InSpace 21 LLC v. United States

128 Fed. Cl. 69, 2016 U.S. Claims LEXIS 1246, 2016 WL 4660909
CourtUnited States Court of Federal Claims
DecidedAugust 4, 2016
DocketNo. 15-364C
StatusPublished
Cited by5 cases

This text of 128 Fed. Cl. 69 (InSpace 21 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
InSpace 21 LLC v. United States, 128 Fed. Cl. 69, 2016 U.S. Claims LEXIS 1246, 2016 WL 4660909 (uscfc 2016).

Opinion

Post-award bid protest; U.S. Air Force launch and test ranges; laches; labor hour reductions; potential increased workload; potential labor unrest; consideration of minority evaluation opinions; Technical Risk factor; cursory source selection decision; no material change in requirements; satisfactory explanation articulated; solicitation provisions followed; SSA’s reliance on others’ analy-ses, 48 C.F.R. § 15.308.

OPINION AND ORDER

WOLSKI, Judge

In this post-award bid protest, plaintiff InSpace 21 LLC (InSpace) challenges the United States Department of the Air Force’s award of a Launch and - Test Range System Integrated Support Contract for Operations, Maintenance & Sustainment (LISC OMS) to defendant-intervenor Range Generation Next (RGNext). Plaintiff argues that the Air Force arbitrarily evaluated the level of risk posed by RGNext’s technical proposal—particularly in the Air Force’s treatment of minority opinions of evaluation team members and its assessment of the labor approach and hours proposed by RGNext, Plaintiff has moved for judgment on the administrative record, requesting a permanent injunction and bid preparation, and proposal costs. The government and defendant-intervenor have both cross-moved for judgment on the administrative record, arguing that the evaluation of RGNext’s proposal was thoroughly and properly performed. For the reasons that follow, the cross-motions of defendant and interve-nor are GRANTED, and plaintiffs motion is DENIED.

I. BACKGROUND

A. The Solicitation

The Air Force issued Solicitation No. FA88-11-13-R-001 (RFP or Solicitation), to consolidate three existing legacy contracts into a single LISC OMS contract for fiscal years 2015 through 2024. Admin. R. (AR), Tab 101a at 29013; Tab 101 at 27888; Tab 92b at 27320; Tab lOlf at 33054. Previously, separate contracts provided for operations and maintenance of the Ah' Force’s two launch facilities—the Eastern Range, run from Patrick Air Force Base and launching from Cape Canaveral Air Force Station in Florida; and the Western Range, located at California’s Vandenberg Air Force Base. AR, Tab 101 at 27888; Tab 101a at 29020-24. A third support contract sustained the instrumentation for the two ranges. See AR, Tab 101 at 27888. The ranges are used to launch military, National Aeronautical Space Administration, and commercial satellites into space, and as test ranges for rockets, missiles, and’ missile defense. Id.

Plaintiff InSpace is a joint venture between PAE Applied Technologies LLC (PAE)1 and Honeywell Technology Solutions Inc., and intervenor RGNext is a joint venture between Raytheon Technical Services (Raytheon) and General Dynamics Information Technology. AR, Tab 57 at 14323; Tab 58 [73]*73at 16127; Tab 77.1 at 21732; Tab 101 at 27894-95. Raytheon and PAE were among the incumbent contractors supporting the Eastern Range. See AR, Tab 57a at 14336-37; Tab 58a at 16131; see also, e.g., AR, Tab 101 at 28158-62, 28165-66, 28170, 28172, 28174-76, 28178-87, 28565-68, 28571, 28573, 28577, 28582-88, 28590, 28593, 28596-97, 28599.

The Solicitation contained a lengthy Performance Work Statement (PWS) detailing the tasks to be performed under the contract. AR, Tab 101a at 29009-29292. The description of these tasks consumed 170 pages, id. at 29025-194, and was organized as follows: Objectives were assigned two-digit paragraph numbers, such as “3.1.” See id. at 29066. The next level addressed tasks, expressed in full sentences and assigned a three-digit paragraph number. See id. at 29067 (“3.1.1. The contractor shall perform program planning to meet user requirements.”). Below the task level were more detailed subtasks, with paragraph numbers extending to four or five digits. See id. (detailing 3.1.1.1 and 3.1.1.1.1).

A Work Breakdown Structure (WBS) was also employed in the Solicitation. AR, Tab 101a at 29293-300. In the WBS, the Air Force took the third-level tasks from the PWS and reorganized them under paragraphs corresponding to work for the LISC overall, the Eastern Range, the Western Range, “Sustainment,” and “Other Support,” totaling 109 separate tasks. Id. at 29295, 29297-300. The WBS supplied the framework to be used by each offeror in providing its Basis of Estimate (BOE), the staffing levels and skill mix to perform each requirement. Id. at 32991. Offerors were required to identify this workload at the three-digit task level, but were free to express workloads according to the more detailed four- or five-digit levels, which would be included in their Contractor Work Breakdown Structures (CWBS). Id. at 32993-94.

The Solicitation provided for four evaluation factors, two of which, Technical Capability and Past Performance, were to be rated on a pass/fail basis for acceptability. AR, Tab 101a at 33023. Offerors with acceptable proposals under those two factors would compete for the best value award, which would be based on a tradeoff between the other two factors, Technical Risk and Price. Id. Both technical factors were to be evaluated under three subfactors: Operations; Maintenance and Sustainment; and Program Management and Systems Engineering. Id. The third sub-factor was to be less important than the first two. Id.

Technical Risk would be rated as low, moderate, or high. Id. The evaluation was to consider “potential for disruption of schedule, increased costs, degradation of performance, the need for increased Government oversight, or the likelihood of unsuccessful contract performance.” AR, Tab 101a at 33030. A risk rating would be “[b]ased on the identification of, absence of, or combination of weaknesses or significant weaknesses,” although the finding of a significant weakness “will not necessarily generate a ‘high’ risk rating.” Id. The presence of a high risk rating for any Technical Risk subfaetor would make a proposal ineligible for award. Id. at 33020. In the best value tradeoff determination, Price was to be “slightly more important” than Technical Risk. Id. at 33023.

Offerors were instructed to submit their proposals in five volumes. AR, Tab 101a at 32972-73. Volume I was to consist of an Executive Summary, no longer than ten pages, and a “Master Table of Content and Cross-Reference Matrix” of unlimited length (and designated as Volume IA). Id. at 32973. Volume II, addressing Technical Capability, was to be the basis for the evaluations of both technical factors. See id. at 32979. The main volume was to be limited to 150 pages (not counting certain tables), and was to address each of the three technical subfactors. Id. at 32973, 32979-90. The first of eight attachments, designated “TCI,” would contain the BOEs for each required third-level task, including supporting rationales for, and schedules of, staffing levels and skill mixes. Id. at 32991. The rationales were to include summaries of the tasks performed under each element, explanations of labor hour changes from one period of performance to the next, and the methodology used to estimate the hours proposed. Id. at 32993. In the instructions, the Air Force provided “base[74]*74line” labor hour figures “for informational purposes only,” based on the three legacy contracts. Id. at 32986. These totaled 3,120,-600 hours for performing one year of the work falling under ten PWS objectives. See id.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
128 Fed. Cl. 69, 2016 U.S. Claims LEXIS 1246, 2016 WL 4660909, Counsel Stack Legal Research, https://law.counselstack.com/opinion/inspace-21-llc-v-united-states-uscfc-2016.