Integrated Finance & Accounting Solutions, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 16, 2022
Docket22-581
StatusPublished

This text of Integrated Finance & Accounting Solutions, LLC v. United States (Integrated Finance & Accounting Solutions, 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
Integrated Finance & Accounting Solutions, LLC v. United States, (uscfc 2022).

Opinion

In the Cited States Court of Federal Claims

No. 22-581 Filed: August 5, 2022 Re-issued: August 16, 2022!

INTEGRATED FINANCE & ACCOUNTING SOLUTIONS, LLC

Plaintiff, V. THE UNITED STATES, Defendant, and ENGENIUS CONSULTING GROUP, INC.,

Defendant-Intervenor.

Nem Nee Neer eee nee nee Ne nee ene eee nee eee ne nee ee nee ee”

Thomas A. Coulter, Norton Rose Fulbright, US LLP, Washington, DC, for Plaintiff.

Evan Wisser, Department of Justice, Civil Division, Commercial Litigation Branch, Washington, DC, with Douglas K. Mickle, Patricia M. McCarthy, and Brian M. Boynton, Department of Justice, Washington, DC, and Susan M. Chagrin, Defense Information Systems Agency, Office of the General Counsel, Fort Meade, Maryland.

John D. Levin, Maynard Cooper & Gale, P.C., Huntsville, Alabama, for Defendant-Intervenor with W. Brad English and Emily J. Chancey, of counsel.

OPINION AND ORDER MEYERS, Judge.

Integrated Finance & Accounting Solutions, LLC protests the award of a contract to enGenius Consulting Group, Inc. to provide various finance and budgeting support services to

' The Court initially filed this opinion under seal to allow the Parties to propose redactions. The Court has incorporated the proposed redactions and makes them with bracketed ellipses (“[ ... |’) below. the Department of Defense’s Office of the Chief Financial Officer. Integrated Finance had been the incumbent on two contracts that DoD combined in the challenged procurement and complains that DoD’s conduct of this procurement effectively eliminated its incumbent advantage in its technical and past performance evaluations, which led to a faulty best value determination and contract award. Because the Court finds that DoD did not do anything arbitrary and capricious in its evaluations or in making its award decision, the Plaintiff's motion for judgment on the administrative record is denied and the Government’s and Intervenor’s cross-motions for judgment on the administrative record are granted.

I. Background A. Solicitation

The Defense Information Systems Agency (“DISA” or “Agency”) issued Request for Quotations No. 612100003 (“RFQ”) seeking quotations to support the Office of the Chief Financial Officer (““OCFO”) at the Agency in “Budget/Cost/Financial Analysis, Financial Management and Technical Support Services.” ECF No. 25-1 at AR105.” DISA amended the RFQ four times. ECF No. 31 at AR279; ECF No. 25-3 at 941.7 The RFQ sought to “merge all of the OCFO’s budget/cost/financial analysis, financial management, and technical support requirements . . . into one contract.” ECF No. 25-1 at AR15, 125. Previously, this work was spread out across several different centers across the Agency. /d. at AR125. But after a reorganization of DISA, it decided to group all this work together under a single contract vehicle. ECF No. 25-3 at AR939. The RFQ was set aside for small business under a General Services Administration (GSA) Multiple Award Schedule and conducted utilizing the ordering procedures for Federal Supply Schedules (“FSS”) in FAR § 8.405.4 The RFQ provided for a one-year base period and four one-year option periods, plus an option to extend by up to six months. ECF No. 31 at AR279.

The Agency listed the incumbent contractor as Integrated Finance and Accounting Solutions, LLC (“IFAS”). /d. at AR279.

B. Agency’s Methods of Evaluating Proposals

* The Government inadvertently omitted certain documents from the administrative record, which it subsequently filed. See ECF No. 30. Asa result, the record is split between ECF Nos. 25 and 31. The Court provides the ECF Number ahead of record cites to ease review.

