Thales USA, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 6, 2025
Docket24-1187
StatusPublished

This text of Thales USA, Inc. v. United States (Thales USA, 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
Thales USA, Inc. v. United States, (uscfc 2025).

Opinion

In the United States Court of Federal Claims No. 24-1187 Filed: February 7, 2025 Published: March 6, 2025 †

THALES USA, INC.,

Plaintiff,

v.

THE UNITED STATES,

Defendant,

and

INDRA AIR TRAFFIC, INC.,

Intervenor-Defendant.

Jessica C. Abrahams, with Lora A. Brzezynski, Dana B. Pashkoff, Brianna L. Silverstein, Michelle Y. Francois, Faegre Drinker Biddle & Reath LLP, Washington, D.C., for Plaintiff.

Alexander S. Brewer, Trial Attorney, with Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director, Albert S. Iarossi, Assistant Director, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C., with Josephine R. Farinelli, Of Counsel, Trial Attorney, U.S. Department of the Air Force, for Defendant.

Sharon L. Larkin, with James M. Larkin, The Larkin Law Group LLP, Annapolis, MD, for Intervenor-Defendant.

† This Opinion was originally filed under seal on February 7, 2025, (ECF No. 50). The Court provided parties the opportunity to review this Opinion for any proprietary, confidential, or other protected information and submit proposed redactions. The parties disagree regarding the extent of redactions appropriate for this public decision. (See generally ECF No. 52). The Court addressed these disagreements in an Order issued on March 6, 2025. (ECF No. 53). The sealed and public versions of this Opinion differ only to the extent of those redactions, the publication date, and this footnote. MEMORANDUM OPINION AND ORDER

TAPP, Judge.

This post award bid protest considers whether the Department of the Air Force (“the Air Force”) erred when it awarded Indra Air Traffic, Inc. (“Indra”), a firm fixed-price contract for a portable air navigation system. Disappointed offeror, Thales USA, Inc. (“Thales”), alleges the Air Force: (1) improperly evaluated the offerors’ proposals and treated the offerors unequally; (2) used a flawed price evaluation and conducted unequal discussions; (3) conducted an improper best value tradeoff; and (4) issued an improper source selection decision. For reasons set forth below, the Court DENIES Thales’s Motion for Judgment on the Administrative Record, (Pl.’s MJAR, ECF No. 34), and GRANTS the United States’ and Indra’s Cross-Motions for Judgment on the Administrative Record, (Def.’s xMJAR, ECF No 37; Int-Def.’s xMJAR, ECF No. 36).

I. Background

This procurement involves a firm fixed-price contract to replace the Air Force’s legacy tactical air navigation systems (“AN/TRN-41”) with a new man-portable tactical air navigational aid system known as the MP TACAN. 1 (Administrative Record (“AR”) at 1219). Essentially, the system provides a signal that aircraft can use to help navigate. (AR 1219). The Solicitation contemplated a five-year Indefinite Delivery/Indefinite Quantity (“ID/IQ”) contract with an option to extend the ordering period for two years. (AR 282). The maximum amount for the ID/IQ was set at $198,360,000 million. (Id.).

The Solicitation stated that the award would go to an offeror deemed responsible and whose proposal conformed with the Solicitation’s requirements and represented the best value. (AR 517). The evaluation factors consisted of: (1) Technical, (2) Technical Risk, and (3) Price. (AR 518). The Solicitation provided that “[a] proposal must be found technically acceptable under Factor 1 Evaluation Criteria in order to be considered for best value tradeoff between Technical Risk and Price factors.” (AR 519). The Solicitation also stated that only technically acceptable offers would undergo “the best value analysis and potential trade off between Technical Risk and Price factors.” (Id.). Further, Factor 2 (Technical Risk) and Factor 3 (Price) were weighted approximately equally. (Id.).

Factor 1 (Technical) evaluated the offeror’s approach for meeting the technical requirements of six subfactors: (1) System Requirements Document’s (“SRD”) Cross-Reference; (2) SRD Requirements; (3) SRD Non-Compliance (Performance Gap); (4) Small Business Participation; (5) Delivery Requirements; (6) CDRL Data Rights. (AR 519–21). The Air Force assigned an Acceptable or Unacceptable rating. (Id.) Proposals rated as Unacceptable for any

1 Solicitation No. FA8102-23-R-2000. Existing TACANs have exceeded their useful life. (Oral Argument (“OA”) Tr. 18:21– 24 (affirming original TACANS were procured in 1978 and have a 40-year lifespan), ECF No. 49).

