Synetics, Inc. v. United States

45 Fed. Cl. 1, 1999 U.S. Claims LEXIS 233, 1999 WL 778524
CourtUnited States Court of Federal Claims
DecidedFebruary 2, 1999
DocketNo. 98-746C
StatusPublished
Cited by12 cases

This text of 45 Fed. Cl. 1 (Synetics, 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
Synetics, Inc. v. United States, 45 Fed. Cl. 1, 1999 U.S. Claims LEXIS 233, 1999 WL 778524 (uscfc 1999).

Opinion

OPINION

MARGOLIS, Judge.

This bid protest is before the Court on the parties’ cross-motions for judgment on the Administrative Record, as supplemented by the parties, filed simultaneously on January 4, 1999. Plaintiff seeks injunctive and declaratory relief, requesting that the Court disqualify defendant-intervenor from the procurement, direct defendant to award the contract to plaintiff, and award fees and costs to plaintiff. In turn, defendant requests that the Court deny plaintiffs request for injunctive relief, and instead rule that defendant is entitled to judgment as a matter of law. Because defendant’s award was an appropriate exercise of discretion, neither arbitrary nor capricious, and because plaintiff has failed to show prejudice, plaintiffs motion is denied, and defendant’s motion is granted.

FACTS

On May 4, 1998, the Tank-Automotive and Armaments Command (“TACOM” or “defendant”) issued Request for Proposal Number DAAE07-98-R-Q217 (the “RFP” or “solicitation”) for an information technology service [3]*3("ITS”) contract at the Army base in Warren, Michigan. The solicitation specified a one-year base period of performance, with six one-year options. Synetics, Inc. (“plaintiff’), a supplier of computer network services to government and commercial customers, was the incumbent contractor on the predecessor ITS contract with TACOM for the network (“TWNET”) and Help Desk components of the contract, as well as a portion of the Audiovisual component. The TWNET portion of the work required the contractor to operate, maintain, and manage the TACOM computer network, including access to electronic mail, business automation services, and connectivity to other computers and networks. The Help Desk portion of the work required the contractor to staff and operate a central control point for responding to technical problems associated with the TWNET. Raytheon, Inc., was the incumbent contractor on the predecessor contract with TACOM for the final component, Administrative Services, as well as the remaining portion of the Audiovisual component.

The RFP outlined the following three evaluation criteria: Technical, Past Performance, and Cost. The Technical Area was the most important of the three and was approximately equal in weight to the Past Performance and Cost Areas combined. The four elements to be evaluated in the Technical Area, in relative order of importance, included: (a) Experience; (b) Operation, Maintenance, and Support; (c) Staffing and Skills; and (d) Management Approach. Each evaluation element within the Technical Area was, in turn, comprised of four factors representing the four main components of the work: (i) TWNET; (ii) Help Desk; (in) Audiovisual; and (iv) Administrative Services.

The two elements to be evaluated in the Past Performance Area included: (a) Performance Risk; and (b) Small Business Participation. The Cost Area was to include an assessment by defendant of cost realism and reasonableness.

In advance of issuance of the RFP in May of 1998, NCI Information Systems, Inc. (“in-tervenor”) recognized TACOM’s procurement as a business opportunity, and it began to contact plaintiffs employees to determine whether they would be interested in working for intervenor should intervenor win the contract. For example, intervenor invited plaintiffs employees to an open house in March of 1998. Plaintiff was aware of the open house, but did not discourage or bar its employees from doing any of the following: attending; discussing their own personnel information, such as salaries, bonuses, positions, or qualifications; or discussing such personnel information regarding other Synetics employees. Plaintiff did, however, advise its employees not to divulge information about the way in which plaintiff did business, because of the information’s significance in the upcoming competition. Intervenor then sent contingent offer letters to the eight Synetics employees who attended the open house, offering $250 in exchange for a commitment to work for intervenor should it win the contract. Three of plaintiffs employees accepted intervenor’s contingent offer of employment. Five others evidenced an interest in coming to work for intervenor, should inter-venor win the contract. In the course of recruiting plaintiffs employees, intervenor obtained information on current salaries, bonuses, positions, and background of various of plaintiffs employees.

