Next Phase Solutions and Services, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 2, 2023
Docket23-46
StatusPublished

This text of Next Phase Solutions and Services, Inc. v. United States (Next Phase Solutions and Services, 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
Next Phase Solutions and Services, Inc. v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 23-46C Filed: February 2, 2023 * FOR PUBLICATION

NEXT PHASE SOLUTIONS AND SERVICES, INC.,

Plaintiff,

v.

UNITED STATES,

Defendant,

and

INDEX ANALYTICS, LLC

Defendant-Intervenor.

Alexander Brewer Ginsberg, Fried, Frank, Harris, Shriver & Jacobson LLP, Washington, DC, with Michael J. Anstett and Katherine L. St. Romain, of counsel, for the plaintiff.

Joshua W. Moore, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, DC, Ethan S. Chae, U.S. Department of Health and Human Services, of counsel, for the defendant.

Damien Clemens Specht, Morrison & Foerster LLP, Washington, DC, with James A. Tucker and Krista A. Nunez, of counsel, for the defendant-intervenor.

MEMORANDUM OPINION AND ORDER

HERTLING, Judge

* Pursuant to the protective order in this case, this opinion was filed under seal on February 1, 2023. The parties were directed to propose redactions of confidential or proprietary information by February 8, 2023. The parties jointly submitted proposed redactions on February 2, 2023. (ECF 25.) The Court adopts the parties’ redactions, as reflected in this public version of the opinion. Redactions are denoted with three asterisks in square brackets, [***]. The plaintiff, Next Phase Solutions and Services, Inc. (“Next Phase”), filed this bid protest on January 12, 2023, against the United States, acting through the Centers for Medicare and Medicaid Services (“CMS”) of the Department of Health and Human Services. In September 2022, CMS awarded a contract to the defendant-intervenor, Index Analytics, LLC (“Index Analytics”), to manage CMS’s Open Payments System (“OPS”). The contract includes migrating the OPS to the cloud. After unsuccessfully protesting the contract award before the Government Accountability Office (“GAO”), the plaintiff filed suit in this court to set aside the contract award.

Next Phase alleges that CMS acted arbitrarily and capriciously when it gave a low- confidence rating to the plaintiff’s performance work statement (“PWS”) because of the PWS’s analysis of alternative approaches to the OPS cloud migration. Next Phase asserts that its approach was required by the solicitation; it also alleges that Index Analytics’ offer, which proposed a specific solution for the OPS cloud migration, violated the terms of the solicitation. But for these errors, Next Phase alleges that it would have been awarded the OPS contract.

Arguing that it will be irreparably harmed by the refusal of CMS to cease the newly initiated transition of the OPS contract to Index Analytics, Next Phase has moved for a preliminary injunction pending the resolution of its protest. Next Phase has demonstrated neither a likelihood of success on the merits nor prejudice in the absence of a preliminary injunction. Accordingly, Next Phase’s motion is denied.

I. BACKGROUND

On June 30, 2022, CMS issued Solicitation No. RFQ-CMS-2022-220829, seeking quotations from small-business General Services Administration “[Multiple Award Schedule] Contract Holders.” (ECF 1-2 at 223.) The solicitation sought offers to “manage all aspects of the [OPS] and supporting services pertaining to Open Payments Program (OPP) requirements” on a time and material cost basis for a one-year period beginning on September 29, 2022, with several extension options. (Id. at 223-24, 284.) This work would entail completing five tasks: (1) successfully transitioning to the contract; (2) providing project management for all required duties; (3) supporting the operations, maintenance, and enhancement of the OPS; (4) providing and supporting the “Help Desk infrastructure”; and (5) modernizing the OPS and transitioning it to the cloud.

The solicitation explained that quotations would be evaluated in two phases; CMS would make its ultimate evaluation of offers based on five factors. In descending order of importance these factors were: (1) relevant experience; (2) the PWS; (3) oral presentation; (4) accessibility under section 508; and (5) price. (Id. at 259-60.) The solicitation also explained that CMS anticipated evaluating the non-price factors based on “high, some, low, or no confidence in the ability of the respondent to successfully pursue achievement of the Government’s intent, with the expectation of little need for Government intervention.” (Id. at 259.) Based on these factors, CMS would use “a tradeoff process to determine which quote represents the Best Value to the Government, as defined in FAR 2.101 and described in FAR 8.405.” (Id.)

