Mercom, Incorporated v. United States

131 Fed. Cl. 32, 2017 U.S. Claims LEXIS 203, 2017 WL 1034484
CourtUnited States Court of Federal Claims
DecidedMarch 14, 2017
Docket16-1475C
StatusPublished
Cited by7 cases

This text of 131 Fed. Cl. 32 (Mercom, Incorporated 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
Mercom, Incorporated v. United States, 131 Fed. Cl. 32, 2017 U.S. Claims LEXIS 203, 2017 WL 1034484 (uscfc 2017).

Opinion

Post-award bid protest; challenge to agency’s technical rating of protester’s proposal

OPINION AND ORDER 1

LETTOW, Judge.

This post-award bid protest arises from a solicitation by the United States Department of the Navy, Space and Naval Warfare Systems Center Atlantic (“Navy” or “agency”) for commercial, off-the-shelf command and control equipment, software, and hardware licenses and maintenance. The Navy anticipated making multiple awards for indefinite delivery/indefinite quantity (“IDIQ”), firm fixed-price contracts from this solicitation, and ultimately, issued 21 contracts. Mercom, Inc. (“Mercom”), an incumbent contractor and offeror on the solicitation, was not among the awardees because its proposal received a rating of “Unacceptable” on a technical sub-factor specified in the solicitation. Mercom initially protested the Navy’s award decision at the Government Accountability Office (“GAO”), alleging that the agency failed to follow the terms of the solicitation and that the “Unacceptable” rating assigned to Mercom’s proposal was unreasonable. On October 25, 2016, GAO denied Mercom’s protest on all grounds. Two weeks later, Mercom filed a bid protest in this court.

Mercom seeks to permanently enjoin the Navy from taking any action with regard to the solicitation until it awards a contract to Mercom or reevaluates Mercom’s proposal and issues a new best value determination. In its protest, Mercom asserts that the Navy unreasonably assigned an “Unacceptable” rating to the technical support services sub-factor of the solicitation and failed to follow the terms of the solicitation by rolling up the “Unacceptable” sub-factor rating to the proposal as a whole. Pending before the court are the parties’ cross-motions for judgment on the administrative record. A hearing was held on February 17, 2017.

For the reasons stated, the court has concluded that plaintiffs motion should be denied and the government's motion should be granted.

FACTS 2

A The Agency’s Mission

The Space and Naval Warfare Systems Center Atlantic, also referred to as “SPA- *35 WARSYSCEN ATLANTIC” and “SSC LANT,” is a Navy Working Capital Fund (“NWCF”) Engineering Center. AR 7-268. 3 The primary mission of the agency is “to enable knowledge superiority for the Joint Warfighter through the development, acquisition, and life cycle support of effective, integrated Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) capabilities.” Id. The agency delivers “speed-to-capability” in support of the Department of Defense and the Navy to fulfill this mission. Id.

B. Solicitation No. N65236-13-R-0016

On January 8, 2015, the agency issued its request for proposals (“RFP”) (solicitation number N65236-13-R-0016) for commercial, off-the-shelf command and control equipment and related services. AR Tab 6. 4 The RFP. contemplates multiple IDIQ contract awards with a cumulative value not to exceed $750 million. AR 6-152; -177. The contract period contemplated by the solicitation is five years, with a one-year base period and four option years. AR 6-152.

The purpose of the contracts is to “pro-vid[e] Commercial Off-The-Shelf (COTS) equipment to [the Department of Defense] and [fjederal [civilian [a]geneies that will meet existing and future mission support requirements.” AR 7-258. The solicitation covers commercial, off-the-shelf command and control equipment, as well as software and hardware licenses and maintenance associated with the equipment “not available via mandatory sources.” Id. This includes license and maintenance renewals, warranties, and “associated incidental services.” Id.

The evaluation criteria in Section M of the RFP stated that the agency would conduct a best value analysis and award the contracts based on an assessment of five factors: (A) reseller relationships/agreements, (B) technical capability, (C) past performance, (D) small business participation, and (E) price. See AR 7-286 to -91. 5 Factor (A) contained two sub-factors, Al-reseller/purchasing agreements and A2-Original Equipment Manufacturers (OEM) relationships. AR 7-287 to -88. Factor (B) also contained two sub-factors, Bl-systems and equipment and B2-technical support services. AR 7-289. The agency told offerors that the non-price evaluation factors were more important than price. AR 7-287. Among the non-price factors and sub-factors, factor (A) was more important than factor (B), sub-factor A2 was more important than sub-factor Al, sub-factor B1 was more important than sub-factor B2, and factors (C) and (D) would be evaluated on an Acceptable/Unacceptable basis. AR 7-287 to - 91.

Sub-factor B2 is specifically at issue in Mercom’s protest. See Pl.’s Mot. for Judgment Upon the Administrative Record (“Pl.’s Mot.”) at 1, EOF No. 19. To demonstrate technical capability under factor (B), offerors were required to “identify current contracts which are relevant to the requirements of th[e] [RFP] ” and “verify the[ir] specific demonstrated experience in performing the work identified.” AR 8-303. Specifically with regard to sub-factor B2, the offerors needed to demonstrate experience in: (1) “[p]erforming maintenance, overhaul, troubleshooting and repair of system(s) and/or equipment” (sub- *36 sub-factor B2.1), and (2) “[configuration, integration, packaging, kitting and installation of equipment” (sub-sub-factor B2.2). AR 8-304. To demonstrate this experience, the of-ferors were required to submit information regarding current and relevant contracts that encompassed work performed within the last five years of a similar nature and scope to the requirements of the solicitation. AR 8-303. The solicitation requested at least four but no more than ten contract references with a cumulative invoiced value of at least $30 million. Id. Failing to include the minimum number of current and relevant contract references would result in an “Unacceptable” rating for factor (B) and the proposal would be rejected and rendered ineligible for a contract award. AR 7-289. The Navy also reserved the right to consider other references and information not provided by the offerors. Id.

The Navy assessed the offerors’ proposals under factor (B) in two respects: (1) “[djepth of experience (the frequency in which an offeror has completed same or similar tasks across the range of tasks within the element),” and (2) “[bjreadth of experience (the multiplicity or variety of programs and/or projects [where] an offer[or] has completed same or similar tasks and the range of tasks within the element).” AR 7-289. Sub-factors B1 and B2 of the proposals were assigned an adjectival rating of “Outstanding,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable” based on “an overall assessment of strengths, weaknesses, deficiencies, and risk for the entire sub[-]factor.” AR 3-101; 7-289. The ratings generally correspond to the following assessments:

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
131 Fed. Cl. 32, 2017 U.S. Claims LEXIS 203, 2017 WL 1034484, Counsel Stack Legal Research, https://law.counselstack.com/opinion/mercom-incorporated-v-united-states-uscfc-2017.