Syneren Technologies Corporation v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 26, 2021
Docket20-1323
StatusUnpublished

This text of Syneren Technologies Corporation v. United States (Syneren Technologies Corporation 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
Syneren Technologies Corporation v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1323 (Filed: 26 January 2021*)

*************************************** SYNEREN TECHNOLOGIES CORP., * * Plaintiff, * * v. * * Bid protest; National Oceanic and THE UNITED STATES, * Atmospheric Administration (“NOAA”); * technical approach; past performance. Defendant, * * and * * DOWLESS & ASSOCIATES, INC., * * Defendant-Intervenor. * * ***************************************

Jon D. Levin, of Maynard, Cooper & Gale, P.C., with whom were W. Brad English, J. Dale Gipson, Emily J. Chancey, and Michael W. Rich, all of Huntsville, AL, for plaintiff.

Brendan D. Jordan, Trial Attorney, Commercial Litigation Branch, Civil Division, Department of Justice, with whom were Jeffrey Bossert Clark, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Steven J. Gillingham, Assistant Director, all of Washington, DC, for defendant.

Isaias Alba IV, of PilieroMazza PLLC, of Washington, DC, for defendant-intervenor.

OPINION AND ORDER

HOLTE, Judge.

Plaintiff, Syneren Technologies Corp. (“plaintiff” or “Syneren”), brings this bid protest challenging the National Oceanic and Atmospheric Administration’s (“NOAA” or “the agency”) award of a contract for upper air atmospheric monitoring technical and support services to defendant-intervenor Dowless & Associates, Inc. (“defendant-intervenor” or “Dowless”) under

* This Opinion was originally filed under seal on 21 January 2021 pursuant to the protective order in this case. The Court provided the parties until 25 January 2021 to submit redactions, if any, before the Opinion is released for publication. On 25 January 2021, the parties emailed informing the Court no party seeks redaction of the Opinion. The Opinion is now reissued for publication in its original form. Solicitation No. 1305M220FNWWG0056. Pending before the Court are plaintiff’s motion for judgment on the administrative record and the government’s cross-motion for judgment on the administrative record. For the following reasons, the Court DENIES plaintiff’s motion for judgment on the administrative record and GRANTS the government’s cross-motion for judgment on the administrative record.

I. Background

A. The Solicitation

After conducting market research for a “re-compete of a requirement previously fulfilled under . . . Task Order 0030,” NOAA issued Request for Quotation No. 1305M220FNWWG0056 (“RFQ” or “solicitation”) for a “non-personal services task order to provide technical and administrative support” for its upper air programs on 17 December 2019. Admin. R. (“AR”) at 5, 16–17. The RFQ contemplated a one-year time and materials award with three one-year options, along with the six-month option provided for in FAR 52.217-8. Id. at 17, 19 (solicitation). This task order would be part of a “larger overall restructuring of contractual instruments from three contracts into four contracts, in which Syneren was the incumbent contractor.” Pl. Syneren Technologies Corporation’s Mot. for J. on the AR and Incorporated Brief (“Pl.’s MJAR”) at 16, ECF No. 27 (citing AR at 463 (Contracting Officer’s Statement of Relevant Facts)).1

The RFQ sought technical and administrative support for the National Weather Service (“NWS”), Surface and Upper Air Division (“SUAD”), Office of Observations (“OSB”), to include “[t]he Advanced Weather Interactive Processing System (‘AWIPS’), Radiosonde Replacement System (‘RRS’), and other upper air programs,” “[t]he Radio Frequency Migration Project (‘RFMP’),” and conducting “the necessary reliability and maintainability analysis to monitor and evaluate system and network equipment performance.” AR at 17 (solicitation). The RFQ also called for “[t]echnical writing and web page maintenance support to meet the goals and objectives of the National Weather Service,” as well as “engineering, budgeting, budget tracking, and documentation support.” Id.

The RFQ stated the contract would be awarded to the “offeror whose quote represents the best value to the government, price and non-price factors considered.” Id. at 19 (solicitation). Quotes were to be evaluated on the basis of the following three factors in descending order of weight: (1) technical approach, (2) past performance, and (3) price. Id. at 18–19 (solicitation).

As part of technical approach, the government required quotes to address “incumbent capture methodology, the vendor’s phase-in strategy and approach to performing the work without disrupting or compromising effective and efficient operations.” Id. at 18 (solicitation). Quotes were also required to include “all associated schedules [offerors] believe are required from the start of phase-in to the full assumption of task order responsibilities.” Id. The

1 During oral argument, defendant-intervenor reiterated “this contracting effort was part of a descoping. So Syneren was the incumbent, but the contracts were not identical to the solicitation they were performing before.” Tr. at 21:21–22:1. Plaintiff concurred “to the extent there is a change and there’s a descoping, we agree.” Tr. at 42:21–22.

-2- government’s final technical approach requirement was to “[i]dentify any risks associated with [the offeror’s] approach and proposed mitigation methods.” Id. Under past performance, the government required quotes to “provide information on no more than three (3) of the firm’s most recently completed contracts/orders . . . for like or similar work.” AR at 18 (solicitation). The RFQ instructed past performance references to “provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation.” Id. To assess past performance, the RFQ explicitly stated the government could consider information from the Contractor Performance Assessment Reporting System (“CPARS”). Id. at 18–19.

The RFQ stated the contractor would be required to provide five full-time positions, each at 1,880 hours per year: a Subject Matter Expert (SME IV), an Engineer (Eng IV), a Tech Writer (Tech Writer IV), a Web Master (Web Programmer II), and a Technician II (Tech Spec II). Id. at 39. The RFQ required quotes be submitted by 10 January 2020. Id. at 20.

B. Plaintiff’s Proposal

Two offerors, Syneren and Dowless, submitted quotes. Id. at 131 (First TET Consensus Report). Since this task order would be “part of a larger overall restructuring of contractual instruments from three contracts into four contracts, in which Syneren was the incumbent contractor,” plaintiff emphasized the superiority of its incumbency capture “no fewer than 20 times.” Pl.’s MJAR at 14, 16 (citing AR 463 (Contracting Officer’s Statement of Relevant Facts)). To illustrate its incumbency capture ability, plaintiff described “5 out of 5 required incumbent Syneren staff to start on Day 1.” AR at 95 (plaintiff’s proposal). Plaintiff also proposed a phase-in strategy consisting of salary escalations and a one-day transition. Id. at 96– 100. Plaintiff’s final price estimate was $3,458,275.60. Id. at 117.

C. Defendant-Intervenor’s Proposal

Defendant-intervenor was “currently performing similar services within the NWS,” and since the RFQ prioritized incumbent capture, defendant-intervenor proposed to ensure incumbent staff “salaries and benefits are as good or better than they currently are,” and “selected employees will get improved salaries and benefits.” Id. at 65 (defendant-intervenor’s proposal). To guarantee successful transition, defendant-intervenor proposed a phase-in process to “seamlessly transition the current staff to Team Dowless while maintaining operations without disruption.” Id. Defendant-intervenor proposed to enlist Tesla Laboratories (“Tesla”) and ITegrity as subcontractors to fulfill the government’s task order. Id.

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)
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)
Pds Consultants, Inc. v. United States
907 F.3d 1345 (Federal Circuit, 2018)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Huntsville Times Co. v. United States
98 Fed. Cl. 100 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Syneren Technologies Corporation v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/syneren-technologies-corporation-v-united-states-uscfc-2021.