Rx Joint Venture, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedOctober 2, 2019
Docket19-575
StatusPublished

This text of Rx Joint Venture, LLC v. United States (Rx Joint Venture, 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
Rx Joint Venture, LLC v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 19-575C (Filed Under Seal: October 1, 2019 | Reissued: October 2, 2019)

) RX JOINT VENTURE, LLC, ) Keywords: Bid Protest; Air Force; IDIQ; ) Technical Evaluation; IT Services Plaintiff, ) ) v. ) ) THE UNITED STATES OF AMERICA, ) ) Defendant, ) )

David F. Barton, Gardner Law, San Antonio, TX, for Plaintiff.

Michael D. Austin, Trial Attorney, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, DC, for Defendant, with whom were Deborah A. Bynum, Assistant Director, Robert E. Kirschman, Jr., Director, and Joseph H. Hunt, Assistant Attorney General. Cpt. Jacquelyn Fiorello, United States Air Force, Of Counsel.

OPINION AND ORDER

KAPLAN, Judge.

In this pre-award bid protest, Plaintiff RX Joint Venture (“RXJV” or “the joint venture”) challenges the Air Force’s decision to eliminate it from the Small Business Enterprise Application Solutions (“SBEAS”) competitive procurement because it found the joint venture’s proposal technically unacceptable. Currently before the Court are the parties’ cross-motions for judgment on the administrative record. For the reasons discussed below, RXJV’s motion is DENIED and the government’s cross-motion is GRANTED.

 This opinion was previously issued under seal on October 1, 2019. The parties were given the opportunity to propose redactions on or before October 15, 2019. Because the parties have notified the Court that they do not have any proposed redactions (ECF No. 33), the Court reissues its decision without redactions. BACKGROUND

I. Overview of the Solicitation

The Air Force issued Solicitation No. FA8771-17-R-10000 (“the Solicitation” or “the RFP”) on September 28, 2017. Admin. R. (“AR”) Tab 25 at 488, 617 (conformed solicitation dated October 19, 2017); see also Def.’s Opp’n to Pl.’s Cross-Mot. for J. Upon the Admin. R. & Def.’s Cross-Mot. for J. Upon the Admin. R. (“Def.’s MJAR”) at 4, ECF No. 19. The Solicitation anticipated the award of up to forty IDIQ contracts “to provide a vehicle for [agency] customers to access a wide range of Information Technology (IT) Network Centric services and solutions that support the IT lifecycle.” AR Tab 25 at 617. The scope of IT services included documentation, operations, deployment, cybersecurity, configuration management, training, and other related services. Id. The final amended version of the RFP provided offerors with detailed instructions, the criteria used to evaluate proposals, and over seventy definitions of IT-related terms. See generally id. at 629–714.

The ceiling amount on the contract is almost $13.4 billion, including a five-year base ordering period and an option period extending another five years. Id. at 625–26. The Solicitation instructed offerors to submit proposals in four volumes: Capability Maturity Model Integration (“CMMI”) documentation, technical experience, past performance, and contract documentation. Id. at 632. Offerors were informed of the government’s intention to evaluate all proposals and award a contract on a best value basis without discussions. Id. at 650.

In the Solicitation, the Air Force instructed that “proposal[s] shall be clear, specific, and shall include sufficient detail for effective evaluation and substantiating the validity of stated claims.” Id. at 629 (instructions to offerors). “Legibility, clarity, and coherence” were characterized as “very important.” Id. Further, offerors were admonished that “[t]he proposal should not simply rephrase or restate the Government’s requirements but rather shall provide convincing rationale to address how the Offeror’s proposal meets these requirements.” Id. In addition, the Solicitation stated that an offeror “shall assume that the Government has no prior knowledge of the Offeror’s facilities and experience, and therefore will base its evaluation on the information presented in the Offeror’s proposal.” Id.

II. The Evaluation Process

The Solicitation established a staged evaluation process. Id. at 650. The first stage, the CMMI verification, served as a “gate that must be successfully accomplished prior to a proposal moving on to receive a Technical Evaluation.” Id. (emphasis removed). Proposals that met the CMMI verification requirement would then be considered under the Solicitation’s two-factor evaluation criteria. Id. Under Factor 1, the government would evaluate an offeror’s technical proposal and eliminate any offeror whose proposal earned an “unacceptable” rating. Id. at 651. Next, the Air Force would evaluate the past performance of all remaining offerors to determine which presented the best value to the government. Id. at 649.

To qualify as “acceptable” under the Technical Experience Acceptability Factor, an offeror was required to receive a minimum technical acceptability score of at least 4200 points. Id. at 652. Offerors were required to fill out self-scoring worksheets in which they could claim

2 technical experience in ten elements or categories: life-cycle software services; cybersecurity; IT business analysis; programming languages/frameworks; tools/software development methodologies; platforms/environments; database components; mobile/internet of things (“IoT”); server operating systems; and COTS/GOTS/FOSS software. Id. at 652–58.1

Each experience element was allotted a specified number of points on the self-scoring worksheet. Some of the elements were broken down further into sub-elements. Id. at 652. Though partial points were not awarded for any of the technical elements, offerors could receive a sub-set of the maximum allowable points if they met the requirements of a sub-element.2

Offerors were required to submit technical narratives (“TNs”) to demonstrate to the agency that they possessed the technical experience they claimed on the self-scoring worksheets. Id. They were permitted to submit a maximum of six TNs, each of which could reference only one contract. Id. The TN submissions, collectively, were not to exceed twenty pages. Id.

On the self-scoring worksheet, offerors were required to provide a reference to the TN or TNs that would verify each element or sub-element of experience claimed. See id. at 671 (explaining that an offeror “shall enter the technical narrative #, page #, paragraph # that supports each technical element claimed”). If the requisite experience could not be verified by reference to a TN, the government deducted the points the offeror claimed for that element.

III. The Air Force Finds RXJV’s Proposal Technically Unacceptable

RXJV submitted a timely proposal on November 1, 2017. See generally AR Tab 26 at 715–760 (RXJV Volume I proposal). On June 28, 2018, the agency determined that RXJV met the threshold requirement to move to the technical evaluation stage. AR Tab 27 at 761 (RXJV technical evaluation).

On the self-scoring worksheet, RXJV had claimed experience that resulted in a total point score of 5650. AR Tab 26 at 728–30. The Air Force, however, could not validate that RXJV possessed the experience it claimed as to ten technical sub-elements. See AR Tab 28 at 790 (letter from the contracting officer to RXJV explaining how the agency evaluated RXJV’s proposal).

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

Related

Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
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)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
One Largo Metro, Llc v. United States
109 Fed. Cl. 39 (Federal Claims, 2013)
Square One Armoring Service, Inc. v. United States
123 Fed. Cl. 309 (Federal Claims, 2015)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)
Worldtravelservice v. United States
49 Fed. Cl. 431 (Federal Claims, 2001)
Beta Analytics International, Inc. v. United States
67 Fed. Cl. 384 (Federal Claims, 2005)
United Enterprise & Associates v. United States
70 Fed. Cl. 1 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Rx Joint Venture, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rx-joint-venture-llc-v-united-states-uscfc-2019.