IBM Corporation v. United States

119 Fed. Cl. 145, 2014 WL 6985143
CourtUnited States Court of Federal Claims
DecidedNovember 25, 2014
Docket14-864C
StatusPublished
Cited by14 cases

This text of 119 Fed. Cl. 145 (IBM Corporation 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
IBM Corporation v. United States, 119 Fed. Cl. 145, 2014 WL 6985143 (uscfc 2014).

Opinion

Post-Award Bid Protest; Motion for Judgment on the Administrative Record; Failure to Conform to Material Requirements of the Solicitation; FAR Part 8 Versus FAR Part 15; FAR 1.102-2; Fair and Impartial Treatment; Organizational Conflict of Interest

*148 OPINION AND ORDER *

KAPLAN, Judge.

Plaintiff IBM Corporation. (“IBM”) is the incumbent contractor providing audit readiness services for the Depaximent of the Army (“the Army” or “the agency”) in support of the Army’s effort to produce audita-ble financial statements by September 2017. In this post-award bid protest, IBM challenges the Army’s "award of a contract for similar services to defendant-intervenor Ernst & Young LLP (“EY’).

Currently before the Court are IBM’s motion for judgment on the administrative record and the government’s and EY’s cross motions for judgment on the administrative record. For the reasons set forth below, IBM’s motion is DENIED, and defendant’s and intervenor’s cross motions are GRANTED.

BACKGROUND

I, The Solicitation

On September 30, 2013, the Army issued Request for Proposals No. -W91CRB-13-R-0034 (“solicitation” or “RFP”) for a time-and-materials (“T & M”) conti’aet. See Corrected Admin. R. (“CAR”) 51, 260-64. The procurement was open to entities that held a Genei’al Services Administration (“GSA”) Financial and Business Solutions (“FABS”) Schedule contract. See CAR 294. Therefore, it was governed by Part 8 of the Federal Acquisition Regulation (“FAR”). 1 The purpose of the contract was to assist the Army in achieving auditability with respect to four General Fund annual financial statements by September 2017, as dii’ected by the Department of Defense (“DoD”). 2 CAR 266. Auditability was to be achieved “through improvements in the suppoi’ting financial systems, Army financial management processes, effective internal controls and supporting documentation.” CAR 265. According to the RFP, the Army’s efforts to meet the September 2017 deadline would involve “one of the most complex and challenging transformations ever attempted.” CAR 265. The contract would include a one-year base period and two one-year options. See CAR 260-64, 271. By March 5, 2014, the final date on which offers were due, the RFP had been amended eight times. See CAR 116-257.

*149 The RFP provided that the Amy would award the contract “to the Offeror who gives the Government the greatest confidence that it will best meet or exceed the requirements,” using a best-value tradeoff approach. CAR 296. The RFP identified seven factors for evaluation: (1) Experience, (2) Approach to Sample Scenario, (3) Past Performance, (4) Key Personnel, (6) Transition Plan, (6) Small Business Utilization Factor, and (7) Price. CAR 296.

The best value tradeoff required weighing Factors 1 and 2 against Factor 7 (Price). CAR 296. Factors 1 and 2 were equally important and, when combined, were more important than Price. CAR 296. Factors 3 through 6 were to be evaluated on a pass/fail basis only and would not play a role in the best value analysis. CAR 296. An offeror who received a rating of “unacceptable” for any of the six non-price factors was not eligible for award. CAR 296.

According to the solicitation, offerors’ total evaluated prices consisted of their prices for (1) the Labor contract line item numbers (“CLIN”) X001 and (2) the other direct costs (“ODC”) CLINs X002 (which all offerors were required to price at $400,000 per CLIN, see CAR 260, 262, 264). CAR 294. As required by FAR 16.601(d)(2), the RFP set a limit on the contractor’s level of effort under the T & M Labor CLINs in section 2.1.4 in the Performance Work Statement (“PWS”). CAR 271. The provision stated,

The Contractor level of effort to complete deliverables under this contract shall not exceed the following:

[[Image here]]

CAR 271. Offerors were instructed to propose rates per labor category based on their current GSA rates, and they were encouraged to offer discounts on those rates. CAR 271. Offerors’ prices for Labor CLINS, then, amounted simply to their proposed rates multiplied by the number of hours specified in PWS 2.1.4. CAR 271.

During the procurement, some offerors asked the Amy about the extent to which PWS 2.1,4 pemitted a successful offeror to reallocate hours among the labor categories. See, e.g., CAR 2062, 2057, 2069, 2065. These questions and the Amy’s answers were compiled into a document (the “Q & As”) that was attached to the solicitation and to various solicitation amendments. In Q & A 136, one offeror asked, ‘Will the successful offer- or have flexibility to reallocate the hours among labor categories during project execution, as long as we do not exceed the ceiling?” CAR 2065. The Amy responded, “As approved by the [Contracting Officer’s Representative (“COR”) ], the successful offeror will have the flexibility to reallocate hours as long as the ceiling is not exceeded.” CAR 2065.

II. Proposals, Evaluation, and Award

Three offerors submitted proposals, including IBM and EY. For Factor 1, the Technical Evaluation Team rated both IBM and EY as “outstanding,” CAR 1036,1048. For Factor 2, it rated IBM as “outstanding” and EY as “acceptable.” CAR 1041, 1053. For all other non-price factors, both IBM and EY received “acceptable” ratings. See CAR 1107.

A significant difference between IBM and EY was in their labor rates, which ultimately resulted in a substantial disparity between their total evaluated prices. Compare CAR 529-30 with CAR 961. Thus, IBM’s total evaluated price was $85,986,434, while EY’s total evaluated price was $55,553,597. CAR 1150. Regarding this price differential, the Source Selection Authority (“SSA”) noted that EY heavily discounted its GSA rates per labor category and found no indication of mistake in EY’s pricing. CAR 1151.

*150 Both IBM’s proposal and EY’s proposal included language concerning the extent to which hours might be reallocated among the labor categories set forth in PWS 2.1.4. IBM’s proposal stated as follows:

In completing RFP Pricing Table, Attachment 3, IBM 'has used the Government provided hours by labor category and applied our proposed fixed hourly rates. In performance of the contract there is a need for flexibility in the labor mix to effectively support this work. In accordance with RFQ Question and Answer number 136, with COR approval, we have the flexibility to reallocate hours by labor categories within the overall task order value without a contract modification.

CAR 529.

Similarly, under the heading “Administrative Items,” EY included the following language:

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
119 Fed. Cl. 145, 2014 WL 6985143, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ibm-corporation-v-united-states-uscfc-2014.