Preferred Systems Solutions, Inc. v. United States

110 Fed. Cl. 48, 2013 U.S. Claims LEXIS 203, 2013 WL 1175018
CourtUnited States Court of Federal Claims
DecidedMarch 22, 2013
Docket12-842C
StatusPublished
Cited by17 cases

This text of 110 Fed. Cl. 48 (Preferred Systems Solutions, 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
Preferred Systems Solutions, Inc. v. United States, 110 Fed. Cl. 48, 2013 U.S. Claims LEXIS 203, 2013 WL 1175018 (uscfc 2013).

Opinion

Bid Protest; Standing; Best Value Procurement; Deference to Technical Evaluation.

OPINION

FIRESTONE, Judge

This post-award bid protest ease arises from the United States Transportation Command’s (“USTRANSCOM,” “the govern *51 ment,” or “the agency”) contract award to Computer World Services Corporation (“CWS” or “defendant-intervenor”) for a call center and associated support services. 1 Preferred Systems Solutions, Inc. (“PSS” or “the plaintiff’), the incumbent contractor, seeks to set aside the award decision and require the government to either re-evaluate the existing proposals or rebid the contract. The court granted CWS’s motion to intervene on December 12,2012.

Presently before the court are the United States’ and CWS’s motions to dismiss under Rule 12(b)(1) of the Rules of the United States Court of Federal Claims (“RCFC”) and the parties’ cross-motions for judgment on the administrative record under RCFC 52.1. 2 As discussed below, because the court concludes that PSS has standing to challenge the award, the court DENIES the defendant’s and the defendant-intervenor’s RCFC 12(b)(1) motions to dismiss. However, because the plaintiff has not established that USTRANSCOM’s decision to award the contract to CWS was arbitrary, capricious, an abuse of discretion, or contrary to law, the court DENIES the plaintiffs motion for judgment on the administrative record and GRANTS the United States’ and the defendant-intervenor’s cross-motions for judgment on the record.

I. STATEMENT OF FACTS

a. Solicitation and Evaluation Criteria

On April 30, 2012, the agency issued a Request for Quote (“RFQ”) on behalf of the Military Surface Deployment and Distribution Center (“SDDC”) 3 to acquire a variety of technical services, including a Tier 1 Help Desk/Call Center, support for users of Oracle’s Siebel software, and Independent Verification and Validation (“IV & V”). 4 AR 573, 615, 632.

Offerors were advised that proposal evaluation would be conducted in accordance with FAR 8.405-2(d), 5 and that award would be made to the offeror whose proposal complied with the RFQ’s requirements and that provided the best value to the government, price and non-price factors considered. AR 574. Award was to be based on three criteria: Mission Capability, Past Performance, and Price. AR 574. The RFQ stated that the non-price factors were equal in importance, and when combined were significantly more important than price. AR 574. As such, the RFQ expressly contemplated that it would be possible for the government to award the contract “to a higher-rated, higher-[p]rieed offeror where the decision is consistent with the evaluation factors.” AR 617.

Each offeror’s Mission Capability was to be evaluated based on two coequal sub-factors: Technical Approach and Staffing. AR 577. Specifically, the government planned to identify the “strengths” and/or “weaknesses” of each quote that would affect the offeror’s ability to perform as required under the contract. 6 The RFQ stated that strengths and weaknesses of an offeror’s Technical Ap- *52 proaeh would be based on (1) the adequacy of the offeror’s approach to accomplishing the effort at the requisite level of quality; and (2) whether “the Offeror clearly and reasonably eommunieate[d] an understanding of the effort that is consistent with the [performance work statement (“PWS”) ] requirements.” 7 AR 570. With regard to the Staffing sub-factor, offerors were required to submit staffing plans and matrices that linked personnel resources to each task in the PWS. AR 577. The government planned to identify Staffing strengths and weaknesses based on the extent to which the proposal provided a realistic and stable staffing approach with types and numbers of positions sufficient to ensure the successful performance of the PWS requirements. AR 577.

