Quantum Research International, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJune 29, 2018
Docket18-272
StatusPublished

This text of Quantum Research International, Inc. v. United States (Quantum Research International, 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
Quantum Research International, Inc. v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 18-272C (Filed: June 14, 2018) (Re-filed: June 29, 2018)1

********************** QUANTUM RESEARCH INTERNATIONAL, INC.,

Plaintiff, Bid protest; post- v. protest corrective action; 28 U.S.C. § THE UNITED STATES, 1491(b)(1) (2012); instructions in request Defendant, for quotation; unequal evaluation. and

TORCH TECHNOLOGIES, INC.,

Intervenor. **********************

Jon Davidson Levin, Huntsville, AL, for plaintiff.

Michael Duane Austin, United States Department of Justice, Civil Division, Commercial Litigation Branch, Washington, DC, for defendant.

Robert J. Symon, Washington, DC, for intervenor.

OPINION

BRUGGINK, Judge.

This is a post-award bid protest by Quantum Research International, Inc. (“Quantum”), of the Army’s post-protest corrective action in which it

1 This opinion was originally issued under seal. The parties offered joint proposed redactions. We adopt the proposed redactions because we find them to be appropriate. Those redactions are indicated herein with brackets. awarded a task order to Torch Technologies, Inc. (“Torch”), through Task Order Request for Quote 2016T-12. Quantum was the incumbent on the previous contract. Torch appears as intervenor.

The parties have filed cross-motions for judgment on the administrative record. The matter is fully briefed, and we held oral argument on June 7, 2018. Because the Army did not act arbitrarily or capriciously, abuse its discretion, or otherwise act in violation of the law, we grant defendant’s and intervenor’s cross-motions for judgment on the administrative record and deny plaintiff’s motion.

BACKGROUND

On August 31, 2016, the U.S. Army Contracting Command—Redstone, Redstone Arsenal, Alabama (“the Army”), issued Task Order Request for Quotation 2016T-12 (“TORFQ”) to all express technical domain contractors as a total small business set-aside. The Army sought engineering, system engineering, test, and technical support for communications, navigation, and mission planning systems within Product Director—Aviation Networks and Mission Planning (“PD ANMP”).2 The Army amended the TORFQ on September 15, 2016. The TORFQ contemplated the award of a time and materials, cost reimbursement task order with a 12-month base period and four 12-month options.

The Evaluation Criteria provided, “Award will be made to the Offeror whose quotation provides the best value to the Government based upon evaluation of all submitted quotations using the [evaluation criteria] and a tradeoff process.” Administrative Record (“AR”) 40. “‘Best value’ means the expected outcome of the acquisition that, in the Government’s estimation,

2 PD ANMP manages acquiring and supporting avionics equipment for the Aviation Systems Project Management Office under the Program Executive Office, Aviation. The Aviation and Missile Command Expedited Professional and Engineering Support Services (“AMCOM EXPRESS”) is a Blanket Purchase Agreement program that utilizes the General Service Administration Federal Supply Schedule contractors to acquire services in four domains: business and analytical, logistics, programmatic, and technical. These Blanket Purchase Agreements are “multiple-award task order type contract vehicles with provisions for time (labor hours at a fixed rate) and material, travel, and other direct costs (ODCs) on a cost reimbursement basis.” AR 531.

2 provides the greatest overall benefit in response to the requirement (FAR 2.101).” Id. The agency was permitted to “accept other than the lowest priced quotation, where the decision is consistent with the evaluation criteria and the Government reasonably determines that the perceived benefits of a higher priced quotation warrant the additional price.” Id. The agency evaluated three criteria: Technical Expertise, Risk Mitigation and Management, and Price. AR 58. Technical Expertise and Risk Mitigation and Management were equally important and both more important than Price. The importance of the price increased as the differences between the evaluation results for the other two criteria decreased, but it was not the controlling criterion in the selection.

The Army evaluated Technical Expertise “based on how well the quotation demonstrates a clear understanding of the requirements and deliverables, and on the Offeror’s expressed ability to successfully perform.” AR 40. Under Technical Expertise, the Army provided,

While award of this task order will require the Offeror to perform all of the [Performance Work Statement] requirements, the Government considers the requirement in the following [Performance Work Statement] paragraphs to be critical to evaluation of the Offeror’s technical expertise. Thus, these requirements must be specifically addressed in the quotation paragraphs: 2.1.5, 2.1.6, 2.2.1, 2.2.3, 2.2.5, 2.2.7, 2.2.8, 2.2.14, 2.3.2.

AR 41.

The Army’s evaluation of Performance Work Statement (“PWS”) critical requirements 2.1.5 and 2.1.6 are at issue here. PWS 2.1.5 provides:

Provide technical expertise with respect to digital mission information exchange to facilitate/improve Command & Control [] and Situational Awareness [] among air and ground mission systems of Joint and Coalition forces. Provide technical expertise on Joint Battle Command-Platform [], Army Battle Command System [], Global Command & Control System [], , [sic] Blue Force Tracking [], Joint Variable Message Format [], Condition Based Maintenance [], Joint Technical Data Interface [], Future Avionics Capability Environment [], and digital data waveforms and networks such as Link-16 Tactical Digital

3 Information Link- Joint [], Wideband Network Waveform [], Soldier Radio Waveform [], Warfighter Information Network- Tactical [], and Advanced Network Wideband Waveform [].

AR 23 (abbreviations omitted).

PWS 2.1.6 provides:

Maintain direct and continuing technical liaison with other Government centers, laboratories, and other contractors. Provide technical expertise to conferences/briefings/meetings/working groups/teams such as on-site creation and delivery of high quality graphics and briefing material. The contractor shall participate in Technical Reviews, In Process Reviews [], Design Reviews, Program Reviews to include milestone decisions, System Engineering Reviews, and Technical Interchange Meetings []/Technical Exchange Meetings []. The contractor shall also provide technical support systems integration and network interoperability demonstrations such as the Army’s Network Integration Evaluations [], Army Warfighting Assessments (AWAs), Army Expeditionary Warfighter Experiments [], and the Joint BOLD QUEST [] events.

Id.

The agency evaluated Technical Expertise on a scale using “Outstanding,” “Good,” “Acceptable,” and “Unacceptable” ratings. “Outstanding” means the quotation “meets requirements and indicates an exceptional level of expertise and an understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.” AR 41.

The agency evaluated each offeror’s Risk Mitigation and Management approach for “completeness, feasibility, and how well it addresses the details of the PWS.” AR 42. The agency used five factors in this evaluation: (1) the ability to obtain and retain qualified personnel; (2) the ability to bring together the right team to perform the PWS requirements; (3) the ability to effectively manage the project; (4) Offeror’s identification of significant anticipated technical or management risks and an effective plan for overcoming them; and

4 (5) Offeror’s identification of any possible adverse impacts to existing program/projects. Id.

Under Risk Mitigation and Management, each offeror was rated “Outstanding,” “Good,” “Acceptable,” or “Unacceptable.” Id.

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

Related

Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
Quantum Research International, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/quantum-research-international-inc-v-united-states-uscfc-2018.