Integral Consulting Services, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedDecember 13, 2018
Docket18-977
StatusPublished

This text of Integral Consulting Services, Inc. v. United States (Integral Consulting Services, Inc. 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
Integral Consulting Services, Inc. v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 18-977C (Filed Under Seal: November 28, 2018) (Reissued for Publication: December 13, 2018)

************************************* INTEGRAL CONSULTING SERVICES, * INC., * * Plaintiff, * Postaward Bid Protest; RCFC 52.1; Cross- * Motions for Judgment on the v. * Administrative Record; Blue & Gold Fleet * THE UNITED STATES, * * Defendant. * *************************************

Julie M. Nichols, McLean, VA, for plaintiff.

Sheryl L. Floyd, United States Department of Justice, Washington, DC, for defendant.

OPINION AND ORDER

SWEENEY, Chief Judge

In this postaward bid protest, plaintiff Integral Consulting Services, Inc. (“Integral”) alleges that its proposal in connection with a solicitation issued by the United States General Services Administration (“GSA”) for information technology services was improperly evaluated. Integral argues that the GSA erred by deducting points related to Integral’s relevant experience without considering all of the information in its proposal. The court is presented with the parties’ cross-motions for judgment on the administrative record. For the reasons explained below, the court denies Integral’s motion and grants defendant’s motion.

I. BACKGROUND

A. Solicitation

On June 20, 2016, the GSA issued solicitation QTA0016GBA0002 to procure information technology services for the government. Administrative R. (“AR”) 4, 270. Specifically, the GSA sought proposals for the Alliant 2 Small Business Governmentwide

 The reissued Opinion and Order incorporates the agreed-to redactions proposed by the parties. The redactions are indicated with bracketed ellipses (“[. . .]”). Acquisition Contract, a multiple-award, indefinite-delivery, indefinite-quantity (“MA/IDIQ”) contract. Id. at 270. An awardee under the solicitation would become eligible to receive task orders performed under the contract. Id. at 262-63. The GSA specified that proposals were due by October 7, 2016. Id. at 258.

1. Proposal Format and Contents

The GSA required offerors to submit their proposals in seven volumes—general; responsibility; cost-price; past performance; relevant experience; organizational risk assessment; and systems, certifications and clearances. Id. at 365. Within the general volume, offerors were required to include, among other items, a completed copy of the Document Verification and Self Scoring Worksheet (“Scoring Worksheet”). Id. The GSA also instructed offerors to submit a paper copy of the completed Scoring Worksheet. Id. In the Scoring Worksheet, offerors were required to claim points for meeting specific criteria in the solicitation. See id. at 372-73. For every claimed point, offerors were required to include supporting documentation in the proposal showing that they met the relevant criteria. Id.

Of particular import here, the GSA awarded points for offerors possessing relevant experience. Id. at 225-26. Offerors could claim points for performing a project that involved tasks meeting the criteria for a Product or Service Code (“PSC”) specified in the solicitation.1 Id. at 379; see also id. (explaining that a “project” consists of a contract or task order performed for a public or private entity). The GSA identified thirty-five PSCs—which were separated into three groups—that would make a project eligible for points. Id. at 385-87. Offerors could claim additional points for relevant experience if a project (1) involved cost reimbursement, (2) met specific size and complexity requirements, (3) was performed for a unique federal government customer, (4) consisted of a fair opportunity task order awarded against a MA/IDIQ contract, or (5) required work in a foreign location (collectively, “bonus factors”). Id. at 225. To claim points for relevant experience, offerors were required to submit a completed relevant experience project template (“Experience Form”), which contained, among other items, the PSC for which points were claimed. Id. at 381.

After claiming the points, offerors had to substantiate their experience for each project using one of two methods. Id. at 381-83. For the first method, offerors were required to submit the applicable (1) contract statement of work or performance work statement (collectively, “SOW”); and (2) Federal Procurement Data System – Next Generation report (“FPDS-NG report” or “report”) that included a PSC applicable to the project. Id. at 381. This method was acceptable when offerors possessed an “available, complete[,] and accurate” FPDS-NG report that “provide[d] verification of all information included on the [Experience Form].” Id. For the second method, the GSA required offerors to submit (1) the FPDS-NG report, if it was available; (2) an Experience Form signed by the relevant contracting officer for the project; (3) a copy of the original contract award document; and (4) a copy of the SOW. Id. at 382-83. This method was provided for offerors who possessed an FPDS-NG report that was “unavailable, incomplete, or inaccurate.” Id. at 382. Specifically, the GSA explained this method was appropriate when

1 PSCs are codes are established by the government and “represent major products or services offered by a business.” AR 387.

-2- the report “does not substantiate all [of the] information on the [Experience Form] (e.g. [the] PSC being claimed was not the PSC entered in the FPDS-NG) . . . .” Id. (emphasis added).

2. Evaluation Process

The GSA explained in the solicitation that the awardees would be selected based on which offerors presented the highest technically rated proposals with a fair and reasonable price. Id. at 402. For evaluating proposals, the GSA set forth a step-by-step review process for each proposal. This process consisted of the following steps, which the GSA was required to perform in the order noted below:

• Step One: The GSA preliminarily identifies the top eighty proposals by sorting all of the submissions from the highest score to the lowest score based on the offerors’ Scoring Worksheets. Id. at 402-03. The GSA then reviews the top eighty proposals in accordance with the following steps.

• Step Two: For each proposal, the GSA verifies that a support document exists for each of the evaluation elements included on the Scoring Worksheet. Id. at 403. Any discrepancies at this stage are treated as clarifications. Id.

• Step Three: The GSA conducts an acceptability review to determine whether each offeror submitted all of the requested information for the general volume in the specified manner. Id. If a proposal does not pass the review, the proposal is replaced by the next highest scoring proposal that passes the acceptability review. Id.

• Step Four: The GSA determines whether a support document substantiates each claimed point on the Scoring Worksheet. Id. If the claimed points are not validated, then (1) those points are deducted, (2) the proposals are resorted based on the revised score, and (3) the proposal is replaced if its new score is below the cutoff for the top eighty proposals. Id.

• Step Five: The GSA evaluates whether the offeror proposed fair and reasonable pricing. Id. An offeror who fails to provide such pricing is eliminated from the competition. Id.

The GSA explained that the process would continue until the top eighty proposals (or more, in the case of a tie for the last spot) were identified, at which point evaluations would cease and contracts would be awarded to the offerors of those proposals. Id. Offerors were also informed that the GSA did not intend to hold discussions but would conduct clarifications as necessary. Id. at 402.

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
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)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Q Integrated Companies, LLC v. United States
132 Fed. Cl. 638 (Federal Claims, 2017)
A & D Fire Protection, Inc. v. United States
72 Fed. Cl. 126 (Federal Claims, 2006)
FirstLine Transportation Security, Inc. v. United States
100 Fed. Cl. 359 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Integral Consulting Services, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/integral-consulting-services-inc-v-united-states-uscfc-2018.