Science Applications International Corp. v. United States

102 Fed. Cl. 644, 2011 U.S. Claims LEXIS 2440, 2011 WL 6973238
CourtUnited States Court of Federal Claims
DecidedDecember 20, 2011
DocketNo. 11-690 C
StatusPublished
Cited by12 cases

This text of 102 Fed. Cl. 644 (Science Applications International Corp. 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
Science Applications International Corp. v. United States, 102 Fed. Cl. 644, 2011 U.S. Claims LEXIS 2440, 2011 WL 6973238 (uscfc 2011).

Opinion

[646]*646OPINION AND ORDER1

MEROW, Senior Judge.

Plaintiff, Science Applications International Corp. (“SAIC”) filed this post-award protest contesting the United States Department of the Army Intelligence and Security Command’s (“INSCOM,” “Army” or “Agency”) decision not to award an indefinite delivery, indefinite quantity (“IDIQ”) contract to SAIC for foreign language support services (“DLITE contract”) and to award DLITE contracts to six other offerors. Plaintiff asserts that the Army’s evaluations of SAIC’s and other offerors’ proposals were “irrational, arbitrary, unequal, and in violation of statutes and regulations.” (Compl. ¶ 2, ECF No. 1.) The six awardees have intervened in this protest proceeding.

After the Administrative Record (“AR”), ECF No. 32, was filed, SAIC filed a motion seeking its completion. (ECF No. 33.) Oppositions to supplementing the AR were filed. (ECF Nos. 55, 58 & 59.) ' The defendant and two intervenors filed Motions to Dismiss contending SAIC cannot establish it had a substantial chance to receive an award and therefore lacks standing. (ECF Nos. 53, 56 & 57.) SAIC responded to the Motions to Dismiss and Replies were filed. (ECF Nos. 64-69.)

For the following reasons, the motion to supplement or complete the AR is partially denied and the Motions to Dismiss the Complaint are denied, the denial of the dismissal motions being without prejudice to renewal of positions therein in subsequent motions for judgment on the AR.

Background

On December 2, 2010, INSCOM issued a Request for Proposal (“RFP”) (No. W911W4-11-R-0003) for the provision of worldwide linguistic support for military operations and exercises for the Department of Defense Language Interpretation and Translation Enterprise. (AR 1-180.) In addition to “Train and Sustain” contracts set-aside for small businesses, the Agency anticipated awarding multiple “Force Projection,” IDIQ contracts for the “support of forces engaged in humanitarian, peacekeeping, contingency and combat operations without a well defined timeframe or quantity for delivery.” (AR 26, 721-22.) After award, Task Orders with a cumulative value of up to $7.76 billion would then be competed among the selected IDIQ contractors. (AR 3, 736.)

The source selection plan instructed selection board members not to make a comparative analysis of proposals, rather “[e]xamine each proposal individually in detail against the evaluation factors in [the source selection plan] and the Solicitation.” (AR 1570.) In decreasing order of weight, the five evaluation categories were: (1) Management, (2) Technical, (3) Past Performance, (4) SocioEconomic, and (5) Price. (AR 946-48, 1570.) The other-than-cost factors, when combined, were more important than cost. (AR 946.) The Management category included the following four subfaetors, also listed in decreasing order of importance: (1) Management Plan, (2) Staffing Plan, (3) Transition Plan, and (4) Security Plan. (AR 948-49.) The Technical category included the following subfactors: (1) IDIQ Technical Approach, (2) Sample Task Order Charlie (“STO-C”) Technical Approach, and (3) Quality Control Plan (“QCP”). (AR 946-50.)

The RFP required the proposal: (1) “describe the process for ... subcontractor management [and] ... the assignment of responsibilities, division of work, and reporting procedures,” (2) “[d]eseribe the management approach and/or controls that will be implemented to ensure subcontractors perform seamlessly within the framework of the contract objectives,” (3) “[d]eseribe the approach to identifying sufficient quantity of linguists needed,” and (4) “[d]eseribe the plans, processes and procedures for controlling and reducing costs.” (AR 917-18.)

Only “acceptable” offers would be considered for an award.

[647]*647To award a contract, the Government must have received an acceptable offer. An offer is acceptable when it meets all of the material terms and conditions of the RFP, which includes the solicitation provisions, contract clauses, specifications, and documents, exhibits, and attachments.

