St Net, Inc. v. United States

112 Fed. Cl. 99, 2013 U.S. Claims LEXIS 1067, 2013 WL 4128730
CourtUnited States Court of Federal Claims
DecidedAugust 13, 2013
Docket13-223C
StatusPublished
Cited by28 cases

This text of 112 Fed. Cl. 99 (St Net, 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
St Net, Inc. v. United States, 112 Fed. Cl. 99, 2013 U.S. Claims LEXIS 1067, 2013 WL 4128730 (uscfc 2013).

Opinion

OPINION

Post-award Bid Protest; Standing under.28 U.S.C. § 1491(b)(1); Interested Party; Substantial Chance of Award; Clarifications; Agency Discretion to Exclude Of-feror for Incomplete Proposal; Clerical Errors

FIRESTONE, Judge

In this post-award bid-protest ease, ST Net, Inc. (“the plaintiff’ or “ST Net”) alleges that the Department of Homeland Security (“DHS”) abused its discretion and violated various provisions of the Federal Acquisition Regulation (“FAR”) by disqualifying ST Net’s proposal from consideration for an award under the FirstSource II Indefinite Delivery, Indefinite Quantity (“IDIQ”) solicitation. 1 The plaintiff contends that because *102 ST Net submitted a Sample Delivery Order Pricing Matrix (“pricing matrix") that contained two * * * mistakes, DHS was obligated to afford ST Net an opportunity to correct those mistakes through either clarifications or discussions prior to disqualifying ST Net from award. The United States (“the government” or “the defendant”) has moved to dismiss the complaint pursuant to Rules 12(b)(1) and 12(b)(6) of the Rules of the United States Court of Federal Claims (“RCFC”) and the parties have cross-moved for judgment on the administrative record pursuant to RCFC 52.1(c). For the reasons that follow, the court finds that ST Net has stated a claim for relief and has standing to challenge the government’s discretionary decision to disqualify ST Net; therefore the government’s motion to dismiss is DENIED. However, because the court also concludes that DHS’s decision to disqualify ST Net’s concededly incomplete proposal was lawful and rationally supported, the government’s motion for judgment on the administrative record is GRANTED, and the plaintiffs cross-motion is DENIED.

I. BACKGROUND 2

A. The FirstSource II solicitation

On December 27, 2011, DHS posted Solicitation No. HSHQDC-12-R-00005 (“First-Source II”), which was designed as a five-year follow-on to the competitively awarded suite of IDIQ contracts under FirstSource I. AR 2. FirstSource I, awarded in 2007, facilitated streamlined purchase, delivery, and installation of IT commodity products and solutions by DHS. AR 12. In a similar vein, the stated objective of FirstSource II, which has a total cost-ceiling of $3 billion, is “to establish contracts with experienced Information Technology Value-Added Resellers to provide a variety of commercially-available IT commodities, solutions, and value-added reseller services to support DHS programs _” AR 2, 9.

Under the solicitation, offerors sought FirstSource II IDIQ contracts in one or more of the following small business set-aside categories: 8(a); Historically Underutilized Business Zone (“HUBZone”); Service-Disabled, Veteran-Owned Small Business (“SDVOSB”); (4) Economically Disadvantaged, Women-Owned Small Business (“ED-WOSB”); and (5) Small Business. AR 2. IDIQ awardees are guaranteed a minimum of $250 and, with certain exceptions, the fair opportunity to bid on subsequent delivery orders. AR 8, 31. Competition for each FirstSource II delivery order is to be limited, however, to only a single small business category. AR 31. For example, should DHS decide to limit a particular delivery order to the SDVOSB category, then only contractors who received a FirstSource II IDIQ contract in the SDVOSB category will be eligible to compete for that delivery order. AR 31.

The FirstSource II solicitation stated that the IDIQ contracts would be awarded under FAR Part 12 (Acquisition of Commercial Items) using the procedures of FAR Part 15 (Contracting by Negotiation). DHS planned to award IDIQ contracts in a best value source selection to responsible offerors “whose offer(s) conforming to the solicitation [were found to] be most advantageous to the Government, price and other factors considered.” AR 83. DHS planned to conduct separate source selections for each small business category, making a sufficient number of awards in each category to ensure adequate competition at the delivery order level. The non-price factors included (1) Corporate Experience, (2) Ability to Achieve Results, and (3) Past Performance. AR 83. Price, which was not to be assigned an adjectival rating, was less important than the combined non-price factors.

DHS planned to calculate a “total evaluate ed price” as the “total price for the items and labor rates/hours set forth in the Sample Delivery Order Pricing Matrix.” AR 83. This pricing matrix consisted of a DHS-provided Microsoft Excel workbook that listed “the types of IT commodities and services that DHS has procured in the past.” AR *103 300. For supplies, the matrix listed approximately 70 types of information technology equipment for which bidders were required to provide (1) brand/model names, (2) ceiling prices, and (3) discount rates. 3 AR 300 (sample Pricing Matrix instruction page stating that “[a]ll items and options must be priced”); AR 317-18 (listing 70 line items). Based on data provided by the offeror on these inputs, the spreadsheet automatically calculated price information to be used by the evaluators. 4 The completed pricing matrix constituted an offeror’s price volume.

The instructions to the pricing matrix explained that offerors could be held to the prices for specific items listed in their matrices when bidding on subsequent delivery orders:

The quotes proposed by Offerors through this matrix will be designated as ceiling prices/rates for any future orders made under the FirstSouree II vehicle.... The ceilings being set through the price proposals for IT items are only in connection with the specific “Brand/Model” proposed by the Offeror AND the exact minimum configurations being sought at this time through Attachment 5. Once again, the prices/quotes proposed herein are established as ceiling prices for the [specific] items proposed AND the minimum configurations being sought. Competition at the IDIQ level will ultimately decide the best value to the Government_ For supplies — the ceiling prices are based on both the minimum requirements/specifications in the document AND the brand/model proposed by an Offeror. (Two things which are likely to change and vary throughout the life of the contract).... When certain specifications or proposed items (brand and model) become obsolete, the established ceiling will carry no weight. The IDIQ level competitions will establish a new market price.

AR 300. The solicitation further provided that “[t]he evaluation of the information provided in the Sample Delivery Order Pricing matrix [would] include accuracy, completeness, and reasonableness .... and the Government will use all the information provided in its evaluation.” 5 AR 254.

Although DHS elected to use the acquisition procedures found in FAR Part 15, the solicitation made clear that the government, in accordance with 48 C.F.R. § 15.306, 6

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
112 Fed. Cl. 99, 2013 U.S. Claims LEXIS 1067, 2013 WL 4128730, Counsel Stack Legal Research, https://law.counselstack.com/opinion/st-net-inc-v-united-states-uscfc-2013.