Inserso Corporation v. United States

CourtUnited States Court of Federal Claims
DecidedApril 22, 2019
Docket18-1655
StatusPublished

This text of Inserso Corporation v. United States (Inserso 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
Inserso Corporation v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 18-1655 Filed: April 1, 2019 Reissued: April 22, 20191

) INSERSO CORPORATION, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Post-Award Bid Protest; Judgment on the Defendant, ) Administrative Record ) and ) ) FEDITC, LLC, and ) RIVERSIDE ENGINEERING, LLC, ) ) Defendant-Intervenor. ) )

Richard P. Rector, DLA Piper LLP (US), Washington, DC, for plaintiff.

Sonia W. Murphy, U.S. Department of Justice, Commercial Litigation Branch, Civil Division, Washington, DC, for defendant.

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

Gary J. Campbell, Womble Bond Dickinson LLP, 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, Inserso Corporation (“Inserso”), filed its Complaint on October 25, 2018, objecting to the United States Defense Information Services Agency’s (“Agency”) award of Solicitation No. HC1028-15-R-0030 (“Solicitation”). See generally Complaint for Declaratory and Injunctive Relief (hereinafter “Compl.”). Plaintiff asks this Court (1) to equalize the competition by providing all offerors access to the unequally 1 An unredacted version of this opinion was issued under seal on April 1, 2019. The parties were given an opportunity to propose redactions, but no such proposals were made. disclosed information; (2) to order the Agency to award a contract to plaintiff; or (3) to remand the issue to the Agency to take appropriate actions. Plaintiff’s Motion for Judgment on the Administrative Record (hereinafter “Pl.’s MJAR”) at 44–45. For the following reasons, plaintiff’s Motion for Judgment on the Administrative Record is denied, and defendant and defendant-intervenors’ Cross-Motions for Judgment on the Administrative Record are granted.

I. Background

On March 2, 2016, the Agency issued Solicitation No. HC1028-15-R-0030 for the ENCORE III contract to procure information technology (“IT”) services. Administrative Record (hereinafter “AR”) 1, 12. The Solicitation sought to meet the Department of Defense’s (“DoD”) effort to “achieve information superiority” by providing IT solutions to the military service branches, the DoD, and other federal agencies. Id. at 1784. The Solicitation contemplated the award of Indefinite-Delivery/Indefinite Quantity (“ID/IQ”) contracts under two separate “suites”—a full-and-open (“F&O”) suite and a small-business (“SB”) suite. Id. at 1781, 1891. The scope of work for both suites was identical as set forth in the Performance Work Statement (“PWS”). Id. at 1784–86. Up to twenty awards would be made to offerors under each suite, with a maximum value of $17.5 billion for the sum of two suites, spread out over a ten-year period. Id. at 1782. Awardees were not guaranteed a task order, but instead would be afforded a “fair opportunity to be considered for specific task and delivery orders issued against the ENCORE III contract.” Id. at 1781.

Offerors could submit a proposal in both suites but could only receive one award. AR 1892. The Agency made awards to offerors in both suites on a lowest price, technically acceptable basis after consideration of three evaluation factors: (1) technical/management approach; (2) past performance; and (3) cost/price. Id. at 1910–19. The Agency provided duty descriptions and qualification requirements associated with 116 labor categories. See generally id. at 1902, 1927–58. Offerors were directed to list Fixed Price (“FP”) labor rates and Cost Reimbursable (“CR”) labor rates at both government and contractor sites for each labor category on a “pricing template” spreadsheet. Id. at 1902. If offerors were awarded the contract, their FP labor rates would be incorporated into their contracts, but CR labor rates would not. Id. at 1902, 1904.

The Solicitation outlined how the Agency would evaluate proposals in each suite. After calculating the rates for each labor category (“LCAT”) and adjusting the rates based on pre-established escalation factors for years beyond the first year, Agency evaluators multiplied each LCAT rate by the estimated number of hours required to reach 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 (“TPP”). AR 1910. Neither the Solicitation nor the post-award debriefing disclosed the estimated number of hours allocated to each LCAT. Id. at 1918.

The Solicitation directed the Agency to evaluate the CR portion of the TPP through a cost-realism analysis and calculate a Most Probable Price for the CR portion for all LCATs. Id. at 1919. The Agency then determined the Total Evaluated Price (“TEP”) by adding the TPP for the FP portion of the proposal to the Most Probable Cost for the CR portion of the proposal. Id.

2 at 1920. Proposals were then arranged in order from the lowest TEP to the highest TEP and evaluated for “compliance with other terms and conditions” outlined in the Solicitation. Id. at 1910–11, 1920. The twenty offerors in each suite that presented the lowest-price, technically acceptable proposals were to receive contract awards. Id.

The Agency received initial proposals for the F&O suite on October 21, 2016, and awards were issued to the twenty lowest-priced, technically acceptable offerors on October 19, 2017. See AR 86821–36. In November 2017, debriefings were provided to unsuccessful offerors and Qbase, a successful offeror who requested a debriefing. See, e.g., AR 86875–76; see also id. at 87975. The content of the debriefings included the TPPs, TEPs, technical evaluation ratings, and past performance ratings for the twenty lowest-priced proposals, and unsuccessful offerors’ Final Consensus Reports. See, e.g., AR 86851; id. at 86840–50. The final TEPs for awardees of the F&O suite ranged from $5,295,457,319 to $6,906,046,117. Id. at 86851–54.

Three unsuccessful F&O offerors—NCI, Peerless, and PSI—and Qbase, an awardee who participated in the aforementioned debriefings, were also offerors in the SB suite competition, through joint venture (“JV”) partnerships with small businesses. Id. at 86837, 86874, 88848, 87975; AR 88949 (Innovations JV LLC); AR 88957 (Madian IT Solutions, LLC); AR 88964 (Superior Government Solutions, LLC); AR 88963 (SierTek-Peerless JV, LLC). Each of those offerors was awarded a contract in the SB suite. Id. at 78892.

The Agency received initial proposals for the SB suite on October 21, 2016, and, after several rounds of Evaluation Notices (“EN”) and revised proposals, the Agency issued its awards on August 24, 2018. See, e.g., AR 4371; id. at 9105; id. at 16654; id. at 24567; id. at 79527. SB offerors received their TEPs on April 24, 2018, prior to submitting their first and second final proposal revisions. Id. at 67568–625. Plaintiff received a Notice of Unsuccessful Offeror on September 7, 2018. Id. at 78892. Plaintiff was the twenty-third lowest offeror with the TEP of $7,760,007,495. Id. at 78897. The final TEPs for awardees of the SB suite ranged from $5,338,273,636 to $7,745,667,644. Id. at 78892.

On October 25, 2018, Inserso filed its Complaint. See generally Compl. In its Complaint, plaintiff alleges three theories of liability. See id. at 1–2. First, the Agency’s release of information under the F&O suite created organizational conflicts of interest (“OCI”) and an unfair competitive advantage for some SB offerors. See id. at 1. Had Inserso received similar information, it would have won the SB contract. Second, the Agency should not have awarded a contract to Madian IT Solutions, LLC in the SB suite because it is the alter ego of Qbase, LLC., an awardee in the F&O suite. See id. at 2.

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)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
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)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
Netstar-1 Government Consulting, Inc. v. United States
101 Fed. Cl. 511 (Federal Claims, 2011)
Fisher v. United States
402 F.3d 1167 (Federal Circuit, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
Inserso Corporation v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/inserso-corporation-v-united-states-uscfc-2019.