Indigo It, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 22, 2019
Docket18-1563
StatusPublished

This text of Indigo It, LLC v. United States (Indigo 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
Indigo It, LLC v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 18-1563 Filed: April 1, 2019 Reissued: April 22, 20191

) INDIGO IT, LLC, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) Bid Protest, RCFC 52.1, Cost Realism ) Analysis. Defendant, ) ) and ) ) FEDITC, LLC, ) ) Defendant-Intervenor. ) )

Lars E. Anderson, Odin, Feldman & Pittleman, Reston, VA, for plaintiff.

Barbara E. Thomas, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

Jeffery M. Chiow, Rogers Joseph O’Donnell, PC, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest comes before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, Indigo IT, LLC (“Indigo”), filed its Complaint on October 9, 2018, objecting to the United States Defense Information Services Agency’s (“DISA” or “Agency”) award of Solicitation No. HC1028-15-R-0030 (“Solicitation” or “RFP”). Administrative Record (hereinafter “AR”) 1. Indigo seeks an order (1) requiring the Agency to “conduct an evaluation of Indigo IT’s proposed costs that is consistent with the Solicitation and the” Federal Acquisition Regulations (“FAR”), and (2) “award[ing] a contract” to plaintiff under the Solicitation. Plaintiff’s Motion for Judgment on the Administrative Record

1 An unredacted version of this opinion was issued under seal on April 1, 2019. The parties were given an opportunity to propose redactions, and those redactions are reflected herein. (hereinafter “Pl.’s MJAR.”) at 1. For the following reasons, plaintiff’s Motion for Judgment on the Administrative Record is denied, and defendant’s Cross-Motion for Judgment upon the Administrative Record is granted.

I. Background

On March 2, 2016, the Agency issued the Solicitation for the ENCORE III IT Solutions procurement, a follow-on to the ENCORE II contract. AR 1. The Solicitation sought to meet the Department of Defense’s (“DoD”) effort to “achieve information superiority” by providing information technology (“IT”) solutions to the military service branches, the DoD, and other federal agencies. Id. at 1784. Specifically, the Solicitation called for offerors to assist the DoD in the “development, installation, fielding, training, operation, and life-cycle management of [IT] components and systems in the operational environments of Combatant Commands and their subordinate components” in nineteen possible “performance areas,” which ranged from information and knowledge management, to business process re-engineering, to computer-technology integration. Id. at 1785–86.

The Solicitation included a small business suite based upon a “best value, lowest price, technically acceptable source selection conducted in accordance” with the FAR, whereby the Agency would award up to twenty Indefinite-Delivery/Indefinite Quantity (“ID/IQ”) contracts, with both firm Fixed Price (“FP”) and Cost Reimbursable (“CR”) type task orders. Id. at 1781, 1891, 1909. Awardees were not automatically awarded task orders, but instead were afforded a “fair opportunity to be considered for specific task and delivery orders issued against the ENCORE III contract.” Id. DISA was authorized to award $17,500,000,000.00 over ten years, to be divided into two five-year terms. Id. at 1782.

The Agency chose awardees based on three sets of evaluation factors: (1) Technical/Management Approach; (2) Past Performance; and (3) Cost/Price. AR 1899–1901. The Cost/Price factor, at issue in this case, contained several additional requirements, including: (1) price narrative; (2) pricing spreadsheet; (3) accounting system verification; and (4) uncompensated overtime policy, if applicable. Id. at 1901. The price narrative was to contain information on “[p]ricing methodology and all supporting cost information of [CR] labor rates. Id. at 1901. Offerors were to include “labor and overhead rates” that could “sustain a Defense Contract Audit Agency audit” and “pricing methodology and supporting cost information utilized in the development of all CR rates.” Id. at 1902–03.

