533–34. The Solicitation specified that offerors must use fully-burdened labor rates inclusive of all direct and indirect costs and profit, and, if awarded the contract, be able to “provide the necessary management, labor, facilities, materials and supplies to perform tasks as stated in the task order contract for T&M within the scope of Section IV [of the SOW].” AR 237.

The Solicitation also indicated the possibility of Surge Requirements, which are defined as “any additional work that can be performed under the scope of this SOW resulting from additional functionality that may be required by ACE to perform.” AR 270, 307. Under the SOW, if the Agency later determines Surge Requirements are needed, “the Government may exercise the surge CLINS as identified in the task order which will be separately priced and inserted on the Optional Surge CLINs via modification to the Task Order.” AR 307; see also AR 270.

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

Related

Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Keeton Corrections, Inc. v. United States
59 Fed. Cl. 753 (Federal Claims, 2004)
Systems Plus, Inc. v. United States
68 Fed. Cl. 206 (Federal Claims, 2005)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Harmonia Holdings Group, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/harmonia-holdings-group-llc-v-united-states-uscfc-2023.