Microdyne Outsourcing, Inc. v. United States

72 Fed. Cl. 230, 2006 WL 2455755
CourtUnited States Court of Federal Claims
DecidedAugust 11, 2006
DocketNo. 06-498C
StatusPublished
Cited by17 cases

This text of 72 Fed. Cl. 230 (Microdyne Outsourcing, 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
Microdyne Outsourcing, Inc. v. United States, 72 Fed. Cl. 230, 2006 WL 2455755 (uscfc 2006).

Opinion

[231]*231OPINION

HODGES, Judge.

Plaintiff Microdyne/L-3 bid in response to a Request for Proposals to staff the United States Citizenship and Immigration Services’ National Customer Service Center. USCIS is a division of the Department of Homeland Security, and its Customer Service Center assists DHS in the administration of immigration laws by employing customer service representatives to answer callers’ questions about U.S. immigration benefits. The Solicitation signaled that award would be made to an offeror or offerors who presented bids most advantageous to the Government. US-CIS determined that the proposals of Lockheed Martin (Aspen) and Datatrac were the “best value” to the Government after conducting a price/technieal trade-off among eligible bidders, and the agency awarded a contract to each. L-3 was third in line. After GAO dismissed its protest, plaintiff filed a Complaint in this court, asking that we set aside the award as arbitrary and capricious, or otherwise not in accordance with applicable procurement law. Apparent Awardees Aspen and Datatrac have intervened.

Intervenors filed a motion to dismiss plaintiffs Complaint on July 12, arguing that L-3 lacks standing to protest the award, or alternatively, that Count I, plaintiffs conflict of interest allegation, does not state a claim for which this court can grant relief. Plaintiff filed its opposition to intervenors’ motions on July 19. Senior Judge Margolis, initially assigned to this protest, had limited all motions to opening briefs and responses. We had been unaware of this restriction, and we invited intervenors’ reply, which they filed on July 25. Plaintiff has requested leave to file a supplemental brief as well. The Government has not joined in the motions to dismiss.

BACKGROUND2

The United States Citizenship and Immigration Service (formerly the Immigration and Naturalization Service) administers this country’s citizenship and immigration laws, and one of its roles is to provide customer service with respect to the benefits and procedures applicable to the administration and enforcement of those laws. The National Customer Service Center supports USCIS by providing nationwide assistance to customers who contact the agency by telephone with questions related to benefits or case processing. The Center is structured so that all calls are routed first to an automated system. If the system cannot answer a customer’s question, the call is rerouted to a Tier 1 Call Center staffed with representatives who use scripted material to respond to general informational requests, process various service requests, and provide case status information. Calls are forwarded to a Tier 2 Center staffed by USCIS employees, if Tier 1 representatives cannot offer assistance.

USCIS issued its Request for Proposals on September 28, 2005, seeking offers for Tier 1 Call Center services. In this “best value” procurement, the agency would award the contract to the offeror(s) whose proposal conformed to the RFP’s requirements and was considered the most advantageous to the Government after integrating Technical Capability, Past Performance and Price factors (in descending order of importance). The agency announced that the first two factors, when combined, would be given significantly more weight than the price. In evaluating proposals, USCIS would use a trade-off approach between price and non-price factors, so it could award the contract to a bidder other than the lowest price offeror or the highest technically rated proposal. The RFP signaled that the Government intended to award the contract without discussions but retained the right to conduct them later, if necessary.

The Solicitation notified potential offerors that the bid would be evaluated by a Technical Evaluation Committee (reviewing technical aspects of proposals), a Business Evaluation Committee (reviewing pricing and business plans of proposals), and advisors. The two Committees would submit their findings to the Source Selection Authority, [232]*232who would review them and make the final source selection decision.

Two elements of the Solicitation are germane to this motion. The first is geographical. Offerors were to propose minimum staffing at call centers in a single Historically Underutilized Business (HUB) Zone. The Solicitation stated:

The Contractor shall locate one of its call centers in a HUBZone area. The Contractor shall have a minimum of 250 [Customer Service Representatives] at its location within the HUBZone.
If through contract performance and diminished call volume during the term of this contract the Contractor’s total CSR staffing falls below 300 CSR’s, it shall maintain a minimum of 80% of its total CSR complement at that location.
The Contractor shall maintain a minimum of 2 call centers. No one site may have more than 80% of the Contract’s total CSR staffing.

