It Enterprise Solutions Jv, LLC v. United States

132 Fed. Cl. 158, 2017 U.S. Claims LEXIS 481, 2017 WL 1882463
CourtUnited States Court of Federal Claims
DecidedApril 27, 2017
Docket17-204C
StatusPublished
Cited by21 cases

This text of 132 Fed. Cl. 158 (It Enterprise Solutions Jv, 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
It Enterprise Solutions Jv, LLC v. United States, 132 Fed. Cl. 158, 2017 U.S. Claims LEXIS 481, 2017 WL 1882463 (uscfc 2017).

Opinion

Keywords: Bid Protest; Tucker Act; 28 U.S.C. § 1491(b)(1); Judgment on the Administrative Record; RCFC 52.1; Best Value Determination; Past Performance.

OPINION AND ORDER

KAPLAN, Judge.

This post-award bid protest involves the award of a contract to provide services in *162 support of the Air Force’s cyberspace operations. Plaintiff IT Enterprise Solutions JV, LLC (ITES) challenges the Air Force’s decision to award the contract to Defendant-Intervenor Valdez International Corporation (Valdez), arguing that the agency’s assessment of ITES’s past performance as well as its best value analysis conflicted with the terms of the solicitation, The government and Valdez, meanwhile, have moved to dismiss ITES’s claims for lack of jurisdiction, arguing that it lacks standing to pursue them. They have also filed cross-motions for judgment on the administrative record.

For the reasons discussed below, the Court concludes that ITES has standing to pursue its claims because — absent the errors it alleges — it would have had a substantial chance of winning the contract award. Therefore, the motions to dismiss are DENIED. The award to Valdez, however, was neither arbitrary, nor capricious, nor contrary to law. Accordingly, ITES’s motion for judgment on the administrative record is DENIED, and the government’s and Valdez’s cross-motions are GRANTED.

BACKGROUND

I. The Solicitation

On March 13, 2015, the Air Force issued solicitation number FA8773-15-R-8007, entitled “Integrated Air Force Network Operations and Services (IAFNOS)” (RFP or “the Solicitation”); Admin. R. (AR) Tab 7 at 137. The Air Force sought proposals to “[pjrovide services to support functions for the 690th Cyberspace Operations Group.” Id. at 239. 1 According to the Solicitation, that Group “performs 24/7/365 Air Force Information Network operations that include! 3 defensive cyberspace operations (DCO), network management, information assurance, and fault resolution activities to maintain the operational capabilities of the network, establish the domain for AF cyberspace operations, and ensure AF cyberspace superiority.” 2 Id.

The Solicitation required' offerors to submit proposals in four separate parts: 1) the technical proposal; 2) presenVpast performance information; 3) price; and 4) contract documentation. Id. at 216. With respect to present/past performance (the evaluation factor that is the primary focus of this protest), the RFP instructed offerors to “submit Past Performance Information (PPI) ... on the offeror and all subcontractors, teaming partners, and/or joint venture partners.” Id. at 220. The Air Force directed offerors to “include a cross-reference matrix identifying .,. [performance work statement] references and the team member(s) proposed to perform that function.” Id. It also advised them that “[p]ast performance of either party in a joint venture counts for the past performance of the entity.” Id.

II. The Solicitation’s Evaluation Factors

A. Overview

As set forth in Section M of the Solicitation, entitled “Evaluation of Offers,” the RFP was “a competitive best value source' selection, evaluating technical, past performance, and price, in which competing offerors’ past performance history will be evaluated on a basis approximately equal to cost or price considerations where the Government may elect to trade present/past performance for price if warranted.” Id. at 228. In accordance with “FAR 15.101-l(c), the government reserved the right to award a contract to other than the lowest priced offer if the *163 lowest priced offeror is judged to have a performance confidence assessment of ‘Satisfactory Confidence’ or lower,” Id. “In that event,” the Air Force continued, “the Source Selection Authority [would] make an integrated assessment best value award decision.” Id. (also stating that the Air Force “intended] to award a single contract to the offeror who is deemed responsible .,., whose proposal conforms to the solicitation’s requirements ..., and who is judged, based on the evaluation factors and sub-factors, to represent the best value to the Government”). 3

■ Pursuant to the Solicitation, the Air Force would first “[evaluate all proposals for technical acceptability and risk,” and assign a rating of either acceptable or unacceptable. See id. Next, using the criteria described below, it would “[a]ssess performance confidence for each offeror.” Id. It would then “[evaluate all proposals to determine whether the price [was] fair and reasonable ..., balanced ..., and affordable,” and rank the proposals by “total evaluated price.” Id. Finally, the Air Force would make a “Best Value Decision.” Id.

B. Assessing Performance Confidence

The dispute in this case primarily concerns the validity of the Air Force’s performance confidence assessments. As defined in the RFP, “performance confidence” represents the “degree of confidence the Government has in an offeror’s ability to perform the required services to meet users’ needs based on a demonstrated record of performance.” Id. at 230. The agency’s assessment of performance confidence would be based on its evaluation of the relevancy, recency, and quality of the examples of past performance submitted by offerors. See id. at 228-31.

The Solicitation included a matrix to determine the relevancy of past performance in each of the five mission areas of the contract. Those mission areas were: 1) Integrated Network Operations and Security Centers (I-NOSC); 2) Enterprise Service Unit (ESU); 3) Operations and Mission Area Support (0 & M); 4) AFIN Mission Assurance Center (AMAC); and 5) Area Processing Center (APC). Id. at 368-69. Within each of these areas, a past performance reference would be rated either “relevant,” “somewhat relevant,” or “not relevant.” Id. The criteria for determining whether past performance was “relevant” or “somewhat relevant” varied for each mission area. Id. For all five mission areas, past performance would be found “not relevant” if the experience did “not meet the criteria of relevant or somewhat relevant.” Id. The Solicitation further provided that “[i]n determining relevancy for each mission area identified, consideration [would] be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated.” Id.

With respect to recency, the Solicitation provided that “[t]o be recent, the effort must be ongoing or must have been performed during the past three years from the date of issuance of [the] solicitation.” Id. at 231. Performance that was ongoing as of the time of the Solicitation would be considered recent “so long as the effort ha[d] been performed for at least six months.” 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)
132 Fed. Cl. 158, 2017 U.S. Claims LEXIS 481, 2017 WL 1882463, Counsel Stack Legal Research, https://law.counselstack.com/opinion/it-enterprise-solutions-jv-llc-v-united-states-uscfc-2017.