Salient Federal - Sgis, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 22, 2021
Docket20-1416
StatusPublished

This text of Salient Federal - Sgis, Inc. v. United States (Salient Federal - Sgis, 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
Salient Federal - Sgis, Inc. v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1416C

(E-filed: March 22, 2021)1

) SALIENT FEDERAL – SGIS, INC., ) ) Plaintiff, ) Pre-Award Bid Protest; Motion for ) Judgment on the Administrative v. ) ) Record; RCFC 52.1; Latent THE UNITED STATES, ) Ambiguity; Disparate Treatment. ) Defendant. ) )

Lawrence P. Block, Washington DC, for plaintiff. Elizabeth Leavy, William Kirkwood, Charles Pierre, of counsel.

Sheryl L. Floyd, Senior Trial Counsel, with whom were Jeffrey Bossert Clark, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Lisa L. Donahue, Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, for defendant.

OPINION

CAMPBELL-SMITH, Judge.

Plaintiff filed this pre-award bid protest to challenge its elimination from consideration by the United States Food and Drug Administration (FDA) for award of a contract to provide development, modernization, and enhancement services and software applications operations and maintenance services for the FDA’s information technology (IT) investments. See ECF No. 1 at 1, 5 (complaint). Plaintiff filed a motion for judgment on the administrative record (AR) on November 25, 2020, ECF No. 29; and defendant filed its cross-motion for judgment on the AR and response to plaintiff’s

1 This opinion was issued under seal on March 5, 2021. See ECF No. 39. The parties were invited to identify source selection, propriety or confidential material subject to deletion on the basis that the material is protective/privileged. No redactions were proposed by the parties. See ECF No. 41 (notice). Thus, the sealed and the public versions of this opinion are identical, except for the publication date and this footnote. motion on December 15, 2020, ECF No. 31. Plaintiff filed its response to the cross- motion and reply in support of its motion on December 23, 2020, ECF No. 33; and defendant filed its reply on January 11, 2021, ECF No. 35.

In addition to these motions, the court has reviewed plaintiff’s complaint, ECF No. 1, and the AR, ECF No. 26. This matter is now fully briefed, and ripe for decision. The court deemed oral argument unnecessary. The court has considered all of the parties’ arguments and addresses the issues that are pertinent to the court’s ruling in this opinion. For the following reasons, plaintiff’s motion for judgment on the AR is DENIED, and defendant’s cross-motion for judgment on the AR is GRANTED.

I. Background

A. The Solicitation

The FDA issued a blanket purchase agreement request for quotation (RFQ), number FDA-RFQ-20-00002, on December 30, 2019, seeking quotes for a single award contract for “both development, modernization, and enhancement (DME) and software applications operations and maintenance (O&M) for [its Office of Regulatory Affairs (ORA)] IT investments.” ECF No. 26-2 at 396-97 (RFQ Amendment 1); 13 (RFQ). The ORA conducts all FDA field activities including, among other things, “inspect[ing] regulated products and manufacturers, conduct[ing] sample analyses of regulated products, and review[ing] imported products offered for entry into the United States.” Id. at 410. Therefore, the contract sought both DME and O&M services that would “add functionality to existing ORA Systems to address new legislative or regulatory mandates, emerging health concerns, and shifting FDA priorities,” id. at 412, and provide software services allowing the ORA users to “conduct mission critical business processes, including review of goods offered for imports, inspection of regulated facilities, and management of recalls, that are necessary to protect the health and safety of consumers,” id. at 411.

The RFQ provided that the FDA would award the contract to the responsible contractor whose quote represented the “best value to the Government, considering price and technical factors.” Id. at 397. Pertinent to this protest, evaluation was to begin with review and rating of the quoters’ relevant experience as either acceptable or unacceptable. See id. at 398. Relevant experience was to be deemed unacceptable if it contained any altered documentation, if it did not satisfy all of the evaluation criteria or included additional documentation, or if it failed to include any element required by the instructions. See id. at 403. If a quoter’s relevant experience was deemed unacceptable, “quote evaluation [would] cease and the quote [would] no longer [ ] be considered for award.” Id. at 398.

2 In their relevant experience section, quoters were required to provide:

a copy of one (1) Award IDIQ/BPA/Basic Ordering Agreements (BOA) (in which the Quoter performed as the Prime) to include at least three (3) concurrent orders/modifications/tasks on the same Award IDIQ/BPA/BOA within the last five (5) years from this initial RFQ BPA release date that demonstrate the following:

1. The concurrent orders/modifications/tasks provided on the same Award IDIQ/BPA/BOA within the last five (5) years from this initial RFQ BPA release date must collectively have a total funded/obligated value of at least $30 million within a 12-month period.

2. Collectively the orders/modifications/tasks on the awards listed to demonstrate the total funded/obligated value of $30 million within a 12- month period encompass similar scope to the task areas of the BPA (See Attachment A [scope of work (SOW)] Task Area) provided in Amendment 1 Attachment E Relevant Experience Matrix Tab 1 for Task Area: 2.2, 2.6, and 2.7.[2]

Id. at 402 (language marked for deletion by this amendment omitted). The task areas identified in the SOW as those to which similar experience must be provided by the quoters included section 2.2, “Systems Integration and Engineering Services,” id. at 418- 19, section 2.6, “Development, Modernization and Enhancement (DME) Support,” id. at 422-24, and section 2.7, “Operations and Maintenance (O&M) Support Services,” id. at 424-25. Relevant to this protest, section 2.2 required the quoter to “support ORA with systems integration and systems engineering services,” and section 2.7 required that the quoter “be responsible for maintaining the ‘lights on’ performance, availability, reliability, and security standards for the ORA systems through the full range of O&M services.” Id. at 418, 424. Each section included a general description of its requirement and a list of representative tasks. Id.

Quoters were to provide copies of the relevant contracts and task orders, and to input specific citations to those orders demonstrating their experience in each relevant task area in a matrix provided in the RFQ. See id. at 402. The FDA would “only evaluate the references in orders/modifications/tasks that the Quoter has listed” in the matrix. Id.; see also id. at 478-80 (relevant experience task matrix).

2 Quoters were also required to provide experience related to section 2.3.1 of the SOW, but that experience is not relevant to this protest. See ECF No. 26-2 at 402; ECF No. 29-1. 3 B. The Evaluation

Plaintiff submitted its bid materials on February 2, 2020, including its relevant experience contract, task orders, and matrix. See ECF No. 26-2 at 500 (submission email), 504-86 (contract and task orders); 948-50 (relevant experience task matrix). The FDA received six proposals in response to the RFQ. See ECF No. 26-3 at 54-55 (Evaluation of Technical Quotations). The FDA’s technical evaluation team (PAG) reviewed the proposals and evaluated each quoter’s relevant experience to determine whether it was acceptable or unacceptable. See id. at 51, 56. The PAG documented its process of evaluation and the specific ratings and rationale for each quoter in the Evaluation of Technical Quotations. See id. at 48-83.

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

Related

Burlington Truck Lines, Inc. v. United States
371 U.S. 156 (Supreme Court, 1962)
Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
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)
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)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
H & M Moving, Inc. v. United States
499 F.2d 660 (Court of Claims, 1974)

Cite This Page — Counsel Stack

Bluebook (online)
Salient Federal - Sgis, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/salient-federal-sgis-inc-v-united-states-uscfc-2021.