Pae Applied Technologies, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 29, 2021
Docket20-1557
StatusPublished

This text of Pae Applied Technologies, LLC v. United States (Pae Applied Technologies, LLC 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
Pae Applied Technologies, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1557 Filed: April 14, 2021 Reissued: April 29, 2021 1

) PAE APPLIED TECHNOLOGIES, LLC, ) Redacted Version ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) RELIANCE TEST & TECHNOLOGY, ) LLC, ) ) Defendant-Intervenor. ) )

Robert Stephen Nichols, Nichols Liu, LLP, Washington, DC, for plaintiff.

Albert Salvatore Iarossi, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

Douglas Leo Patin, Bradley Arant Boult Cummings LLP, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest is before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, PAE Applied Technologies, LLC (“PAE”), challenges the evaluation of offerors and the award decision issued by the Department of the Navy, Naval Air Systems Command (“Navy” or “Agency”) for technical support services for missions conducted by Navy’s Atlantic Test Range (“ATR”) and Atlantic Targets and Marine Operations (“ATMO”) Division under Request for Proposal No. N0042118R0038 (“RFP” or “Solicitation”). Administrative Record 1479 [hereinafter AR]. Specifically, plaintiff challenges

1 An unredacted version of this opinion was issued under seal on April 14, 2021. The parties were given an opportunity to propose redactions and those redactions are included herein. the Agency’s award to defendant-intervenor, Reliance Test & Technology, LLC (“RTT”), based on the following: (1) the technical risks and associated cost risks with RTT’s Staffing Approach; (2) the Navy’s evaluation of PAE’s key personnel; (3) the Navy’s evaluation of PAE’s past performance, and (4) the Navy’s cost realism analysis. See generally Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 54 [hereinafter Pl.’s MJAR]. In response, defendant and defendant-intervenor contend that plaintiff’s proposal was unawardable due to the resignation of a required key person from PAE’s subcontractor, Sabre Systems Inc. (“Sabre”). See generally Defendant’s Response in Opposition to Plaintiff’s Motion for Judgment upon the Administrative Record, and Cross-Motion for Judgment upon the Administrative Record, ECF No. 61 [hereinafter Def.’s CMJAR]; Defendant-Intervenor’s Cross-Motion for Judgment on the Administrative Record and Response to Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 60 [hereinafter Def.-Int.’s CMJAR]. For the reasons set forth below, the Court denies plaintiff’s Motion for Judgment on the Administrative Record and grants defendant and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record.

I. Background

A. Solicitation

Plaintiff is the incumbent contractor for the Navy’s predecessor Atlantic Ranges Technical Support Services (“ARTSS”) contract. See generally AR 6372–8027. On May 21, 2019, the Navy issued the Solicitation, which sought services such as research and development, engineering, maintenance, operation, support of facilities, systems, and equipment to support the engineering development and operational testing and fleet training missions conducted by the ATR and ATMO Division. AR 1433, 1479. The RFP provided for a best-value trade-off source selection based on the following four factors: (1) Mission Support, (2) Corporate Experience, (3) Past Performance, and (4) Cost/Price. AR 1734. The first three factors were equal in importance, each factor being more important than Cost, and the first three factors in combination were significantly more important than Cost. AR 1734.

1. Mission Support Evaluation Factor

For the Mission Support Evaluation Factor, the RFP stated that the Navy would “evaluate the proposal to determine the Offeror’s understanding of, approach to and ability to meet the solicitation requirements.” AR 1734. As part of that evaluation, the Navy assessed each proposal “with respect to its compliance with the solicitation requirements and the risk associated with the Offerors approach.” AR 1734. Consequently, the Navy assigned offerors a Mission Support Rating and a Risk Rating. AR 1735.

The Mission Support Rating assessed offerors for “compliance with the solicitation requirements and merit which considers the benefits and detriments related to program performance and operations.” AR 1735. The Navy would assess the “degree of benefit” to the Navy by “determining whether the Offeror’s approach and understanding of requirements rises to a level of being thorough or exceptional.” AR 1735. Additionally, the Navy would assign a Risk Rating associated with the offeror’s Mission Support approach. AR 1735. This assessment would “consider[] the potential for disruption of schedule, increase in costs, degradation or

-2- performance, the need to increase Government oversight, or the likelihood of unsuccessful contract performance.” AR 1735.

For Mission Support, the Navy assigned offerors ratings of “Outstanding”, “Good”, “Acceptable”, “Marginal”, or “Unacceptable.” AR 1737. For Risk, the Navy assigned ratings of “Low”, “Moderate”, “High”, or “Unacceptable”. AR 1738. If offerors received a Mission Support Rating of “Unacceptable” or “Marginal”, or a Risk Rating of “High” or “Unacceptable”, these offerors were considered unawardable and their entire proposal may be considered unacceptable and eliminated from the competition. AR 1735.

Central to this dispute is a Mission Support requirement. Specifically, offerors were required to fulfill three key personnel positions: (1) Senior Radar Cross Section (“RCS”) Engineer, (2) General Operations Manager, and (3) Aerial Targets Site Lead Operations Manager. AR 1707. Offerors were required to provide resumes demonstrating the “relevant experience of the proposed Key Personnel in tasks similar to those outlined in the [Statement of Work].” AR 1707. For contingency hires, offerors were required to submit letters of intent. AR 1707.

2. Cost Evaluation Factor

For the Cost Evaluation Factor, the RFP stated that the Navy would “perform a cost realism analysis to determine the most probable cost (MPC) for each applicable Offeror’s proposal.” AR 1736. In relevant part, the RFP detailed the Navy’s process for its cost realism evaluation as follows:

[T]he Government may review the Offeror’s proposed direct labor rates and compare the proposed rates to payroll verification, Letters of Intent, historical rate ranges provided in the solicitation, or other substantiated data. Direct labor rates for SCA covered labor categories will also be reviewed to ensure they are in compliance with the applicable [Area Wage Determination] (at or above the AWD minimum rate). Pertinent cost information, including but not limited to, historical rates and DCAA approved or recommended rates for such costs as direct labor, overhead, G&A, etc., as necessary and appropriate, will be used to arrive at the Government determination of the MPC for the performance of this contract.

. ..

The MPC is an Offeror’s total cost, including fee, and any additional adjustments to the rates that the Government has determined necessary to make the proposed cost realistic for all periods.

AR 1736.

The RFP provided the following instructions regarding direct labor for proposed current employees, contingent hires, and key personnel:

-3- For all proposed current employees, Offerors shall provide certified payroll verification that consists of a form containing the title, current direct labor rate, and a signed certification by an authorized representative of the company that the payroll information contained in the form is current and accurate.

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

Related

United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
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)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
A-T Solutions, Inc. v. United States
122 Fed. Cl. 170 (Federal Claims, 2015)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
Agile Defense, Inc. v. United States
959 F.3d 1379 (Federal Circuit, 2020)
SDS International v. United States
48 Fed. Cl. 742 (Federal Claims, 2001)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
Westech International, Inc. v. United States
79 Fed. Cl. 272 (Federal Claims, 2007)
Al Andalus General Contracts Co. v. United States
86 Fed. Cl. 252 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
Pae Applied Technologies, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/pae-applied-technologies-llc-v-united-states-uscfc-2021.