The second non-price factor, Past Performance, was to be evaluated as an overall measure of the government’s confidence in the bidder’s ability to successfully perform the required effort based on relevant recently-performed efforts in areas such as help desk support. AR 574-76. Offerors were instructed to provide no more than four Past Performance submissions of government or commercial contracts which they considered relevant. AR 574. The RFQ stated that the government would consider the Past Performance information supplied by each offeror, as well as any additional Past Performance information obtained by the government. AR 576. After the government determined the relevancy of each Past Performance effort, the agency would assign an overall Past Performance confidence assessment i-ating. 8 AR 575-76.

To evaluate the third factor, Price, offerors were required to provide a price “for the base period and all option periods using the rates in their existing [General Services Administration (“GSA”) ] Federal Supply Schedule 70, Category 132-51 Contract.” AR 578. The offerors were further required to provide a breakout of the proposed hours associated with each proposed labor category, as well as pricing for phone lines. AR 620. Each offeror proposing a discount on its current GSA schedule labor rates was also required to “provide an explanation to assist the Government’s price reasonableness analysis to ensure the Government has confidence that the offeror understands the requirement.” AR 578.

The RFQ stated that pricing would not be rated, and would instead be evaluated for reasonableness and realism. AR 574, 578. As to realism, proposals would be analyzed to determine whether they demonstrated a “clear understanding of, and sound appi’oach to” satisfying the RFQ’s requirements. AR 578. The RFQ further stated that, “[w]hen an offer is evaluated as unrealistically low this fact will be identified and considered in the evaluation of all areas of the offeror’s quote as deemed necessary by the Government.” AR 578-79. To support the price evaluation, the government established an independent government cost estimate (“IGCE”) in the amount of $33,002,931. AR 1935.

b. Proposal, Evaluation, and Award

Five offerors — PSS, CWS, Computer Sciences Corporation (“CSC”), Harris IT Services Corporation (“Harris”), and Superlative Technologies, Inc. (“SuprTEK”) — responded to the RFQ. AR 1318. Each proposal was independently evaluated by a Source Selection Evaluation Team (“SSET”), AR 1318, in accordance with the format outlined in the RFQ. AR 1318-20. Following the initial *53 evaluations, the SSET identified each offer- or’s proposal strengths, weaknesses, significant weaknesses, and deficiencies. AR 1320-24. The SSET used two worksheets — one for the Staffing sub-factor and one for the Technical Approach sub-factor — to document the Mission Capability evaluation for each proposal. AR 957-59 (Harris), 1021-25 (PSS), 1068-70 (SuprTEK), 1129-32 (CSC), 1260-62 (CWS).

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

Related

Diaz v. United States
127 Fed. Cl. 664 (Federal Claims, 2016)
EMTA Insaat, A.S. v. United States
123 Fed. Cl. 330 (Federal Claims, 2015)
Cyios Corporation v. United States
122 Fed. Cl. 726 (Federal Claims, 2015)
Rotech Healthcare, Inc. v. United States
121 Fed. Cl. 387 (Federal Claims, 2015)
Electronic On-Ramp, Inc. v. United States
120 Fed. Cl. 515 (Federal Claims, 2015)
Science and Management Resources, Inc. v. United States
117 Fed. Cl. 54 (Federal Claims, 2014)
Palladian Partners, Inc. v. United States
119 Fed. Cl. 417 (Federal Claims, 2014)
Hughes Group, LLC v. United States
119 Fed. Cl. 221 (Federal Claims, 2014)
Ocean Ships, Inc. v. United States
115 Fed. Cl. 577 (Federal Claims, 2014)
St Net, Inc. v. United States
112 Fed. Cl. 99 (Federal Claims, 2013)
Davis Boat Works, Inc. v. United States
111 Fed. Cl. 342 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
110 Fed. Cl. 48, 2013 U.S. Claims LEXIS 203, 2013 WL 1175018, Counsel Stack Legal Research, https://law.counselstack.com/opinion/preferred-systems-solutions-inc-v-united-states-uscfc-2013.