Systems Implementers, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedNovember 15, 2022
Docket22-648
StatusPublished

This text of Systems Implementers, Inc. v. United States (Systems Implementers, 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
Systems Implementers, Inc. v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 22-648 Filed: November 15, 2022 † ***(SEALED)***

SYSTEMS IMPLEMENTERS, INC.,

Plaintiff,

v.

THE UNITED STATES,

Defendant,

and

OM GROUP, INC.,

Intervenor-Defendant.

David S. Black and Gregory R. Hallmark, with Amy L. Fuentes and Danielle R. Rich, Holland & Knight LLP, Tysons, Virginia, for Plaintiff.

P. Davis Oliver, Senior Trial Counsel, with Douglas K. Mickle, Assistant Director, Patricia M. McCarthy, Director, Commercial Litigation Branch, Brian M. Boynton, Principal Deputy Assistant Attorney General, Civil Division, U.S. Department of Justice, Washington, D.C., Major Alissa J. K. Schrider, Acting Chief, Field Support Branch and Heidi Fischer, Attorney- Advisor, Acquisition & Fiscal Law Division, U.S. Air Force, for Defendant.

Eric A. Valle, with Matthew E. Feinberg, Katherine B. Burrows, and Jacqueline K. Unger, PilieroMazza PLLC, Washington, D.C., for Intervenor-Defendant.

MEMORANDUM OPINION AND ORDER

TAPP, Judge.

† This Order was originally filed under seal on October 28, 2022, (ECF No. 48). The Court provided parties the opportunity to review this Opinion for any proprietary, confidential, or other protected information and submit proposed redactions. The proposed redactions were filed on November 14, 2022, (ECF No. 50) and are accepted by the Court. Thus, the sealed and public versions of this Opinion differ only to the extent of those redactions, the publication date, and this footnote. This bid protest considers whether the United States Air Force (“Air Force”) erred when it awarded OM Group, Inc. (“OM Group”) an information technologies support services contract at Hill Air Force Base, Utah. Systems Implementers, Inc. (“Systems Implementers”), a disappointed offeror, challenges the United States on two core issues. First, whether the Air Force improperly awarded the other offerors, OM Group and Transcend Technological Systems, Inc. (“Transcend”), strengths for corporate experience with management of a data center, technologies, and cyber risk management. Second, whether the Air Force failed to comply with the Solicitation’s evaluation criteria regarding onboarding and technology capabilities. Systems Implementers requests declaratory relief providing that the Agency’s award lacks a rational basis and is otherwise unreasonable, arbitrary and capricious, and contrary to applicable law and regulation. Lastly, Systems Implementers seeks a permanent injunction requiring (1) the Air Force to reevaluate proposals, (2) OM Group to stop performance, and (3) termination of the award to OM Group. The Court finds that the Air Force’s determination fell squarely within the zone of reasonable decisions in reviewing and deciding awards based on a best-value tradeoff. In this case, the Air Force’s best-value determination did not lack a rational basis.

Accordingly, the Court denies Systems Implementers’ Motion for Judgment on the Administrative Record, (Pl.’s MJAR, ECF No. 40), and grants the United States’ and OM Group’s Cross-Motions for Judgment on the Administrative Record. (Def.’s xMJAR, ECF No. 43; Int.-Def.’s xMJAR, ECF No. 42).

I. Background

The procurement at issue involves information technology engineering, design, security, and support services for the Hill Enterprise Data Center (“HEDC”) at Hill Air Force Base in Utah. (Administrative Record “AR” 364, ECF Nos. 30–39). 1 The Solicitation, 2 issued on January 23, 2020, called for “Sustainment, Modernization, and Consolidation” of the HEDC and sixteen other “Portable Operating Data Centers” in the HEDC network. (AR 359, 364). That network hosts over 2,000 physical and virtual servers for over 250 applications. (AR 364). The Solicitation’s Performance Work Statement (“PWS”) defined the scope of work:

The scope of this contract is to provide engineering, continual architecture design and sustainment, application onboarding, operations support, and program/project management services to continue HEDC Lifecycle support and evolve the HEDC’s current application hosting Platform-as-a-Service (PaaS), Software-as-a-Service (SaaS), traditional and cloud native application onboarding, architecture design, engineering modernization, and quality and configuration management in both the classified and unclassified enclaves.

