Quest Diagnostics, Inc. v. United States

110 Fed. Cl. 716, 2013 WL 1831460
CourtUnited States Court of Federal Claims
DecidedMay 1, 2013
Docket12-907C
StatusPublished
Cited by2 cases

This text of 110 Fed. Cl. 716 (Quest Diagnostics, 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
Quest Diagnostics, Inc. v. United States, 110 Fed. Cl. 716, 2013 WL 1831460 (uscfc 2013).

Opinion

Bid Protest; Agency Corrective Action; Limit on Proposal Revisions after Solicitation Amendment; Incumbency

OPINION

BRUGGINK, Judge.

Plaintiff, Quest Diagnostics, Inc. (“Quest”), protests the Army’s award of a contract for laboratory testing services to the intervenor, Laboratory Corporation of America (“Lab-Corp”). The parties filed cross-motions for judgment on the administrative record. Plaintiff asks the court to permanently enjoin the award of the contract to intervenor. Oral argument was heard on March 5, 2013. As we announced, and for the reasons stated below, we deny plaintiffs motion and grant defendant’s and intervenor’s motions for judgment on the administrative record.

BACKGROUND

The United States Department of the Army Medical Command, Center for Health Care Contracting (“MEDCOM”) issued Request for Proposal No. W 81 k04-10-R-0005 (“RFP” or “solicitation”) on August 20, 2010, seeking bids for a contract to provide clinical reference laboratory services for various treatment facilities supporting the Armed Forces both home and abroad. The contract is a follow-on to the then-expiring contract held by plaintiff. The solicitation was for a fixed price contract of an indefinite-delivery, indefinite quantity of laboratory services with a six-month transition period, a one-year base period, and four one-year option periods. MEDCOM estimated a total contract performance price of $250,000,000.

In the Basis of Award section, the solicitation laid out the four evaluation factors upon which the offerors would be evaluated: Technical Capability, Past and Present Performance, Small and Disadvantaged Business Participation, and Price. AR 98. Of the evaluation factors, “Technical Capability is significantly more important than Past and Present Performance and Small and Disad *720 vantaged Business Participation.” Id. Likewise, “Past and Present Performance is significantly more important than small and Disadvantaged Business Participation.” Id. Those factors, when combined, “are significantly more important than price.” Id. The solicitation warmed, however, that “the award may not necessarily be made to the lowest price offered.” Id. MEDCOM explained that it would make the award “based on the best overall proposal that is determined to be the most beneficial to the Government.” Id. In other words, it would be a best value procurement.

The first factor, Technical Capability, was subdivided into five subfaetors, which were separately rated by MEDCOM: Technical Approach, Laboratory Information System and Interface, Transition Plan, Quality Control Plan, and Management Capability and Experience. AR 98-99. Technical Capability and its subfactors were assigned adjectival ratings as a reflection of the agency’s assessment of how well the offeror’s technical proposal met the predetermined definitions of the adjectival ratings:

*721 Rating Definition

Excellent The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government.

Good The proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no deficiencies and any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor efforts and normal government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government.

Satisfactory The proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses and no deficiencies. The proposal has some weaknesses that can potentially cause disruption of schedule, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has a Satisfactory probability of successfully meeting the requirements.

Marginal

Unsatisfactory

AR 99-100.

MEDCOM similarly evaluated the second factor, Past and Present Performance, on the basis of risk of performance problems and assigned a corresponding adjectival rating: Exceptional (Risk Level: Very Low); Very Good (Risk Level: Low); Satisfactory (Risk Level: Moderate): Marginal (Risk Level: High); Unsatisfactory (Risk Level: Very High); Unknown (Risk Level: Unknown). AR 101. Small and Disadvantaged Business Participation, the third factor, was rated either “satisfactory” or “unsatisfactory.”

*722 MEDCOM received three proposals, from which it established a competitive range consisting only of Quest and LabCorp. AR 2468. MEDCOM then held three rounds of discussions with both offerors in which it received clarifications and additional information from each. The agency then evaluated Quest’s and LabCorp’s proposals for the Technical Capacity factor and its subfaetors. MEDCOM rated the proposals as follows:

Technical Approach LIS and Transition Interface Plan Quality Control Plan Management Overall Capability and Experience

Quest [ ] [ ] [ ] [ ] [ ] [ ]

LabCorp [ ) [ ] [ ] [ ] [ ] [ ]

AR 2381-82. “LIS” refers to Laboratory Interface System.

For Past and Present Performance, Quest was rated as [redacted] and LabCorp as [redacted]. AR 2384. MEDCOM scored both offerors [redacted] for Small Business and Disadvantaged Business Participation. Id. Quest had the lowest evaluated price, which was determined to be “fair and reasonable” by the Contracting Officer (“CO”). Based on these assessments, he awarded the contract to Quest on April 14, 2011. AR 2385.

On May 5, 2011, LabCorp protested the award to Quest at the Government Accountability Office (“GAO”). When GAO advised the agency that it would likely sustain the protest, AR 3779, MEDCOM informed GAO that it would take corrective action by amending the solicitation “to include estimated quantities of usage ... to approximate the amount the Agency expects to spend.” AR 2739. MEDCOM would also then request “resubmission of price proposals from Quest and LabCorp, and reevaluate the price factor.” Id. GAO dismissed the protest as academic.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
110 Fed. Cl. 716, 2013 WL 1831460, Counsel Stack Legal Research, https://law.counselstack.com/opinion/quest-diagnostics-inc-v-united-states-uscfc-2013.