For the pricing spreadsheet, offerors were required to differentiate between FP and CR labor rates for all 116 labor categories (“LCAT”). Id. at 1902. CR rates needed to include direct and indirect rates, as well as a mandated 5.5% fixed fee, for both the government site and contractor site categories. Id. For direct labor rates—the actual proposed hourly compensation—offerors were to include information such as “payroll records [and] salary survey data.” AR 1902. Indirect labor rates—those additional costs separate from direct compensation—could be justified either through submitting a Forward Pricing Rate Agreement, or Forward Pricing Rate Recommendation, or by submitting a Forward Pricing Rate Proposal that included the “basis for these rates and factors.” Id.

-2- The Solicitation also outlined how the Agency would evaluate offers. After calculating the rates for each LCAT and increasing the rate for each year beyond the first year, Agency evaluators multiplied the LCAT total by the hours required at both government and contractor sites, reaching the total amount for each LCAT per year. Id. at 1902, 1910. The sum of all LCATs over the lifetime of the contract yielded each offeror’s “Total Proposed Price.” Id. at 1910.

For the CR portion of the Solicitation, the Agency was required to use “one or more techniques in FAR 15.404 in order to determine if [the CR portion of the offerors’ TPPs] are complete, reasonable, and realistic.” Id. at 1910, 1918–19. Cost realism required the calculation of a “Most Probable Cost . . . for the CR portion of [each] proposal.” Id. at 1919. In order to ascertain the Most Probable Cost for the CR portion of each proposal, the cost/price team calculated the average of all CR rates proposed by all offerors within the small business suite for each LCAT. See AR 1919. The cost/price team would then calculate the dollar amount that fell one standard deviation below each average rate for every LCAT. See Id.

The Agency also conducted a cost realism analysis for each offeror, in accordance with the terms of the Solicitation, depending on the rate of each LCAT within an offeror’s proposal. Id. at 1918–19. The cost/price team “consider[ed] a rate that is 1 standard deviation below the average to be a realistic rate, subject to cost analysis techniques in accordance with FAR 15.404.” Id. at 1919. Rates falling below that range required evaluators to “review the submitted supporting documentation at the component level for that rate.” Id. If the supporting documentation provided “inadequate or no justification . . . for any component of that rate,” the evaluators “adjust[ed] the fully burdened CR labor rate to be equal to the average for purposes of calculating the Most Probable Cost for that offeror.” Id. If the offeror provided adequate supporting documentation, then the rate would not be adjusted. Id. Once cost-realism analysis was completed and required rates adjusted, the Agency calculated “a total Most Probable Cost for the CR only portion of the proposal for each offeror by applying Government[-]estimated labor hours for each year of contract performance to each offeror’s most probable cost labor rates” for all LCATs. Id.

After completing the cost/price evaluation, the Agency was directed to calculate the Total Evaluated Price (“TEP”) by adding the “Total Proposed Price for the FP portion of the proposal to the Most Probable Cost for the CR portion of the proposal.” AR 1919. The offerors with the twenty lowest TEPs in each suite were then evaluated for “compliance with other terms and conditions” outlined in the Solicitation. Id. at 1910, 1920. After offerors submitted their initial proposals, the Agency determined a competitive range of thirty offers. Id. at 79515.

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Caci, Inc.-Federal v. The United States
719 F.2d 1567 (Federal Circuit, 1983)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
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)
Worldwide Language Resources, LLC v. United States
127 Fed. Cl. 125 (Federal Claims, 2016)
Beta Analytics International, Inc. v. United States
44 Fed. Cl. 131 (Federal Claims, 1999)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Arch Chemicals, Inc. v. United States
64 Fed. Cl. 380 (Federal Claims, 2005)
Greene v. United States
65 Fed. Cl. 375 (Federal Claims, 2005)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
DMS All-Star Joint Venture v. United States
90 Fed. Cl. 653 (Federal Claims, 2010)
Crassociates, Inc. v. United States
95 Fed. Cl. 357 (Federal Claims, 2010)
Fisher v. United States
402 F.3d 1167 (Federal Circuit, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
Indigo It, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/indigo-it-llc-v-united-states-uscfc-2019.