(Id.).

1 The Administrative Record, (ECF Nos. 31–39), is consecutively paginated, thus the Court will cite to the record using “(AR __).” 2 Request for Proposal No. FA8201-20-R-0005.

2 The Solicitation stated the Air Force would make a single award based on a best-value tradeoff. (AR 459–60). The Solicitation further explained that the Air Force would evaluate the value of proposals based on its “integrated assessment” of two factors: Technical and Price. (AR 460). The Solicitation stated that Factor 1, the Technical evaluation, would consist of five subfactors of approximately equal importance. (Id.). Factor 1 would involve both a Technical Rating and a Technical Risk Rating, also of equal importance. (Id.). The Technical Rating considered strengths and deficiencies of proposals, while the Technical Risk Rating included only consideration of whether a flaw in the proposal either “increases” or “appreciably increases” the risk of unsuccessful performance. (Id. (see definitions of “Weakness” and “Significant Weakness”)). These ratings were applied to each of the five Technical subfactors: (1) Scenario 1 – Onboarding and Technology Capabilities; (2) Scenario 2 – Program and Configuration Management; (3) Corporate Experience; (4) Transition Plan; and (5) Cybersecurity. (Id.).

The Air Force assigned Subfactors 1–3 Technical Ratings ranging from “Unacceptable” to “Outstanding” based on the “quality of the offeror’s technical solution” to the Air Force’s requirement:

(AR 461). Those first three Subfactors were also assigned Technical Risk Ratings ranging from “Unacceptable” to “Low” risk:

3 (AR 461–62). Subfactors 4 and 5 were assigned either “Acceptable” or “Unacceptable” Technical Ratings and Technical Risk Ratings based on whether the proposal met the requirements of the Solicitation:

(AR 462). The evaluation of the Technical Factor and its five subfactors was “significantly more important than price.” (AR 460).

The first two Subfactors presented hypothetical scenarios; proposals would be evaluated based “on the degree to which the offeror demonstrates a comprehensive and in-depth approach to the scenario requirements[.]” (AR 462–63). For example, Subfactor 1 required offerors to onboard a software application called “SystemX” to the data center. (AR 454). The Solicitation stated the Agency would evaluate the offerors’ approaches to providing a solution overview, a project plan summary, a project schedule, a bill of materials summary, and a risk management summary. (AR 463). As mentioned above, the offerors’ approaches to the two hypothetical scenarios in Subfactors 1 and 2 were assigned a Technical Rating from “Unacceptable” to “Outstanding.” (AR 461).

Subfactor 3—“Corporate Experience”—focused on “the degree to which the offeror’s examples of corporate experience within the last five years demonstrates depth and breadth of experience” in five areas: (1) Management of a Data Center; (2) Onboarding of Legacy Applications; (3) Technologies used; (4) Risk Management; and (5) Cybersecurity. (AR 464).

The Air Force initially awarded the contract to Transcend in June 2020. (AR 6070–79). Systems Implementers and OM Group protested at the Government Accountability Office (“GAO”). (AR 12673). In response, the Air Force took corrective action which included terminating the award, reevaluating proposals, and making a new source selection decision. (Id.).

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

Related

Burlington Truck Lines, Inc. v. United States
371 U.S. 156 (Supreme Court, 1962)
Florida Power & Light Co. v. Lorion
470 U.S. 729 (Supreme Court, 1985)
Callaway Golf Co. v. Acushnet Co.
576 F.3d 1331 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
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)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Communication Construction Services, Inc. v. United States
116 Fed. Cl. 233 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Systems Implementers, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/systems-implementers-inc-v-united-states-uscfc-2022.