Qbe, LLC v. United States

120 Fed. Cl. 397, 2015 U.S. Claims LEXIS 110, 2015 WL 684815
CourtUnited States Court of Federal Claims
DecidedFebruary 18, 2015
Docket14-1053C
StatusPublished

This text of 120 Fed. Cl. 397 (Qbe, 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
Qbe, LLC v. United States, 120 Fed. Cl. 397, 2015 U.S. Claims LEXIS 110, 2015 WL 684815 (uscfc 2015).

Opinion

Pre-Award Bid Protest; Cross-Motions for Judgment on the Administrative Record; Challenge to Offeror’s Exclusion from the Competitive Range; Technical Proposal Evaluation

OPINION and ORDER

CAMPBELL-SMITH, Chief Judge

This is a pre-award bid protest filed by QBE, LLC (QBE or plaintiff). QBE challenges its exclusion from the competitive range under a solicitation for the procurement of information technology (IT) services by the U.S. Department of the Army, Army Contracting Command — Rock Island (the Army, Agency, or government). See Compl., *399 ECF No. 1, ¶¶ 1, 7, 38. The parties submitted cross-motions for judgment on the administrative record (AR) in accordance with United States Court of Federal Claims Rule (RCFC) 52.1(c). 2 See Pl.’s Mot. J. AR (Pl.’s Mot.), ECF No. 18; Def.’s Mot. J. AR (Def.’s Mot.), ECF No. 19. The court held oral argument on the parties’ cross-motions on January 5, 2015. See Tr., ECF No. 26 (transcript of the digitally recorded proceeding). The Agency has agreed to postpone the award of the contract(s) until the resolution of QBE’s protest. Def.’s Mot. 2,18.

For the reasons explained below, the court finds that the Agency had a rational basis for excluding QBE from the competitive range. Accordingly, plaintiffs motion is DENIED, and defendant’s motion is GRANTED.

1. Background

A. The Solicitation

On January 17, 2013, the Army issued Solicitation No. W52P1J-12-R-0201 (the Solicitation), which was subsequently amended twenty-five times, for the procurement of Enterprise Information Technology Services (EITS) in support of the Program Manager Installation Information Infrastructure Communications and Capabilities (PM I3C2). AR 1-2 (Solicitation); see AR 1406-07 (Competitive Range Determination (CRD)) (providing that the Solicitation was issued on January 17, 2013 and identifying amendments). “[]PM I3C2[] provides a comprehensive approach to U.S. Army information technology initiatives,” by, inter alia, “employing] a synchronized effort to modernize the Army’s information networks, outside cable plants, telephone switching systems, campus area networks and long haul gateway for Army installations [worldwide].” AR 478 (Performance Work Statement (PWS)). The Solicitation seeks project-management and related support for the following PM I3C2 Program Management Offices (PMOs): the Installation Information Infrastructure Modernization Program (I3MP), the Power Projection Enablers (P2E), and the Republic of Korea (ROK). Id.; see AR 1470 (Source Selection Plan (SSP)).

The Solicitation contemplates the award of three Indefinite Delivery Indefinite Quantity (IDIQ) contracts to small businesses as set-asides but reserves for the Agency the right to make more or less than three awards. AR 791 (Amendment 0022). 3 The Solicitation advises that the Agency intends to make the awards “after conducting discussions with Offerors determined to be within the competitive range,” and that “[t]he contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.” Id.

The offeror(s) whose proposals conform to the requirements of the Solicitation and represent the “best value” to the Agency will be awarded contracts under the Solicitation. AR 802. The Solicitation provides that the best value determination will be based on “an integrated assessment” of four evaluation factors in descending order of importance— Technical, Past Performance, Management, and Price. Id. “The non-price Factors combined are significantly more important than the Total Evaluated Price Factor. However, as non-price factors equalize, price becomes more important in the best value analysis.” Id.; see also Fed. Acquisition Reg. (FAR) 15.101-1 (2014) (describing the “tradeoff process”). A proposal receiving less than an Acceptable rating in either the Technical or Management Factors will not be considered eligible for award. AR 802.

Section L of the Solicitation details the instructions and conditions for submission of proposals, AR 791-800, and advises that proposals will be assessed based on the four evaluation factors, AR 791. Offerors are in *400 structed to submit a proposal for each evaluation factor. AR 793. Only QBE’s Technical Proposal is at issue here. Cf. infra Part III.B (finding it unnecessary to address plaintiffs challenge to the Agency’s evaluation of its Management Proposal).

The Solicitation instructs offerors to orga- ' nize their technical proposals into two sections, respectively designated as Sub-Factor 1 and Sub-Factor 2, with an overall page limitation of thirty-five pages. AR 794-96. For Sub-Factor 1, offerors are instructed to describe their technical understanding of the EITS Performance Work Statement (PWS) by addressing (1) their understanding of the services framework model employed by PMs I3C2, P2E, and I3MP; (2) their approach and methodology; (3) their implementation strategy; and (4) their coordination plans. AR 795. For Sub-Factor 2, offerors are instructed to describe their technical approach to the Sample Task Order by addressing (1) their approach and methodology; (2) their implementation strategy; and (3) their coordination plans. AR 795-96.

Section M of the Solicitation, addressing the evaluation process, AR 802-07, advises that the Agency will assess the offerors’ technical proposals “to determine the extent that the offeror understands the Government’s requirements, the technical quality of the proposed approach, and the offeror[s’] ability to fulfill the EITS requirements of the [PWS],” AR 803. The Agency’s evaluation “will include examination of [their] proposed technical plan[s], knowledge of Army requirements, and application of industry standards and best practices.” Id. This evaluation is to be further informed by whether each proposal (1) demonstrates “a clear an understanding of the problems to be solved and the requirements to be satisfied,” (2) “adequately and completely considers, defines, and satisfies the EITS IDIQ PWS and other [Solicitation] requirements,” or merely offers “statements of compliance or repetition of the requirements without a complete discussion and analysis;” and (3) evidences “[flexibility” — that is, “the ability to meet changing requirements in the dynamic environment of Army programs.” Id.

The Source Selection Plan (SSP) identifies and defines the adjectival ratings by which the Source Selection Evaluation Board (SSEB) is to rate the offerors’ technical proposals:

[[Image here]]

AR 1480-81 (SSP) (emphasis added); accord AR 110-11 (Solicitation). As is relevant here, a “deficiency” is defined as “a material failure of the proposal to meet a Government *401 requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful performance to an unacceptable level.” AR 1482; accord

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
120 Fed. Cl. 397, 2015 U.S. Claims LEXIS 110, 2015 WL 684815, Counsel Stack Legal Research, https://law.counselstack.com/opinion/qbe-llc-v-united-states-uscfc-2015.