Defendant held a pre-proposal site visit in Warren, Michigan, for interested offerors on May 19, 1998, and the proposal due date was set for June 24, 1998. Nine offerors timely submitted proposals, including plaintiff and intervenor. A competitive range determination was made by David Osburn, the Contracting Officer (“CO”), in accordance with Federal Acquisition Regulation (“FAR”) 15.306(c), as a result of which, three proposals were determined to be the most highly rated, including intervenor’s and plaintiffs proposals.

After the competitive range determination, defendant held discussions with the three offerors in the competitive range. At this point, and throughout the procurement, defendant expressed concern with the availability of staff to begin work at the time of award, and with the ability to retain employees in times of high employee turnover. In-tervenor assuaged defendant’s concern in part through its aggressive plan to hire [4]*4plaintiffs workforce, as its plan would “ensure seamless transition between the contractors.” Administrative Record (“AR”) at 2242. Plaintiff reassured defendant in part through its agreements for exclusive use of resumes, as well as bonus incentives promised to employees if they remained Synetics employees regardless of the outcome of the contract award.

On August 11, 1998, defendant asked inter-venor, via Item for Discussion (“IFD”) Number 46, to explain how it expected to reduce staffing levels without risking performance. Intervenor explained that its slightly reduced personnel levels in option years one and two was [...], AR at 2721, and referred to their own experience, to the Bruton Help Desk Staffing model, and to their “proactive support of the TACOM community” intended to eliminate some problems before they seriously affected TACOM users. AR at 2994-96.

During its discussions with plaintiff, defendant expressed concern with plaintiffs proposed staffing reductions in the option years as well. Plaintiff explained that, based on the announced 35% reduction in TACOM staff over the seven year period at issue, plaintiff had proposed commensurate reductions in its staff. In response, defendant informed plaintiff that “the lack of justification for reducing LAN System Administrators from three to one ... represents] a significant weakness in your proposal. If not corrected, the result will be a lower rating for this portion of the technical area.” AR at 6636. Plaintiff responded by eliminating the out-year staff reductions in its proposal, thereby increasing its cost.

Defendant called for Final Proposal Revisions (“FPRs”) on September 4, 1998. All three offerors in the competitive range submitted their FPRs on September 8, 1998. Defendant awarded the contract to intervenor on September 16, 1998, and plaintiffs incumbent contract was extended to September 30, 1998, for transition.

On the day that defendant awarded the contract to intervenor, plaintiff terminated its deputy program manager for the incumbent TACOM contract, Gaillard Rembert.

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

Related

Harkcon, Inc. v. United States
133 Fed. Cl. 441 (Federal Claims, 2017)
Bannum, Inc. v. United States
119 Fed. Cl. 291 (Federal Claims, 2014)
Omega World Travel, Inc. v. United States
82 Fed. Cl. 452 (Federal Claims, 2008)
Avtel Services, Inc. v. Unites States
70 Fed. Cl. 173 (Federal Claims, 2005)
AmerisourceBergen Drug Corp. v. United States
60 Fed. Cl. 30 (Federal Claims, 2004)
Ryder Move Management, Inc. v. United States
48 Fed. Cl. 380 (Federal Claims, 2001)
Bean Stuyvesant, L.L.C. v. United States
48 Fed. Cl. 303 (Federal Claims, 2000)
Dynacs Engineering Co. v. United States
48 Fed. Cl. 124 (Federal Claims, 2000)
CCL Service Corp. v. United States
48 Fed. Cl. 113 (Federal Claims, 2000)
Antarctic Support Associates v. United States
46 Fed. Cl. 145 (Federal Claims, 2000)

Cite This Page — Counsel Stack

Bluebook (online)
45 Fed. Cl. 1, 1999 U.S. Claims LEXIS 233, 1999 WL 778524, Counsel Stack Legal Research, https://law.counselstack.com/opinion/synetics-inc-v-united-states-uscfc-1999.