Synaptek, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 5, 2019
Docket18-1566
StatusPublished

This text of Synaptek, Inc. v. United States (Synaptek, 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
Synaptek, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 18-1566C (Filed: December 11, 2018) (Re-Filed: February 5, 2019) 1

**************************

SYNAPTEK, INC.,

Plaintiff, Bid protest; post-award bid v. protest; FAR 15.308 (2018); FAR 9.105-2(a)(1) (2018); THE UNITED STATES, best value determination; Defendant, price reasonableness; responsibility determination. and

OPEN SAN CONSULTING, LLC,

Intervenor.

Jerry A. Miles, Rockville, MD, for plaintiff, with whom was Christine Funk.

Reta Emma Bezak, Trial Attorney, United States Department of Justice, Civil Division, Commercial Litigation Branch, Washington, DC, with whom were Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, Deborah A. Bynum, Assistant Director, for defendant. Theresa S. Keenan, Department of the Navy, NAVSUP FLC Norfolk, assistant counsel.

1 This opinion was originally issued under seal to permit the parties an opportunity to propose redactions on or before February 4, 2019. The government and intervenor proposed redactions on February 4, mooting intervenor’s December 31, 2018 motion to redact. Plaintiff did not file proposed redactions. We thus adopt defendant’s and intervenor’s agreed- upon redactions. Matthew Moriarty, Lawrence, KS, for intervenor. Matthew T. Schoonover, Steven J. Koprince, and Haley E. Claxton, of counsel.

OPINION BRUGGINK, Judge. This is a post-award bid protest by Synaptek, Inc. (“Synaptek”), of an award by the United States Department of the Navy, NAVSUP Fleet Logistics Center (“the Navy”), of a contract for information technology (“IT”) support services for the National Defense University (“NDU”) to Open SAN Consulting, LLC (“OSC”). The parties filed cross-motions for judgment on the administrative record. The matter is fully briefed, and we held oral argument on December 6, 2018. Because the Navy properly documented its award and its analysis was reasonable, we grant defendant’s and intervenor’s motions for judgment on the administrative record and deny plaintiff’s motion. BACKGROUND The Navy issued a small business set-aside solicitation to procure IT services for the NDU, intending to award a single, firm fixed price, indefinite delivery, indefinite quantity type contract to the responsible offeror who represented the best value to the government. The Navy planned to award a contract without discussions and reserved the right to award the contract to an offeror who was not the lowest priced offeror. The Source Selection Evaluation Board (“SSEB”) would consider the following factors, listed in descending order of importance: Management Approach, Performance Approach, and Past Performance. Management Approach and Performance Approach were rated Unacceptable, Marginal, Acceptable, Good, or Outstanding. Past Performance was rated No Confidence, Limited Confidence, Neutral Confidence (or Unknown Confidence), Satisfactory Confidence, or Substantial Confidence. To be eligible for award, an offeror had to be rated at least Acceptable overall. The Source Selection Authority (“SSA”) would evaluate price for reasonableness.

2 The Navy received twelve proposals. The SSEB determined that four offerors were eligible for award, listed from first to last place: Synaptek, OSC, [ ], and [ ]. The SSEB rated Synaptek Outstanding and rated OSC Good. [ ] OSC was rated Outstanding on Management Approach, Good on Performance Approach, and Unknown Confidence on Past Performance. On Management Approach, the SSEB determined that OSC provided “multiple strengths, and risk of unsuccessful performance is low.” Administrative Record (“AR”) 522. For Task 5.1 Program Management, the SSEB assigned OSC a strength based on OSC’s “management program managed by a long term Project Manager and [ ].” Id. It also assigned OSC strengths for Task 5.1 for its “holistic 11 area project management methodology,” “a proprietary [ ],” and “program management methodology.” Id. The SSEB assigned strengths to OSC for the rest of the Management Approach tasks but noted that OSC’s proposal only marginally addressed anticipated risks. Overall, the SSEB found that OSC presented a “well-constructed, logical and efficient strategy” for its Management Approach and its multiple strengths outweighed the single risk. AR 525. On Performance Approach, the SSEB determined that OSC presented a “thorough approach to Program Management, Cyber Security and Transition.” AR 528. OSC’s weakness was Task 5.6 Technology Planning and Modernization, where the SSEB determined that OSC “does not provide specifics on how the offeror will embark on the evaluation and identification of the needs of the organization.” AR 526-27. The SSEB nevertheless determined that OSC “did illustrate an understanding and of approaches to modernization in other areas of the document . . . and this is considered adequate.” AR 527. The SSEB also noted that OSC did not address certain memorandums to record under Cyber Security. The SSEB found that due to OSC’s “empowered management style,” “appropriately addressed” Cyber Security, and “strong transition plan,” OSC had demonstrated “a well- constructed, effective approach.” AR 528. OSC presented three references for Past Performance; each was “Somewhat Relevant.” AR 531. The SSEB nevertheless ranked OSC “Unknown Confidence (Neutral)” because OSC’s “performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.” AR 532. Although it had performed in a DoD environment, 3 because OSC had not performed in a DoD educational environment, OSC did not demonstrate similar complexity. The SSEB noted that OSC’s references “indicated a customer focused management that met or exceeded timelines, and provided forward facing staff which exceeded quality metrics.” AR 533. The SSEB rated Synaptek Outstanding on both Management Approach and Performance Approach and rated it Substantial Confidence on Past Performance. Regarding Management Approach, the SSEB determined that Synaptek’s proposal was exceptional, noting, however, that its approach to managing its subcontractor performance and its assessment of risks in undertaking this project were thorough rather than exceptional. Synaptek’s Management Approach, overall, “contained multiple strengths which lend toward low risk effective performance.” AR 537. Regarding Performance Approach, the SSEB found that Synaptek’s approach was exceptional except for Cyber Security Support, which was thorough. Synaptek’s Transition-In Plan was exceptional in part because GDIT, the incumbent, is a proposed subcontractor for Synaptek. Synaptek offered three references, one of which was “Very Relevant” while the other two were “Somewhat Relevant.” AR 542. Its first reference indicated that it was a subcontractor on the incumbent contract and therefore it had similar experience. Overall, the SSEB had a “high expectation that Synaptek will successfully perform the required effort.” AR 543. In its summary, the SSEB wrote that both OSC and Synaptek received Outstanding for the most important factor, Management Approach. “[T]he Synaptek approach [is] slightly superior as there were no weakness[es] in the Synaptek Management Approach while the OSC Edge approach contained a significant weakness in risk component.” AR 545. Likewise, Synaptek was rated higher than OSC on Performance Approach, because it did not have any weaknesses compared to OSC’s Technology and Modernization weakness. Finally, although both “received strong feedback, touting high quality service[] levels and a strong customer focus,” Synaptek was rated Substantial Confidence whereas OSC was rated Unknown Confidence. AR 546. Before heading into the SSA’s price evaluation and best value determination, Synaptek and OSC held first and second place, respectively, with [ ] and [ ] the final two acceptable offerors.

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

Related

E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
John C. Grimberg Company, Inc. v. United States
185 F.3d 1297 (Federal Circuit, 1999)
Femme Comp Inc. v. United States
83 Fed. Cl. 704 (Federal Claims, 2008)
FirstLine Transportation Security, Inc. v. United States
100 Fed. Cl. 359 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Synaptek, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/synaptek-inc-v-united-states-uscfc-2019.