Pgls, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 15, 2021
Docket20-1023
StatusPublished

This text of Pgls, LLC v. United States (Pgls, 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
Pgls, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1023, 20-1068 (consolidated) Filed: December 15, 2020 Reissued: January 15, 2021 1

) PGLS, LLC ) d/b/a, PIEDMONT GLOBAL ) LANGUAGE SOLUTIONS, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) Post-Award Bid Protest; Judgment on the ) Administrative Record; Tucker Act; Defendant, ) ) Federal Supply Schedule; Lowest Price ) Technically Acceptable; Administrative Procedure Act; Arbitrary and Capricious; LEGAL INTERPRETING SERVICES, ) FAR Part 8; FAR Part 15. Inc., d/b/a, LIS SOLUTIONS, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant. ) )

OPINION AND ORDER

Alexander Brewer Ginsberg, Pillsbury Winthrop Shaw Pittman, LLP, McLean, VA, for plaintiff.

Ryan Christopher Bradel, Ward & Berry P.L.L.C., Washington, DC, for consolidated-plaintiff.

Bryan Michael Byrd, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

SMITH, Senior Judge

1 An unredacted version of this opinion was issued under seal on December 15, 2020. The parties were given an opportunity to propose redactions, and those redactions are included herein. This action is before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, PGLS, LLC, doing business as Piedmont Global Language Solutions (“PGLS”), challenges the Federal Bureau of Prisons’s (“BOP” or “Agency”) decision to cancel Request for Quotations, No. 15BNAS20QRCA0013 (the “Solicitation”) and terminate PGLS’s Blanket Purchase Agreement No. 15BNAS20A00000068 (the “Contract”). PGLS Amended Complaint at 1–2, ECF No. 16 [hereinafter Pl.’s Am. Compl.]. Additionally, PGLS challenges BOP’s “history of illegal sole-source awards to the large business incumbent contractor.” Id. at 2. On August 25, 2020, Legal Interpreting Services, Inc. doing business as LIS Solutions (“LIS”), filed its Complaint in the subsequently consolidated case, alleging nearly identical challenges against BOP. Complaint at 1–2, Case No. 20-1068, ECF No. 1; see also Order Consolidating Cases, Case No. 20-1068, ECF No. 13. 2

In response, defendant contends that Count I of LIS’s Amended Complaint should be dismissed, as LIS lacks standing because “LIS is not the putative awardee, and the corrective action [would] provide LIS another opportunity to compete.” Defendant’s Motion to Dismiss, Cross-Motion for Judgment on the Administrative Record, and Opposition to Plaintiff’s Motion for Judgment on the Administrative Record at 23, ECF No. 28 [hereinafter Def.’s CMJAR]. Additionally, defendant contends that Count II of plaintiffs’ amended complaints should be dismissed because any challenges to the Agency’s 2017, 2018, 2019, and July 2020 sole source procurements are moot, as performance under those bridge-contracts has been completed. Id. Finally, defendant asserts that the Agency’s corrective action should be upheld because the Contracting Officer’s August 11th Memorandum (“Corrective Action Memo”) provides a “reasonable and coherent explanation for the agency’s exercise of its discretion to take corrective action.” Id. For the reasons set forth below, the Court grants-in-part both PGLS’s Motion for Judgment on the Administrative Record and defendant’s Cross-Motion for Judgment on the Administrative Record.

I. Background

A. Current Procurement

On or about May 7, 2020, BOP issued the Solicitation through the General Service Administration’s (“GSA”) eBuy portal for foreign language translation and interpretation services for incarcerated individuals. Administrative Record 59 [hereinafter AR]. BOP sought to establish a Bureau-wide single-award Blanket Purchase Agreement (“BPA”) to acquire these services. AR 59. Potential offerors must have a GSA Multiple Award Schedule for the time period of the BPA, and the required languages must be identified in the offerors’ Federal Supply Schedule (“FSS”) 738 II, Professional Services Schedule. AR 59. As part of the procurement, the CO conducted market research, which revealed that at least sixty-five small businesses could compete and led BOP to designate this procurement as a small business set-aside. AR 29–32; AR 36. The Agency anticipated placing orders against the BPA in a similar manner to that of an Indefinite Delivery Indefinite Quantity contract. AR 59. The performance period for each BPA included a base period of twelve months with four one-year option periods. AR 60.

2 Unless otherwise noted, all citations within this decision are to the record in the lead case, PGLS, LLC v. United States, Case No. 20-1023. 2 The Solicitation’s Statement of Work (“SOW”) explains that the sought services support BOP’s Counter Terrorism Unit, which oversees the Agency’s counter-terrorism mission. AR 60. As part of this oversight, BOP requires language translation services for a “diverse inmate population, representative of a multitude of languages and dialects.” AR 60. These dialects “frequently vary due to the ongoing admission and release of offenders committed to the custody of the [BOP].” AR 60. BOP required that offerors submit a current GSA FSS contract and a “price list with the quote, which verifies all required languages are included in the GSA schedule.” AR 60. The Solicitation contains a list of the required languages, utilizing the Library of Congress designated ISO 639-2/RA, which includes Alaskan, Aramaic, Aztec, Benin, Indigenous, Native American, Togo, and Trinidad. AR 60–63.

From October to December of 2019, 75,153 communications required translation, 57% of which were inmate telephone calls and 42% of which were inmate correspondence, emails, and audio recordings of inmate visits. AR 63. These communications included, among others, Spanish, Arabic, Urdu, and Somali. AR 63. Additionally, the Agency responded to pre-award questions regarding the number of communications translated last year, stating that there was an “average of 18 thousand foreign language translations per month.” AR 93. The Agency provided an example of language translation services needed by releasing the April 2020 communications that required translation. AR 93.

The Solicitation anticipated issuing a single award under Federal Acquisition Regulation (“FAR”) 15.101-2, using the Lowest Price Technically Acceptable Source Selection process. AR 78. In making the award, the Agency would evaluate the following three factors: (1) Technical Acceptability, (2) Price, and (3) Past Performance based on Responsibility. AR 78. The Technical Acceptability factor included fourteen sub-factors rated as either “acceptable or unacceptable.” AR 78–80. One of the subfactors within Technical Acceptability asks whether offerors “address[ed] all languages identified in the Pricing Schedule and the Statement of Work [] which is available through their GSA FSS contract” because “[a]ll languages identified by the [BOP] must be on the quoter’s GSA FSS schedule prior to the closing date of the Request for Quote (RFQ).” AR 78.

Seven offerors responded to the Solicitation. AR 514. The Agency conducted initial evaluations and concluded that discussions were needed with certain offerors “to process deficiencies and significant weaknesses.” AR 514. The Agency entered into discussions with five offerors, including LIS but not PGLS. AR 531–50. The Agency advised LIS that there was a “deficiency in [its] proposal,” as LIS “did not provide documentation that clearly states all languages requested in the SOW are available.” AR 540–42. The Agency instructed offerors to submit proposal revisions no later than Wednesday, June 17, 2020 at 1:00 p.m. EST. AR 531– 50.

On June 30, 2020, the Agency awarded the contract to PGLS, as the lowest priced technically acceptable offeror. AR 862. At award, the Agency had not determined that PGLS had any deficiencies under the Technical Acceptability factor.

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
Kern River Co. v. United States
257 U.S. 147 (Supreme Court, 1921)
Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
Caci, Inc.-Federal v. The United States
719 F.2d 1567 (Federal Circuit, 1983)
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)
Amazon Web Services, Inc. v. United States
113 Fed. Cl. 102 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
Pgls, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/pgls-llc-v-united-states-uscfc-2021.