Sirius Federal, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 14, 2021
Docket21-1030
StatusPublished

This text of Sirius Federal, LLC v. United States (Sirius Federal, 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
Sirius Federal, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims Nos. 21-1030C, 21-1041C, 21-1043C & 21-1053C Originally Filed: March 29, 2021 Re-issued: April 14, 20211 ________________________________________ ) SIRIUS FEDERAL, LLC ) (f/k/a FORCE 3, LLC), ) CDW GOVERNMENT LLC, ) COUNTERTRADE PRODUCTS, INC., and ) BLUE TECH INC., ) ) Plaintiffs, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) TELOS CORPORATION, and ) RED RIVER TECHNOLOGY LLC, ) ) Defendant-Intervenors. ) ________________________________________ )

David A. Edelstein, Asmar, Schor & McKenna, PLLC, Washington, D.C., for Plaintiff Sirius Federal, LLC (f/k/a FORCE 3, LLC). Laurence Schor, of counsel.

David Y. Yang, K&L Gates LLP, Seattle, WA, for Plaintiff CDW Government LLC. Stuart B. Nibley, Erica L. Bakies, Sarah F. Burgart, and Melody A. Alemansour, of counsel.

Scott F. Lane, Thompson Coburn LLP, St. Louis, MO, for Plaintiff CounterTrade Products, Inc. Katherine S. Nucci and Jayna Marie Rust, of counsel.

Paul F. Khoury, Wiley Rein LLP, Washington, D.C., for Plaintiff Blue Tech Inc. Brian G. Walsh, Cara L. Lasley, Sarah B. Hansen, and Adam R. Briscoe, of counsel.

1 The Court initially filed this opinion under seal so that the Parties could propose redactions. The redactions are indicated by bracketed ellipses (“[ … ]”) below. Reta E. Bezak, Trial Attorney, United States Department of Justice, Civil Division, Washington, D.C., with whom were Brian M. Boynton, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, Patricia M. McCarthy, Assistant Director, Catharine Parnell and Bret Vallacher, Trial Attorneys, and Jaron E. Chriss, General Services Administration, Office of the General Counsel, Southeast Sunbelt Division, Senior Assistant Regional Counsel, of counsel.

C. Peter Dungan, Miles & Stockbridge P.C., Washington, D.C., for Defendant-Intervenor Telos Corporation. Roger V. Abbott and Jarrod R. Carman, of counsel.

Gregory R. Hallmark, Holland & Knight LLP, Tysons, VA, for Defendant-Intervenor Red River Technology LLC. Amy L. Fuentes and Kelsey M. Hayes, of counsel.

OPINION AND ORDER

MEYERS, Judge.

Pending before the Court in this multi-party consolidated protest are two motions for preliminary injunctive relief and two motions to dismiss three of the Plaintiffs. The motions for preliminary injunctive relief seek to prohibit the Government from issuing any orders against the disputed Blanket Purchase Agreements while this action is pending. The motions to dismiss, filed by the Defendant-Intervenors but not the Government, allege that three of the Plaintiffs lack standing. For the reasons explained below, the pending motions are each denied.

I. Factual Background

A. The Solicitation.

On March 4, 2019, the United States, acting through the General Services Administration, Federal Acquisition Service, Information Technology Category (“GSA” or the “Government” or the “Agency”) issued RFQ No. 47QTCA-19-Q-0009 (the “RFQ”) for the “2nd Generation Information Technology Blanket Purchase Agreement” program (“2GIT”). Sirius Federal Compl. ¶¶ 1, 10; CDW-G Compl. ¶¶ 1, 10; CounterTrade Compl. ¶¶ 1, 13; Blue Tech Compl. ¶¶ 1, 29. The RFQ contemplated the award of multiple firm-fixed-price BPAs under FAR 8.405-3(b) with a five-year period of performance. RFQ § 4, D. Appx at 142; RFQ § 6, D. Appx at 152. Under this procurement, GSA sought multiple award BPAs for IT “hardware and software commodities, ancillary supplies and services as a follow on to the First Generation Information Technology (1GIT) BPAs.” See RFQ § 2.1, D. Appx at 141. The RFQ anticipated nine BPA awards, but GSA reserved the right to make additional awards at its discretion. RFQ § 15.1, D. Appx at 187-88.