3 The amendments only address specific changes to provisions but do not include redlines to the entire RFQ. Therefore, the Court will cite to the most recent amendment that includes the provision at issue. For example, Amendment 4 changed the past performance evaluation criteria, so the Court cites to Amendment 4 for all arguments regarding those provisions. Other provisions remained unchanged throughout, so the Court will refer to the initial RFQ for those provisions because that is the most recent version of the relevant language.

* The Federal Acquisition Regulations (“FAR”) are codified in Title 48 of the Code of Federal Regulations. The RFQ provided for award to “the schedule contractor whose quotation is determined to represent the overall best value to the Government using a best value tradeoff evaluation process.” /d. at AR289. The RFQ stated DISA would evaluate proposals on three factors: (1) Technical/Management Approach; (2) Past Performance; and (3) Price. Technical/management approach was more important than past performance, and past performance combined with technical/management approach was more important than price. /d.

1. Technical/Management

The technical/management factor had two subfactors: (a) technical; and (b) management. The technical subfactor was more important than the management subfactor. /d. (“In Factor 1: Technical/Management Approach, each Subfactor is listed in order of descending importance.”).

a) Technical

The technical subfactor evaluated the contractor’s approach to accomplishing three subtasks under Section 6.2 of the Performance Work Statement (PWS): Subtasks 8, 9, and 10. Id. at AR289-90. The technical subfactor also evaluated the contractor’s approach to identifying risks, and how the contractor would solve, mitigate, or reduce those risks. /d. Subtask 8 concemed Financial Program Support:

The Government will evaluate the schedule contractor’s approach to ensuring the monthly server, storage and mainframe rate-based billing and bi-monthly mainframe rate-based billing is processed 95% of the time through the inventory asset management system and mainframe inventory control system appropriately and IAW DoD 7000.14-R financial management business rules and policies. The Government will consider whether the schedule contractor’s approach will meet or exceed the requirements in Activity 1 and Activity 2 of PWS 6.2.8.

Id. Subtask 9 concerned the Business System Support:

The Government will evaluate the schedule contractor’s approach to provide the technical knowledge and support necessary to maintain and administer complex financial coding structures within Defense Working Capital Funds (DWCF) business systems for inventory management systems, mainframe inventory control systems, proposal pricing systems (PPSs), and DWCF budgeting systems. The Government will consider whether the schedule contractor’s approach will meet or exceed the requirements in PWS 6.2.9 Activity 1.

Id. at AR289-90.

b) Management The management subfactor required the quoters to demonstrate their approach to staffing and training, and place of performance management. Jd. at AR290-91. DISA would evaluate the staffing and training approach on: (1) whether the quoter’s approach provided fully trained and qualified personnel; (2) the quoter’s plan to fill vacant positions and prevent lapses in key personnel; and (3) whether the quoter’s approach provided a competent staff that could satisfy the PWS. Jd. at AR290. The RFQ also required the quoters to include their approach to managing geographically disparate places of performance, relationship between onsite workers and corporate, and how it would manage subcontractors. Jd. at AR291. DISA would evaluate the effectiveness of the proposed management approach, which considered the “ability to meet or exceed the stated minimum solicitation requirement, and provide[] a sufficient level of oversight ....” Id. “Sufficient,” in this context, meant the quoter demonstrated the ability to meet the needs of the Government in the PWS. Jd. at AR291.

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)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
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)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
IBM Corporation v. United States
119 Fed. Cl. 145 (Federal Claims, 2014)
Crowley Technical Management, Inc. v. United States
123 Fed. Cl. 253 (Federal Claims, 2015)
Wellpoint Military Care Corp. v. United States
953 F.3d 1373 (Federal Circuit, 2020)
Safeguard Base Operations, LLC v. United States
989 F.3d 1326 (Federal Circuit, 2021)
Asset Protection & Security v. United States
5 F.4th 1361 (Federal Circuit, 2021)
Dyncorp International, LLC v. United States
10 F.4th 1300 (Federal Circuit, 2021)
System Studies & Simulation v. United States
22 F.4th 994 (Federal Circuit, 2021)

Cite This Page — Counsel Stack

Bluebook (online)
Integrated Finance & Accounting Solutions, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/integrated-finance-accounting-solutions-llc-v-united-states-uscfc-2022.