Summit Technologies, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedNovember 20, 2020
Docket20-946
StatusPublished

This text of Summit Technologies, LLC v. United States (Summit 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
Summit Technologies, LLC v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 20-946C

(E-filed: November 20, 2020) 1

) SUMMIT TECHNOLOGIES, LLC, ) ) Plaintiff, ) Pre-Award Bid Protest; Motion for ) Judgment on the Administrative v. ) ) Record; Agency Discretion; Unstated ) Evaluation Criteria. THE UNITED STATES, ) Defendant. ) )

Theodore P. Watson, Aurora, CO, for plaintiff.

Evan Wisser, Trial Attorney, with whom appeared Jeffrey Bossert Clark, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Reginald T. Blades, Jr., Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, for defendant. Frank V. DiNicola, Desiree A. DiCorcia, and Tara Nash, Department of Veterans Affairs, of counsel.

OPINION

CAMPBELL-SMITH, Judge.

On July 31, 2020, plaintiff filed its complaint in this pre-award bid protest, which challenges the Department of Veterans Affairs’ (VA) decision to exclude plaintiff from the competitive range in a procurement for information technology (IT) services. 2 See

1 This opinion was issued under seal on November 18, 2020. See ECF No. 36. The parties were invited to identify any competition-sensitive or otherwise protectable information subject to redaction. The parties’ proposed redactions were acceptable to the court. See ECF No. 37. All redactions are indicated by brackets ([ ]).

2 Barbaricum, LLC, a second unsuccessful offeror, filed a protest action that was consolidated with this case on August 12, 2020. See ECF No. 12 (consolidation order). Barbaricum, however, filed a notice of voluntary dismissal on September 1, 2020. See ECF No. 25. ECF No. 1 (complaint). On September 2, 2020, plaintiff filed a motion for judgment on the administrative record (AR), ECF No. 26; and on September 23, 2020, defendant filed a cross-motion for judgment on the AR, ECF No. 27.

In ruling on the motions, the court has considered: (1) plaintiff’s complaint, ECF No. 1; (2) the AR, ECF No. 14; 3 (3) plaintiff’s motion for judgment on the AR, ECF No. 26; (4) defendant’s cross-motion for judgment on the AR and response to plaintiff’s motion, ECF No. 27; (5) plaintiff’s reply in support of its motion and response to defendant’s cross-motion, ECF No. 28; and (6) defendant’s reply in support of its cross- motion, ECF No. 29.

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

On November 12, 2019, the VA issued solicitation number 36C10B19R0046, for IT services as part of the Transformation Twenty-One Total Technology Next Generation (T4NG) On-ramp program (the solicitation). 4 See ECF No. 14-2 at 260. The solicitation explained the scope of the procurement, as follows:

The Contractor shall provide total IT services solutions including the following functional areas: program management, strategy, enterprise architecture and planning; systems/software engineering; software technology demonstration and transition; test and evaluation; independent verification and validation; enterprise network; enterprise management framework; operations and maintenance; cybersecurity; training; IT facilities; and other solutions encompassing the entire range of IT and Health IT requirements, to include software and hardware incidental to the solution.

3 When defendant initially filed the administrative record (AR), the certification from the contracting officer was not signed. See ECF No. 14-1 at 16. Upon discovering this error, defendant filed a consent motion to correct the AR, ECF No. 17, and attached a corrected certification with the proper signature, ECF No. 17-1. The court granted the motion to correct the AR, and directed defendant to file a supplement to the AR “attaching the digitally signed contracting officer’s certification.” ECF No. 19 at 1 (order). Defendant filed the supplement with the properly signed certificate on August 17, 2020. See ECF No. 23. 4 The copy of the solicitation included in the AR is not dated, but the index filed by defendant, see ECF No. 14-1 at 2, and presentation slides from the Source Selection Advisory Counsel’s May 27, 2020 initial evaluation briefing, see ECF No. 14-7 at 418, indicate that the solicitation was issued on November 12, 2019. 2 Accordingly, Task Orders may include acquisitions of software and IT products . . . . These services, as well as related IT products, may encompass the entire life-cycle of a system. Moreover, services and related products covered under this contract shall be global in reach and the Contractors must be prepared to provide services and deliverables worldwide.

Id. at 271.

The procurement provides for a five-year contract base period and one five-year option period, with a maximum value of $22.3 billion. See id. at 2, 266, 275. Under the solicitation, the “VA assigns contract tasks to the prime contractors through competitively awarded task orders including some task orders set aside for the [Service- Disabled Veteran-Owned Small Businesses (SDVOSBs)].” ECF No. 27 at 7 (citing ECF No. 14-2 at 303-08, 341). The solicitation was intended to “replenish the pool of SDVOSB prime contractors under the contract, anticipating that several incumbent SDVOSBs would no longer qualify at the end of the five-year base period.” Id. at 8 (citing ECF No. 14-2 at 16).

The solicitation also explains that “[t]his competition is being conducted pursuant to the on-ramp clause of the T4NG basic contract. The Government intends to award seven (7) contracts to verified [SDVOSBs].” ECF No. 14-2 at 391. The VA, however, reserves the right to adjust that number in its discretion. See id. Awards will be made on a best-value basis, considering five evaluation factors, including “Technical, Past Performance, Veterans Employment, Small Business Participation Commitment Factor (SBPC), and Price.” Id. Those factors will be valued as follows:

The Technical Factor is significantly more important than the Past Performance Factor, which is slightly more important than the Veterans Employment Factor which is slightly more important than the SBPC Factor, which is slightly more important that the Price Factor. The Technical Factor has two (2) Sub-factors: Sample Task Sub-Factor and Management Sub- factor. Within the Sample Task Sub-factor, Sample Task 1 and Sample Task 2 are equally important. The Sample Task Sub-factor is significantly more important than the Management Sub-factor. All non-price factors, when combined, are significantly more important than the Price Factor. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for the Technical Factor, all Technical Sub-factors, and the SBPC Factor. Offerors are cautioned that the awards may not necessarily be made to the lowest Price offered or the most highly rated technical proposals.

Id.

3 In order to promote an efficient evaluation process, “the evaluation will be conducted in two phases, Step One and Step Two.” Id. For Step One, the offerors were directed to submit a technical proposal and price proposal responding to Sample Task 1. See id. at 391-92. Following an evaluation of the Sample Task 1 response, the VA would establish a competitive range, and select the offerors eligible to proceed to Step Two. See id. at 391. Offerors that do not advance to Step Two are excluded from the competition. See id. at 392.

The sample tasks were intended to test the “Offeror’s expertise and innovative capabilities to respond to the types of situations that may be encountered in performance of a contract resulting from this solicitation.” Id. at 393. For this reason, “the Offerors [were not] given an opportunity to correct or revise a sample task response.” Id.

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
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)
Science and Management Resources, Inc. v. United States
117 Fed. Cl. 54 (Federal Claims, 2014)
Dell Federal Systems, L.P. v. United States
906 F.3d 982 (Federal Circuit, 2018)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
NEQ, LLC v. United States
88 Fed. Cl. 38 (Federal Claims, 2009)
PlanetSpace Inc. v. United States
92 Fed. Cl. 520 (Federal Claims, 2010)
Precision Asset Management Corp. v. United States
125 Fed. Cl. 228 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
Summit Technologies, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/summit-technologies-llc-v-united-states-uscfc-2020.