A.R. Tab 5, at 88. The second element relates to wages the bidders would pay their Customer Service Representatives. The Solicitation required that offerors’ proposals comply with the Service Contract Act. 41 U.S.C. § 351; FAR 52.222-41. A.R. Tab 5, at 143. Bidders were to certify that they had adhered to the Act in pricing their proposals.

The Source Selection Authority issued a final decision on April 27, 2006, awarding contracts to Aspen and Datatrac. Plaintiffs appeal to the GAO was dismissed on June 29 because plaintiff did not submit its comments on the agency report on time. Plaintiff then filed its protest here.

DISCUSSION

Intervenors’ Motion to Dismiss pursuant to Rule 12(b)(1)

Plaintiff asked this court to enjoin the award of a government contract. We must first decide “the threshold jurisdictional question” of whether plaintiff has standing to maintain its protest here. Steel Co. v. Citizens for a Better Env't, 523 U.S. 83, 102, 118 S.Ct. 1003, 140 L.Ed.2d 210 (1998). “[A] lack of standing precludes a ruling on the merits.” Media Techs. Licensing, LLC v. Upper Deck Co., 334 F.3d 1366, 1370 (Fed.Cir.2003). The party seeking to invoke federal jurisdiction bears the burden of proving it has standing to file its claims. Lujan v. Defenders of Wildlife, 504 U.S. 555, 561, 112 S.Ct. 2130, 119 L.Ed.2d 351 (1992); Precision Standard, Inc. v. United States, 69 Fed.Cl. 738, 748 (2006).

The Administrative Dispute Resolution Act of 1996 amended the Tucker Act to extend jurisdiction in the Court of Federal Claims over “interested parties’] objections] to a solicitation by a Federal Agency for bids of proposals for a proposed contract or to a proposed award or the award of a contract____” Pub.L. No. 104-320, 110 Stat. 3870, 3874 (1996); 28 U.S.C. § 1491(b)(1). The Tucker Act itself does not define the term “interested party.” The Federal Circuit, however, has decided that Congress intended to adopt the meaning of that term as used in the Competition in Contracting Act. See Am. Fed’n of Gov’t Employees, AFL-CIO v. United States,

Related

Algese 2 S.C.A.R.L. v. United States
125 Fed. Cl. 431 (Federal Claims, 2016)
The McVey Company, Inc. v. United States
111 Fed. Cl. 387 (Federal Claims, 2013)
Mil-Mar Century Corp. v. United States
111 Fed. Cl. 508 (Federal Claims, 2013)
Omniplex World Services Corp. v. United States
105 Fed. Cl. 706 (Federal Claims, 2012)
Contract Services, Inc. v. United States
104 Fed. Cl. 261 (Federal Claims, 2012)
MORI Associates, Inc. v. United States
102 Fed. Cl. 503 (Federal Claims, 2011)
Esterhill Boat Service Corp. v. United States
91 Fed. Cl. 483 (Federal Claims, 2010)
Medical Development International, Inc. v. United States
89 Fed. Cl. 691 (Federal Claims, 2009)
Akal Security, Inc. v. United States
87 Fed. Cl. 311 (Federal Claims, 2009)
Allied Materials & Equipment Co. v. United States
81 Fed. Cl. 448 (Federal Claims, 2008)
Westech International, Inc. v. United States
79 Fed. Cl. 272 (Federal Claims, 2007)
Forest City Military Communities, LLC v. United States
79 Fed. Cl. 373 (Federal Claims, 2007)
Emerald Coast Finest Produce Co. v. United States
75 Fed. Cl. 549 (Federal Claims, 2007)
Microdyne Outsourcing, Inc. v. United States
72 Fed. Cl. 694 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
72 Fed. Cl. 230, 2006 WL 2455755, Counsel Stack Legal Research, https://law.counselstack.com/opinion/microdyne-outsourcing-inc-v-united-states-uscfc-2006.