2 subfactor received an overall Unacceptable Technical rating and were ineligible for award. (AR 519). Not all of these subfactors are at issue here.

Subfactor 1, SRD Cross-Reference, required offerors to complete a matrix indicating compliance or non-compliance with minimum threshold requirements. (AR 1225). Offerors were only permitted to indicate compliance if their MP TACAN met the threshold requirements, as of the date of the proposal, without additional testing or modification. (Id.). Offerors were to note non-compliance if “the current proposed product specifications for the MP TACAN require[d] additional testing or modifications to meet the minimum threshold[,]” indicating a “Performance Gap.” (AR 1226). Any requirements identified as non-compliant had to be addressed in Subfactor 3 “unless it [was] addressed in Subfactor [2].” (AR 1226). This subfactor minimum was met when the matrix was completed. (AR 519).

Subfactor 2, SRD Requirements, required offerors to document how the proposed MP TACAN replacement met Subfactors 2a–2f or would meet those subfactors by delivery. (AR 507–08). 2 The Air Force deemed offerors to have met the requirements of Subfactor 2 if their “proposal indicate[d] an adequate understanding of the requirements and provide[d] documentation/convincing rationale on how their approach meets or will meet” Subfactors 2a– 2f. (AR 519–20).

Subfactor 3, SRD Non-Compliance (Performance Gap), required offerors to propose an approach for “overcoming/meeting each performance gap identified in Subfactor 1 to fully meet the threshold requirements listed in the SRD to the fullest extent possible.” (AR 520). This subfactor minimum was met when the offeror’s proposal indicated an “adequate understanding of the requirements and provides documentation or convincing rationale on how their approach will meet, or meet to the fullest extent possible, the requirements for each identified performance gap.” (Id.).

Subfactor 5, Delivery Requirements, required offerors to provide a schedule and approach to ensure delivery of the first five units within fourteen months of the award. (AR 1183–84). Additionally, Subfactor 5 required the offeror to provide subsequent orders to be delivered at a rate of five units per month. (AR 1227).

Subfactor 6, CDRL Data Rights, required offerors to provide another completed matrix indicating the asserted/proposed data rights, while considering the data rights requested by the United States. (AR 1227). If offerors proposed anything less than what was requested, the offeror was required to explain “how their Intellectual Property assertions will impact fielded system’s organic sustainment and repairs.” (Id.; AR 521).

Factor 2 (Technical Risk) evaluated the offerors ability to address “risk associated with the approach provided” for Subfactors 2, 3, 5, and 6 of Factor 1. (AR 1228). The Solicitation

2 The subfactors for Subfactor 2 were as follows: 2a: Flight Check (SRD QLT-2, KPP), 2b: Portability (SRD PER-1, KPP), 2c: Set Up (SRD PER-2), 2d: Transmitter Power Out (SRD QLT-5), 2e: Remote Monitoring & Maintenance (RMM) (SRD RMM-2). 2f: Mean-Time- Between Failure (MTBF) (SRD QLT-17). (AR 507–08).

3 involved a violation of regulation or procedure.” Weeks Marine, Inc. v. United States, 575 F.3d 1352

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

Related

Monsanto Co. v. Geertson Seed Farms
561 U.S. 139 (Supreme Court, 2010)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
CHE Consulting, Inc. v. United States
552 F.3d 1351 (Federal Circuit, 2008)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Murakami v. United States
398 F.3d 1342 (Federal Circuit, 2005)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Cohen Financial Services, Inc. v. United States
110 Fed. Cl. 267 (Federal Claims, 2013)
Ocean Ships, Inc. v. United States
115 Fed. Cl. 577 (Federal Claims, 2014)
Raytheon Company v. United States
121 Fed. Cl. 135 (Federal Claims, 2015)
Raytheon Company v. United States
809 F.3d 590 (Federal Circuit, 2015)
Kwr Construction, Inc. v. United States
124 Fed. Cl. 345 (Federal Claims, 2015)
Active Network, LLC v. United States
130 Fed. Cl. 421 (Federal Claims, 2017)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)
AgustaWestland North America, Inc. v. United States
880 F.3d 1326 (Federal Circuit, 2018)

Cite This Page — Counsel Stack

Bluebook (online)
Thales USA, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/thales-usa-inc-v-united-states-uscfc-2025.