Stratera Fulcrum Technologies, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMay 4, 2022
Docket21-1770
StatusPublished

This text of Stratera Fulcrum Technologies, LLC v. United States (Stratera Fulcrum Technologies, 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
Stratera Fulcrum Technologies, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 21-1770 (Filed: April 15, 2022) (Re-Filed: May 4, 2022)1

********************** STRATERA FULCRUM TECHNOLOGIES, Bid protest; post-award LLC bid protest; best value Plaintiff, determination; highest v. technically rated proposal with a fair and THE UNITED STATES, reasonable price; transitive property of Defendant, inequality; unequal treatment; Blue & Gold and HALVIK CORP., Intervenor,

and STEAMPUNK, INC., Intervenor,

and BOOZ ALLEN HAMILTON INC., Intervenor,

and RIVA SOLUTIONS, INC., Intervenor. **********************

Meghan F. Leemon, Washington, DC, for plaintiff, Stratera Fulcrum Technologies, LLC, with whom were Jonathan T. Williams and Eric A.

1 This opinion was originally issued under seal in order to afford the parties an opportunity to propose redactions of the protected material. We have redacted information necessary to safeguard the competitive process. Redactions are indicated by brackets.

1 Valle, of counsel.

John M. McAdams III and Elinor J. Kim, Trial Attorneys, United States Department of Justice, Civil Division, with whom were Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director, and Lisa L. Donahue, Assistant Director, for defendant. Nicholas Oettinger and Andrew Squire, United States Patent & Trademark Office, of counsel.

Alexander J. Brittin, Washington, DC, for intervenor, Halvik Corp., with whom were Mary Pat Buckenmeyer and A. Jonathan Brittin, Jr., of counsel.

David S. Black, Tysons, VA, for intervenor, Steampunk, Inc., with whom were Gregory R. Hallmark, Amy L. Fuentes, Kelsey M. Hayes, and Hillary J. Freund, of counsel.

Elizabeth N. Jochum, Washington, DC, for intervenor, RIVA Solutions, Inc., with whom were Tjasse L. Fritz, Samarth Barot, and Patrick Collins, of counsel.

Gary J. Campbell, Washington, DC, for intervenor, Booz Allen Hamilton Inc., with whom was Lidiya Kurin, of counsel.

OPINION

This is a post-award bid protest of the United States Patent and Trademark Office’s (“USPTO” or “agency”) decision to award an indefinite- delivery, indefinite-quantity contract for IT services to five companies: one non-intervening company, Science Applications International Corporation (“SAIC”), and four intervening companies, Halvik Corp. (“Halvik”); Booz Allen Hamilton Inc. (“BAH”); RIVA Solutions, Inc. (“RIVA”); and Steampunk, Inc. (“Steampunk”). Plaintiff, Stratera Fulcrum Technologies, LLC (“Stratera”), complains that the agency’s best value determination did not adhere to the solicitation, that the best value determination was unlawful and arbitrary, and that the agency engaged in unequal and arbitrary evaluations of proposals. After a remand, the matter is now fully briefed on cross-motions for judgment on the administrative record (“MJARs”). Oral argument was held on March 14, 2022. Because the agency’s actions were reasonable, we deny the protest for the reasons set out below.

2 BACKGROUND

On May 29, 2020, USPTO issued a Request for Proposals (“RFP” or “solicitation”) for an indefinite-delivery, indefinite-quantity (“IDIQ”) contract for information technology (“IT”) services.2 The RFP was issued to twenty-four businesses—fifteen small businesses and nine large businesses—which were pre-selected following the agency’s market research through a Request for Information (“RFI”). The solicitation was then amended twice.3 The agency anticipated awarding multiple contracts, with five as the intended minimum amount, but it reserved the right to award fewer or more than five contracts. The agency also sought to have a mix of small and large business contractors and intended to award the contracts at a ratio of 3:2 small-to-large businesses. The IDIQ would run for an ordering period of 10 years with a ceiling of $2 billion.

Awards would be made based on the best value continuum and to the businesses that presented the offers that were the “Highest Technically Rated with a Fair and Reasonable Price” (“HTRFRP”). AR 540. The offers would be rated based on the following factors, listed in descending order of importance: (1) Small Business Participation, (2) Technical Approach, (3) Past Performance, (4) Program Management and Staffing Approach, and (5) Price. “Non-price factors, when combined, are significantly more important than price.” Id. Factor 1 would be rated as either Satisfactory or Unsatisfactory. 4 Factors 2 and 4 would be rated as either Superior, Satisfactory, or Unsatisfactory. Factor 3 would be rated as either Superior, Satisfactory, Neutral, or Unsatisfactory. Factor 5 would only be “evaluated to determine if the price is fair and reasonable in accordance with FAR 15.404-1.” AR 541. Proposals were due July 30, 2020.

Following the submission of offers, the agency began its initial

2 Specifically, the IT services were for “Agile Teams, in support of development, modernization, enhancement, operations, and maintenance of USPTO products which are comprised of both legacy and modernized components.” AR 469.

3 All references to the solicitation are to the second amended solicitation.

4 If an offeror was a small business, however, this factor was inapplicable.

3 evaluation. The agency’s evaluation team assessed each proposal and provided ratings, findings (such as strengths and weaknesses), and narratives. AR 2246, 2253. The following ratings were assigned to the protestor and awardees:

Def.’s Mot. at 6.

The agency then sought to determine which proposal represented the best value to the agency under HTRFRP. Rather than conduct a head-to- head comparison of each proposal, the evaluation team used a method known as the transitive property of inequality to compare proposals.5 Following a brief evaluation of the offers and their rankings, the agency selected a small business control offeror, [*****], to which every other small business offeror would be compared.6 Using this method, the agency determined that there were only three small business proposals superior to [*****]: Halvik, Steampunk, and RIVA. SAIC was then compared to [*****] and found to be superior, thus SAIC was superior to all other small business offerors. BAH was found to be superior to SAIC, and SAIC was found to be superior to all other large business offerors, thus BAH and SAIC were rated as the highest technically rated remaining offerors. The evaluation team recommended those five offerors as awardees. Following the Source Selection Authority’s review of the proposals and the evaluation team’s recommendations and findings, SAIC, BAH, Halvik, Steampunk, and RIVA were awarded contracts on April 2, 2021.

5 The transitive property of inequality can essentially be boiled down to the following: if a > b, and b > c, then a > c. For the purposes of this procurement, it would be used to say that if Offer 1 is better than Offer 2, and Offer 2 is better than Offer 3, then Offer 1 is better than Offer 3, rendering a direct comparison between Offers 1 and 3 unnecessary.

6 SAIC was also selected as a control offeror but only to compare large business proposals. No large businesses, however, are protesting this procurement.

4 On April 26, 2021, various offerors protested the agency’s decision to the GAO on a variety of grounds. The GAO denied the protests. One specific ground of protest was that the agency’s evaluation of Halvik’s past performance was unreasonable; the protestors alleged that Halvik included references for work performed by a subsidiary, SSB, Inc. (“SSB”), and Halvik should not claim SSB’s work as its own as the RFP did not explicitly allow it. GAO agreed that the agency’s evaluation of Halvik was unreasonable, but found that no prejudice resulted from Halvik’s inclusion, as no protestor would have been next in line for award over [*****].

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

Related

Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)

Cite This Page — Counsel Stack

Bluebook (online)
Stratera Fulcrum Technologies, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/stratera-fulcrum-technologies-llc-v-united-states-uscfc-2022.