(AR 907.)

Section M.3 instructed: “An offeror’s proposal must accurately demonstrate an understanding of the objectives and scope of the program.” (AR 946.)

Paragraph 6 of the RFP’s Executive Summary advised that “[ajwards may be made from the initial offers without discussions. Therefore, initial proposals should contain the offeror’s best terms from a management, technical, past performance, small business participation, and cost/price standpoint.” (AR 721.)

Although the RFP did not identify the ranking system to be employed for the evaluation factors, adjectival ratings of “outstanding,” “good,” “acceptable,” “marginal,” and “unacceptable” were to be used for all but the cost factor. (AR 1573.) A rating of “unacceptable” would be given if a proposal contained “a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements and none of these conditions can be corrected without a major rewrite or revision of the proposal.” (Id.) “Weakness” was defined as a “flaw in the proposal that increases the risk of unsuccessful contract performance.” (AR 2017.) A “significant weakness” was defined as “a flaw that appreciably increases the risk of unsuccessful contract performance.” (Id.) “Deficiency” was defined as “[a] material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.” (Id.)

INSCOM received eleven Force Projection proposals (AR 1992) which were reviewed by the Source Selection Evaluation Board (“SSEB”). (AR 1711-43.) Following review of the SSEB report, the source selection authority (“SSA”) and the contracting officer awarded IDIQ contracts to: Mission Essential Personnel, LLC; Northrop Grumman Technical Services, Inc.; L-3 Services, Inc.; Global Linguistic Solutions, LLC; CACI Premier Technology, Inc.; and LINC Government Services, LLC. (AR 1991-98.)

The SSA’s Source Selection Decision Document (“SSDD”) concluded SAIC’s proposal was “technically unacceptable” and therefore not eligible for an award:

An unacceptable proposal is one that contains major errors, omissions or deficiencies that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements and none of these conditions can be corrected without a major rewrite or revision of the proposal. I agree with the SSEB findings that the various weaknesses (and significant weaknesses) found in the proposal!] of SAIC ... are so great in quality and quantity that a complete rewrite would be required to make their proposals acceptable for award. A proposal that is found to be technically unacceptable cannot form the basis of award. Therefore, I find that these proposals are not currently eligible for award.

(AR 1995-96.)

On July 1, 2011, INSCOM notified SAIC that it was not awarded a contract because its proposal was deemed unacceptable. (Compl. ¶ 19, ECF No. 1-2.) At SAIC’s request, INSCOM conducted an in-person, post-award debriefing on July 7, 2011. (Id.; AR 2011-37.)

SAIC filed an agency-level protest on July 18, 2011. (AR 2043-2173.) On August 22, 2011, INSCOM informed SAIC that the Agency had denied the protest.

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

Related

Inter-Tribal Council of Arizona, Inc. v. United States
125 Fed. Cl. 493 (Federal Claims, 2016)
Square One Armoring Service, Inc. v. United States
123 Fed. Cl. 309 (Federal Claims, 2015)
The McVey Company, Inc. v. United States
111 Fed. Cl. 387 (Federal Claims, 2013)
Mil-Mar Century Corp. v. United States
111 Fed. Cl. 508 (Federal Claims, 2013)
Cms Contract Management Services v. United States
110 Fed. Cl. 537 (Federal Claims, 2013)
IHS Global Inc. v. United States
106 Fed. Cl. 734 (Federal Claims, 2012)
Science Applications International Corp. v. United States
108 Fed. Cl. 235 (Federal Claims, 2012)
Omniplex World Services Corp. v. United States
105 Fed. Cl. 706 (Federal Claims, 2012)
Distributed Solutions, Inc. v. United States
104 Fed. Cl. 368 (Federal Claims, 2012)
Contract Services, Inc. v. United States
104 Fed. Cl. 261 (Federal Claims, 2012)

Cite This Page — Counsel Stack

Bluebook (online)
102 Fed. Cl. 644, 2011 U.S. Claims LEXIS 2440, 2011 WL 6973238, Counsel Stack Legal Research, https://law.counselstack.com/opinion/science-applications-international-corp-v-united-states-uscfc-2011.