Mission1st Group, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJuly 29, 2019
Docket19-332
StatusPublished

This text of Mission1st Group, Inc. v. United States (Mission1st Group, 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
Mission1st Group, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 19-332C (Filed Under Seal: July 15, 2019 | Reissued: July 29, 2019) ∗

) Keywords: Bid Protest; IDIQ; U.S. Army; MISSION1ST GROUP, INC., ) Cost Realism Analysis; FAR 15.404-1; ) Probable Cost Adjustment; Clarification; Plaintiff, ) Clerical Error ) v. ) ) THE UNITED STATES OF AMERICA, ) ) Defendant, ) )

Justin A. Chiarodo, Blank Rome LLP, Washington, DC, for Plaintiff. Adam Proujansky and Stephanie Harden, Blank Rome LLP, Washington, DC, Of Counsel.

Matthew Roche, Trial Attorney, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, DC, for Defendant, with whom were Douglas K. Mickle, Assistant Director, Robert E. Kirschman, Jr., Director, and Joseph H. Hunt, Assistant Attorney General. Cathleen Higgins Perry, Chief, Business Law Division A, Army Materiel Command Legal Center, Aberdeen Proving Ground, MD, Of Counsel.

OPINION AND ORDER

KAPLAN, Judge.

Plaintiff Mission1st Group, Inc. (“Mission1st”) brings this post-award bid protest to challenge a decision by the United States Army Contracting Command – Aberdeen Proving Ground (“the Army” or “the agency”), which deemed Mission1st ineligible for award of a Responsive Strategic Sourcing for Services (“RS3”) IDIQ contract. Mission1st contends: (1) that it was arbitrary and capricious for the Army to find it ineligible for award based on an inconsistency between its cost narrative and its cost proposal; and (2) that the Army abused its

∗ This opinion was originally issued under seal and the parties were given the opportunity to request redactions. All offeror-specific labor rate and pricing information has been redacted, as noted in brackets, for this public version. In addition, the names of three unsuccessful offerors have been replaced with Offeror A, Offeror B, and Offeror C. discretion by failing to seek clarification of the inconsistency, which Mission1st characterizes as a mere clerical error.

For the reasons that follow, the Court concludes that Mission1st’s arguments lack merit. Accordingly, Mission1st’s motion for judgment on the administrative record is DENIED and the government’s cross-motion is GRANTED.

BACKGROUND

I. The Solicitation

A. Overview

The Army issued Solicitation No. W15P7T-15-R-0008 (“the Solicitation”) on March 25, 2015. Admin. R. (“AR”) Tab 3 at 242 (conformed Solicitation). The Solicitation anticipated the award of multiple IDIQ contracts to provide agency “customers, other Program Executive Offices[,] other Department of Defense [] agencies, and other federal agencies with knowledge based support services for requirements with Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) related needs.” Id. at 250.

The ceiling amount on the contract was $37.4 billion, including a five-year base ordering period and an option period extending another five years. Id. at 244, 248. The Army would award contracts to “the offerors whose corporate experience proposals [were] rated acceptable and who represent[ed] the best value after a tradeoff analysis in accordance with FAR 15.101-1 of the past performance proposals and total evaluated costs.” Id. at 362. The Solicitation provided that past performance was more important than total evaluated cost. Id.

B. Cost Proposal Requirements

Under the Solicitation, offerors were required to use a spreadsheet that the Army supplied as Attachment 1 to format their cost proposals. See id. at 352. Offerors were to propose direct labor rates, indirect expenses, and fees for the base and optional ordering periods, covering three sample labor categories. Id.; see also AR Tab 4 at 366–68 (Attachment 1 of the Solicitation). 1 In addition, the Solicitation required offerors to “submit a cost narrative with sufficient documentation necessary to adequately support and explain the costs proposed.” AR Tab 3 at 353.

Particularly relevant to the present protest, the Solicitation cautioned that both the direct labor rates and indirect expense rates listed in the cost narrative and supporting documentation “should exactly match the [] rates in the proposal.” Id. at 353–54. If the rates did not match, the

1 The sample labor categories were Program Manager, Computer Systems Analyst/Technician, and Electrical Engineer, Intermediate. AR Tab 3 at 352; AR Tab 4 at 366–68.

2 offeror was required to “provide adequate detail explaining how the proposed [] rates [were] realistic.” Id.

C. Cost Evaluation

The Solicitation provided that the total evaluated cost used in the award determination would be the total proposed cost that the offeror set forth in Attachment 1, subject to cost realism adjustments. Id. at 365. The contracting officer (“CO”) would evaluate the realism of proposed costs “in accordance with FAR 15.404-1(d) and/or (c).” Id. In calculating the government’s probable cost, the Army was permitted to “adjust[] (for purposes of evaluation only) an offeror[’]s proposed costs, when appropriate, to reflect any additions or reductions to realistic levels based on the results of the cost realism analysis.” Id. Additionally, if an offeror did not provide the required documentation for proposed costs, the Army “reserve[d] the right to adjust the proposed rates for purposes of evaluation and cost realism.” Id.

Under the terms of the Solicitation, where the proposed cost did not equal the government’s probable cost, the probable cost would be used to rank the offeror’s proposal. Id. The probable cost would then be considered as the total evaluated cost in conducting the trade- off analysis. Id.

D. Evaluation and Award Process

The Solicitation provided that contracts could be awarded in two phases. During Phase 1, the Army would consider for award only offerors who had, among other things, proposed costs for the sample labor categories that were “fair, reasonable, and realistic.” Id. at 363. The fee amount during Phase 1 would be capped at 7% (or 12% for experimental, developmental, or research work). Id.

If the Army was unable to award a sufficient number of contracts during Phase 1, “proposals that d[id] not meet the criteria for award in Phase 1 [could] be considered for award in Phase 2.” Id. No new or amended solicitation was to be issued during Phase 2. Id. Instead, proposal revisions would be accepted as the result of discussions held in accordance with FAR 15.306(d). Id.

II. The Army Finds Mission1st’s Phase 1 Proposal Noncompliant

The Army conducted Phase 1 of the procurement between March 25, 2015 and May 16, 2017. AR Tab 42 at 841. A total of 388 offerors submitted proposals and the Army made fifty- six awards. Id.

Mission1st submitted its proposal for consideration on May 6, 2015. See AR Tab 25 at 559. In a May 16, 2017 Phase 2 discussion letter, the CO informed Mission1st that it had not been awarded a contract during Phase 1. AR Tab 14 at 401. The CO explained that the Army had found Mission1st’s proposal noncompliant with the Solicitation’s requirements because Mission1st’s cost proposal was not submitted in the required format. Id. at 404. Specifically, Mission1st had not submitted the proposal on Attachment 1, had not provided “separate fully burdened rates for each labor category as required,” and had proposed costs that were “based on multiple hours and/or full-time equivalents, rather than hourly rates.” Id.

3 The CO instructed Mission1st that if it wished to be considered for award in Phase 2, it should “carefully review” the discussion questions and “submit a revised proposal addressing the items identified by the Government.” Id. at 401.

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

Related

Lujan v. Defenders of Wildlife
504 U.S. 555 (Supreme Court, 1992)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
St Net, Inc. v. United States
112 Fed. Cl. 99 (Federal Claims, 2013)
Bcpeabody Construction Services, Inc. v. United States
112 Fed. Cl. 502 (Federal Claims, 2013)
Business Integra, Inc. v. United States
116 Fed. Cl. 328 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Mission1st Group, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/mission1st-group-inc-v-united-states-uscfc-2019.