2 In Phase 1, CMS would evaluate all offers based solely on offerors’ relevant experience and make advisory down-selections; 1 CMS would then “notify each respondent of CMS’s determination of whether the respondent should participate in the next phase.” (Id. at 259-60.) Down-selected offerors were permitted to opt-in to Phase 2. In Phase 2, CMS would evaluate the remaining factors as well as conflicts of interest. (Id.) Because the plaintiff’s protest “focuses on Factors 2 and 5,” (ECF 21 at 15), only these two factors are considered in detail.

Under factor 2, the solicitation required that each offeror “present a clear and concise [PWS] that demonstrates [its] understanding and approach of all work to be performed related to the Statement of Objectives (SOO).” (ECF 1-2 at 265.) The PWS had to “[p]rovide an approach for modernization of the OPS that clearly address[es],” among other things, “transitioning OPS from the current CMS on-premises to the modernized OPS in cloud hosting solution.” (Id.) An offeror’s modernization approach also had to address current system maintenance and:

demonstrate seamless transition with no downtime and include but not be limited to: all business and operations necessary to fully migrate from the existing OPS to the modernized OPS in cloud hosting without diminishing current operational capability and the proposed approach should be operational excellence, secure, reliable, scalable, efficient, and cost optimized and includes alternatives and refactor of architecture and technology stacks (i.e., software, hardware, and database) that best fit for OPS in the cloud hosting solution and OPP’s current and long-term needs.

(Id.)

The solicitation also included a Statement of Objectives (“SOO”), (id. at 284-304), that itself included a Concept of Operations (“CONOPS”). (Id. at 305-80.) The CONOPS described “Task 5 - OPS Modernization & Transition to the Cloud.” (Id. at 355-59.) For Task 5, the awardee would, among other things:

Provide an alternative analysis of different solutions relating to modernization and cloud migration effort, i.e., identify, assess, compare multiple alternatives, e.g., cloud service providers, multi- cloud, hybrid-cloud approaches, different service designs, etc., help balance cost, performance, and schedule of the solution and present CMS each alternative's pros and cons and the recommended/suitable solution to help to make a sound decision.

(Id. at 357.)

1 FAR 1817.7000(a) defines down-selection as: “[i]n a phased acquisition, the process of selecting contractors for later phases from among the preceding phase contractors.”

3 Additionally, the CONOPS contained a list of deliverables, which included an “Analysis of Alternatives for OP Business Case” that would be due “15 calendar days before submitting the business case to [the Governance Review Board (“GRB”)] for Proof of Concept or [Minimal Viable Product (“MVP”)] or as on [sic] needed basis before getting the GRB approval.” (Id. at 372.) The MVP Launch itself was due six months after the award. (Id.)

CMS received questions from prospective offerors about what they should include in their offers.

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

Related

Qingdao Taifa Group Co., Ltd. v. United States
581 F.3d 1375 (Federal Circuit, 2009)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Reebok International Ltd. v. J. Baker, Inc.
32 F.3d 1552 (Federal Circuit, 1994)
Clinicomp International, Inc. v. United States
117 Fed. Cl. 722 (Federal Claims, 2014)
Lockheed Martin Corporation v. United States
124 Fed. Cl. 709 (Federal Claims, 2016)
Sumecht Na, Inc. v. United States
923 F.3d 1340 (Federal Circuit, 2019)
L-3 Communications Eotech, Inc. v. United States
83 Fed. Cl. 643 (Federal Claims, 2008)
Eskridge Research Corp. v. United States
92 Fed. Cl. 88 (Federal Claims, 2010)
IBM Corp. v. United States
118 Fed. Cl. 677 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Next Phase Solutions and Services, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/next-phase-solutions-and-services-inc-v-united-states-uscfc-2023.