The 2GIT BPAs “will contain attributes not found in other IT commodity acquisitions solutions within the Federal Government” and will “decrease costs, reduce paperwork and save time by eliminating the need for repetitive, individual purchases from the GSA Schedule contract.” RFQ § 2.2, D. Appx at 142. 2GIT also incorporates security and supply chain risk management procedures. See RFQ § 5, D. Appx at 145-46. Based upon these attributes, the United States Air Force “has decided to make the 2GIT BPA a mandatory use vehicle for the

2 replacement of the NETCENTS-2 Products IDIQ contract,” which expired in 2019. RFQ § 2.2, D. Appx at 142; see also CDW-G Compl. at 1.

The 2GIT RFQ describes the basis for awards as a tradeoff of non-price factors and price. RFQ § 15.1, D. Appx at 187. The RFQ states that “[t]he Government will consider all non-price and price factors in addition to a comparative consideration of price, special features, [and] administrative costs to meet the Government’s needs . . . . All evaluation factors other than cost or price, when combined, are significantly more important the cost or price.” Id. The solicitation also notes that a goal of the multiple award BPAs is to provide a broad network of original equipment manufacturers (“OEMs”). RFQ § 15.1, D. Appx at 187-88. The RFQ notes that GSA may adjust the number of awardees in furtherance of the goal of broad OEM coverage. RFQ § 15.1, D. Appx at 188.

The RFQ identifies four non-price factors: (1) breadth of OEMs (“BOEM”); (2) relevant experience; (3) socioeconomic considerations; and (4) supply chain risk management (“SCRM”). RFQ “Non-Price Factors”, D. Appx at 189. Quotes largely consist of self-scoring assessments for each factor. The RFQ cautions that exaggerated self-scoring assessments could result in the quoter’s elimination from further consideration. RFQ “Non Price Factors (e)”, D. Appx at189.

The price factor consists of a market basket evaluation in which quoters provide a quote for each product in a market basket compiled by GSA. RFQ § 15.2.1, D. Appx at 190. The RFQ warns that “[q]uoters must quote on each item in the market basket” and that “[q]uoters must quote products that meet or exceed the minimum salient characteristics specified for each item listed in the market basket.” Id. The RFQ also requires quoters to “submit documentation to support their claim that each product they quoted meets the minimum salient characteristics specified.” Id. The required supporting documentation included submission of specification sheets on each OEM—that is, technical data sheets or product brochures that summarize “the performance and other characteristics of a product in sufficient detail that allows the evaluation team to understand what the product is and if the item meets or exceeds the Government[’]s minimum salient characteristics of the item requested.” RFQ § 15.2.1, D. Appx at 191. If a quoter does not include all items in the market basket or if its quoted items are deemed technically unacceptable, the quoter will be eliminated and ineligible for award unless the deficiency was cured. RFQ § 15.2.1.1.3, D. Appx at 193.

The RFQ allows for the use of Contractor Teaming Arrangements (“CTAs”). See RFQ § 10.10, D. Appx at 155. CTA Team Members, like their CTA Team Lead counterparts, are required to have IT Schedule 70 contracts. Id. The RFQ requires CTAs to provide a copy of their CTA agreements along with their quotes but does not otherwise place constraints on the form or format of these agreements. D. Appx at 156. In the event a CTA is chosen for award, the RFQ expressly addresses that CTA Team Members are not Subcontractors and summarizes the key differences. See RFQ “CTAs versus Prime/Subcontractor Relationships”, D. Appx at 159 (stating among other differences that “Each team member has privity of contract with the government and can interact directly with the government.”).

B. Procurement History.

3 GSA initially made awards under the RFQ in November 2019. See D. Appx 879.

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

Related

Lujan v. National Wildlife Federation
497 U.S. 871 (Supreme Court, 1990)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Titan Tire Corp. v. Case New Holland, Inc.
566 F.3d 1372 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Erico International Corporation v. Vutec Corporation
516 F.3d 1350 (Federal Circuit, 2008)
PODS, Inc. v. Porta Stor, Inc.
484 F.3d 1359 (Federal Circuit, 2007)
Smithkline Beecham Corp. v. Apotex [Corrected Date]
439 F.3d 1312 (Federal Circuit, 2006)
Trusted Integration, Inc. v. United States
659 F.3d 1159 (Federal Circuit, 2011)
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)
American Fed. of Govt. Employees v. United States
258 F.3d 1294 (Federal Circuit, 2001)
United States v. Ford Motor Company
463 F.3d 1267 (Federal Circuit, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Sirius Federal, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/sirius-federal-llc-v-united-states-uscfc-2021.