Rcf Information Systems, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedSeptember 19, 2018
Docket18-528
StatusPublished

This text of Rcf Information Systems, Inc. v. United States (Rcf Information Systems, 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
Rcf Information Systems, Inc. v. United States, (uscfc 2018).

Opinion

United States Court of Federal Claims No. 18-528 C Filed: August 27, 2018 Reissued: September 19, 20181

) RCF INFORMATION SYSTEMS, ) INC., ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant. ) )

Daniel I. Prywes, Morris, Manning & Martin, LLP, Washington, DC, for plaintiff.

Andrew James Hunter, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest comes before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, RCF Information Systems, Inc. (“RCF”), challenges the decision of the United States Department of the Air Force (the “Air Force” or “Agency”) to award three indefinite-delivery, indefinite-quantity (“IDIQ”) contracts under Solicitation No. FA8604-16-R7005 (“Solicitation” or “RFP”) to Decypher Technologies, Ltd. (“Decypher”), Mission Services, LLC (“MSI”), and Stellar Innovations & Solutions, Inc. (“Stellar”). The Solicitation seeks Information Technology (“IT”) support services for the Air Force Research Laboratory (“AFRL”) at Wright-Patterson Air Force Base, which oversees “critical research efforts for the Air Force” and the Department of Defense (“DOD”), and develops technology that “contributes to significant advances in modern communications, electronics, manufacturing and medical research.” Administrative Record (hereinafter “AR”) 72, 1068. In its Complaint, RCF asserts that the Agency’s award to the three successful bidders was arbitrary and capricious, contrary to law, and without a rational basis. Complaint (hereinafter “Compl.”) at 2. For the following reasons, plaintiff’s Motion for Judgment on the

1 An unredacted version of this opinion was issued under seal on August 27, 2018. The parties were given an opportunity to propose redactions, and those redactions are reflected herein. Administrative Record is denied, and defendant’s Cross-Motion for Judgment on the Administrative Record is granted.

I. Background

On September 9, 2016, the Air Force issued the Solicitation for IT support services at the AFRL. AR 1068. The AFRL is the lead research organization for the Air Force and the DOD, and, it requires a full range of IT services in order to perform its research and development mission. AR 72, 220. The Solicitation anticipated the award of one or more “Firm Fixed Price [IDIQ] contracts” for IT services, including but not limited to customer support, application development, configuration management, network implementation, systems integration and administration, communication support, video teleconference support, and cybersecurity. AR 167, 220. The Solicitation was a small business set-aside, and it contemplated issuing three task orders upon award of the contracts, one each to the three offerors with the lowest Total Evaluated Price (“TEP”). AR 168, 429.

Pursuant to the RFP, proposals would be evaluated on a Lowest Priced, Technically Acceptable (“LPTA”) basis, and the following three factors would be assessed: (1) Technical, (2) Past Performance, and (3) Price. AR 429-31. Evaluation of the Technical Factor was bifurcated between two subfactors, Transitional Approach and IT support. AR 430-31. The Solicitation stated that “[t]he Government will select the proposal(s) with the lowest total evaluated price(s) [] from among those that are award-eligible (meets all RFP requirements), meet all price criteria, are technically acceptable (Factor 1) and have an acceptable past performance record (Factor 2).” AR 429.

The Solicitation indicated that each Technical Subfactor would receive a rating of “Acceptable” or “Unacceptable,” and, to be deemed “Acceptable,” offerors’ proposals must “meet all of the Measures of Merit within a given subfactor.” AR 431. The required Measures of Merit for the Transition Approach were as follows: (a) appropriate skillsets, (b) appropriate experience, (c) required certifications, (d) required security clearances, and (e) sufficient quantities and labor mix to meet performance requirements of the Performance Work Statement. Id. The Solicitation highlighted the importance of staffing throughout the transition, stating that, if there was not an appropriate staffing plan, “negative operational impact may occur.” AR 75. The Measures of Merit for the IT Support subfactor included the following management-centered requirement: “(d) providing personnel certified in accordance with DOD Information Assurance Workforce Improvement Program (DOD 8570.1-M) as described in DFAR 252.239-7001 with SECRET or TOP SECRET (as applicable) security clearances that will provide a fully functional team on Day 1 of contract performance.” AR 432.

The Solicitation informed offerors that, under Factor 3, Price, proposals would be evaluated for the following: “(1) completeness, (2) reasonableness, (3) unbalanced pricing, and (4) Total Evaluated Price.” AR 435. The Solicitation stated that TEP would “be calculated as the sum of the offeror proposed prices for the three (3) initial task orders including the base year, all option years, and the Extension of Services period.” Id. The reasonableness threshold was determined See AR 15511.

2 Id. Any proposed price above that would be considered unreasonable. Id.

The Agency received proposals, of which offerors were determined to fall within the competitive range. AR 16006, 16009. The Technical Evaluation Team then evaluated each proposal within the competitive range “against the Government’s minimum requirements to determine whether the proposal is acceptable or unacceptable.” AR 128. A proposal was rated “Acceptable” under a subfactor if it met all of the requirements for the associated Measures of Merit with no unresolved Evaluation Notices (“ENs”). AR 15404. If any subfactor was rated “Unacceptable,” the entire proposal would be rendered unacceptable and ineligible for award. AR 128. The Agency engaged in three rounds of discussions, and, upon submission of Final Proposal Revisions, all offerors in the competitive range “responded adequately and remained fully qualified Technically, for Past Performance, and for Price.” AR 15407-08. The Source Selection Evaluation Board recommended that the task orders be given to Decypher, MSI, and Stellar because “the three (3) offerors were technically acceptable, had acceptable past performance, and had the lowest overall TEPs.” AR 16010.

On January 8, 2018, the Agency informed the three awardees that they would each receive one of the three task orders. AR 16012, 16015, 16021. On that same day, RCF was notified that it did not receive the award. AR 16434. On February 19, 2018, RCF filed a protest with the Government Accountability Office (“GAO”), alleging, among other things, that “the agency suspended reality, awarding contracts to three entities that proposed extraordinarily low pricing that will effectively preclude the awardees both from recruiting and retaining qualified personnel, and from maintaining service levels throughout performance.” AR 16536. The GAO dismissed the protest on March 16, 2018, finding that “a lower price, in and of itself, does not mean that an awardee cannot recruit and retain qualified staff.” AR 16565, 16566. The GAO further found that, “[w]hile RCF has cast its allegation as a challenge to the agency’s evaluation of the awardees’ staffing approaches, its fundamental argument is that the agency improperly failed to conduct a price realism analysis,” which, the GAO determined, “is neither required nor permitted in awarding fixed-price contracts.” AR 16567 (citing Emergent Techs., Inc. B-407006, Oct. 18, 2012, 2012 CPD ¶ 295 at 5-6).

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)
Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
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)
Mary B. Stanton v. United States
111 Fed. Cl. 263 (Federal Claims, 2013)
Miller v. United States
119 Fed. Cl. 717 (Federal Claims, 2015)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
First Enterprise v. United States
61 Fed. Cl. 109 (Federal Claims, 2004)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
Tech Systems, Inc. v. United States
98 Fed. Cl. 228 (Federal Claims, 2011)
Isratex, Inc. v. United States
37 Cont. Cas. Fed. 76,261 (Court of Claims, 1992)

Cite This Page — Counsel Stack

Bluebook (online)
Rcf Information Systems, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rcf-information-systems-inc-v-united-states-uscfc-2018.