KPMG LLP v. Com. of PA, DHS

CourtCommonwealth Court of Pennsylvania
DecidedMay 2, 2022
Docket491 C.D. 2021
StatusPublished

This text of KPMG LLP v. Com. of PA, DHS (KPMG LLP v. Com. of PA, DHS) is published on Counsel Stack Legal Research, covering Commonwealth Court of Pennsylvania primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
KPMG LLP v. Com. of PA, DHS, (Pa. Ct. App. 2022).

Opinion

IN THE COMMONWEALTH COURT OF PENNSYLVANIA

KPMG LLP, : Petitioner : : No. 491 C.D. 2021 v. : : Argued: March 10, 2022 Commonwealth of Pennsylvania, : Department of Human Services, : Respondent :

BEFORE: HONORABLE PATRICIA A. McCULLOUGH, Judge HONORABLE STACY WALLACE, Judge HONORABLE MARY HANNAH LEAVITT, Senior Judge

OPINION BY JUDGE McCULLOUGH FILED: May 2, 2022

KPMG LLP (Petitioner) petitions for review from the April 23, 2021 final order and determination of the Commonwealth of Pennsylvania, Department of Human Services (Department), which denied its bid protest and supplemental bid protest. Upon review, we affirm.

I. Background On May 1, 2020, the Department issued Request for Proposal No. 12-18 (RFP) seeking proposals for comprehensive business planning services to support a range of activities within the Information Technology (IT) program project delivery services for the Department. The RFP divided the scope of the work into two lots: (1) Business Planning and Business Architecture Services for program offices responsible for Eligibility and Enrollment, Child Welfare, Child Care and Early Learning, and Medical Assistance Waiver Populations (Lot 1); and (2) Business Planning and Business Architecture Services for the program office responsible for Child Support Enforcement. With respect to Lot 1, the Department received two proposals—one from Petitioner, and one from Public Consulting Group, Inc. (PCG). In its proposal, Petitioner proposed a solution which projected that it would require over 553,236 work hours over the contract’s five-year duration, at a total proposed cost of $17,566,204.22 per year, and included a list of multiple project managers for the project. In contrast, PCG proposed a solution with a total proposed cost of $10,425,302.00 per year. However, PCG’s proposal did not include an estimate for the total number of work hours needed to fulfill the requirements of the project and, further, arguably did not include a complete list of project managers for the project. (Findings of Fact (F.F.) at Nos. 1-2; Final Determination at 1.)1 According to the RFP, and procedural history of this case,

3. To be eligible for selection, the proposal had to be timely received from an offeror and properly signed by the offeror.

4. These two mandatory responsiveness requirements were the only RFP requirements that were non-waivable.

5. The Department had sole discretion to waive any other technical or immaterial nonconformities, allow an offeror to cure a nonconformity, or consider the nonconformity in scoring the offeror’s proposal.

6. The Department established three evaluation criteria to be used in evaluating each proposal: (1) technical, weighted at 50% of the total points; (2) cost, weighted at 30% of the total points; and (3) small diverse business and small

1 In short, these two omissions on the part of PCG in completing its proposal under the RFP constitute the gist of the dispute presently before the Court.

2 business ([]SOB/SB[]) participation, weighted at 20% of the total points.

7. Bonus points of up to 3% of the total points were also available for domestic workforce utilization.

8. The RFP provided that evaluation of the technical criterion was based upon soundness of approach, contractor qualifications, personnel qualifications, and understanding the project.

9. To be responsible, an offeror was required to submit a responsive proposal and possess the capability to fully perform the contract requirements in all respects and the integrity and reliability for the good faith performance of the contract.

10. To be considered responsible and eligible for selection, an offeror had to achieve a total raw technical score of greater than or equal to 75% of the available raw technical points and possess the financial capability to ensure good faith performance of the contract.

11. The RFP allowed the Department to obtain Best and Final Offers ([]BAFOs[]).

12. The RFP provided that the Department would select the offeror whose proposal was determined to be the most advantageous to the Commonwealth after taking into consideration all of the evaluation factors.

13. The Department received two proposals for Lot 1[— i.e., one from Petitioner and one from PCG].

14. The proposals were evaluated by an evaluation committee consisting of agency representatives from the Department’s Offices of Income Maintenance; Long-Term Living; Child Development and Early Learning; Children, Youth and Families; and Medical Assistance Programs; as well as the Governor’s Office of Administration Health and Human Services Delivery Center.

3 15. Both proposals received at least 75% of the available raw technical points to be considered for selection for BAFOs or contract negotiations.

16. Both offerors were selected to proceed to the BAFO phase of the evaluation process for Lot 1.

17. The Department requested a cost BAFO from each offeror and both offerors provided BAFO responses.

18. After the BAFO phase, the Department combined the final technical score, SOB/SB participation score, cost score, and domestic workforce utilization bonus points in accordance with the weights in the RFP and determined that PCG received the highest overall score.

19. PCG’s proposal was determined to the most advantageous to the Commonwealth and PCG was recommended for selection for contract negotiations. (F.F. Nos. 3-19.) On January 29, 2021, the Department awarded PCG the contract, and Petitioner was “notified” of this fact on that same date. See Final Determination at 11- 14. On February 5, 2021, Petitioner filed a bid protest challenging the Department’s decision not to select it for contract negotiations under the RFP. On February 11, 2021, Petitioner filed a second or “supplemental” protest. In turn, PCG, the Department, and the Governor’s Office of Administration Health and Human Services Delivery Center filed responses to the protests, and, on March 29, 2021, the two protests were consolidated for purposes of issuing a final administrative determination. (Final Determination at 1.) In a final agency determination dated April 23, 2021, the Department’s Bureau Director, Tina L. Long (Director), rejected the claims raised in Petitioner’s first bid protest that: (1) PCG’s proposal was not responsive and was improperly evaluated, (2) PCG’s labor hour breakdown for the “Knowledge Transfer” and “Transition Task”

4 was inaccurate, (3) PCG lacked appreciation for the scope of the work required by the RFP, (4) PCG should have received a lower technical score, and (5) PCG’s cost proposal was unrealistically low. As to Petitioner’s supplemental bid protest, the Director found that this protest was untimely filed per section 1711.1(b) of the Commonwealth Procurement Code (Procurement Code),2 62 Pa.C.S. §1711.1(b), which provides, in part, that protests must be filed no later than seven days after a contract is awarded.3 Even if this bid protest had been filed timely, the Director determined that the following claims of Petitioner were without merit: (1) PCG failed to include the required “Project Managers” in its proposal, (2) PCG’s proposal failed to include references to the work products required under the Knowledge Transfer and Transition Task, (3) PCG’s proposal failed to describe how it will perform work order estimate reviews, and (4)

2 62 Pa.C.S. §§101-2311.

3 In full, this statutory section provides as follows:

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

Related

Premier Comp Solutions, LLC v. Department of General Services
949 A.2d 381 (Commonwealth Court of Pennsylvania, 2008)
Cardiac Science, Inc. v. Department of General Services
808 A.2d 1029 (Commonwealth Court of Pennsylvania, 2002)
Gaeta v. Ridley School District
788 A.2d 363 (Supreme Court of Pennsylvania, 2002)
Language Line Services, Inc. v. Department of General Services
991 A.2d 383 (Commonwealth Court of Pennsylvania, 2010)
Dragani v. Borough of Ambler
37 A.3d 27 (Commonwealth Court of Pennsylvania, 2012)
JPay, Inc. v. Department of Corrections
89 A.3d 756 (Commonwealth Court of Pennsylvania, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
KPMG LLP v. Com. of PA, DHS, Counsel Stack Legal Research, https://law.counselstack.com/opinion/kpmg-llp-v-com-of-pa-dhs-pacommwct-2022.