Tiber Creek Consulting, Inc. v. United States

129 Fed. Cl. 409, 2016 U.S. Claims LEXIS 1842, 2016 WL 7031011
CourtUnited States Court of Federal Claims
DecidedNovember 17, 2016
Docket16-236 C
StatusPublished
Cited by3 cases

This text of 129 Fed. Cl. 409 (Tiber Creek Consulting, 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
Tiber Creek Consulting, Inc. v. United States, 129 Fed. Cl. 409, 2016 U.S. Claims LEXIS 1842, 2016 WL 7031011 (uscfc 2016).

Opinion

Bid Protest; Post Award; Motion for Judgment on Administrative Record; Price Realism Analysis; Best Value Determination; Non-Incumbent Awardee; CMMI Level 3 Certification; Balance of Cost and Technical Expertise

OPINION AND ORDER

Hodges, Senior Judge.

This is a bid protest ease. Tiber Creek is plaintiff; intervenor is ArrowPoint. The United States is defendant. The issue is whether a substantially higher bid price was justified by a higher level of technical expertise. That is, did the Request for Proposals (“RFP”) and other pre-bid documents permit the Government to award this contract to ArrowPoint because its bid price was $10 million less than Tiber Creek’s, even though Tiber Creek’s technical expertise was superi- or.

The National Guard Bureau issued invitations to bid for a contract that would provide computer technology to assist the Army Reserve ..National Guard in fulfilling its critical missions, especially including ROMS. ROMS is Reserve Component Manpower System, a “comprehensive suite of software applications and modules that provide action officers and senior leaders critical information needed to enhance their decision-making process.” Administrative Record at Tab 4:42. ROMS is described as a “highly sophisticated, complex information system.”

Judicial review in procurement eases is limited to a relatively mechanical process governed by the Administrative Procedure Act, 5 U.S.C.S. §§ 701-706. The standard of review provided by that Act is whether the decision was “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law[.]” 5 U.S.C.S. § 706(2)(A). The courts consider whether the procuring agency’s procedures were consistent with federal rules and regulations. See e.g., Savantage Fin. Servs. v. United States, 595 F.3d 1282, 1285-86 (Fed. Cir. 2010) (“The court’s task is to determine whether [1] the *412 procurement official’s decision lacked a rational basis, or [2] the procurement procedure involved a violation of regulation or procedure.”) (quoting Weeks Marine, Inc. v. United States, 575 F.3d 1352, 1358 (Fed. Cir. 2009)). This standard creates a heavy burden for one who would overturn an agency decision.

The Government acknowledged that plaintiff Tiber Creek showed a higher level of technical expertise than ArrowPoint. The National Guard Bureau awarded the contract to ArrowPoint because the difference between Tiber Creek and ArrowPoint’s levels of expei’tise did not warrant the substantial difference in bid price. Tiber Creek’s bid price was approximately $50 million; Arrow-Point’s was $40 million. An agency award based on such a balancing between cost and technical benefits is not necessarily improper so long as it is made according to agency procurement rules and regulations.

The Administrative Record does not show that the National Guard Bureau acted unfairly in awarding this contract to intervenor ArrowPoint, according to the standards of review that we apply in bid protest cases. For that reason, we must grant defendant’s motion for judgment on the Administrative Record, and deny plaintiffs motion for judgment on the Administrative Record.

BACKGROUND

The National Guard Bureau issued a Request for Proposals for this re-compete of a firm fixed-price indefinite delivery, indefinite quantity contract in October 2014. The one-year contract is a 100% small business set-aside with four one-year option periods; plaintiff is the incumbent. The RFP provided that price would not be the sole determinant in awarding the contract, as various non-cost factors would be considered. The contracting officer would conduct a best-value analysis if necessary to determine whether a technically superior offer justified a substantially higher cost to the Government.

The contracting officer awarded the contract to ArrowPoint in May- 2015. Tiber Creek requested a post-award briefing and thereafter filed a protest to GAO. The Agency then conducted a new source-selection process and issued a new award. The result was the same, however: ArrowPoint won the contract. Tiber Creek protested again and GAO denied the protest in January of this year. Plaintiff then filed a bid protest in this court on February 17,2016.

Plaintiff has standing to bring this action because it is an “interested party” pursuant to 28 U.S.C. 1491(b)(1). That is, its economic interest is affected by the outcome. See e.g., AFGE, Local 1482 v. United States, 258 F.3d 1294, 1302 (Fed. Cir. 2001) (standing “is limited to actual or prospective bidder's or offerors whose direct economic interest would be affected by the award of the contract or by failure to award the contract.”).

DISCUSSION

Very generally stated, plaintiffs arguments tend to emphasize its own superior ratings and general competence with regard to each element of the contract. Defendant and intervenor respond in most instances by urging us to apply legal principles that call for standards of review that are highly deferential to agencies’ decisions.

Plaintiffs concerns regarding the fairness and propriety of this procurement are: (1) requirements concerning CMMI Level 3 certification; (2) consideration of differences in technical expertise; (3) price realism analysis; and (4) best value determination.

A. CMMI Level 3 Requirements

CMMI is Capability Maturity Model Integration. Level 3 refers to a quality standard that is awarded to contractors “based on a company’s consistent demonstrated use of documented practices,” according to plaintiff. Tiber Creek is CMMI Level 3 certified; ArrowPoint is not.

Plaintiff contends that .award of the contract to ArrowPoint violated terms of the agency’s Request for Proposals in that the agency did not reasonably evaluate interve-nor’s compliance with CMMI Level 3 requirements. Tiber Creek explains that the CMMI certification is “meant to ensure that contractors have ‘proven and mature organi *413 zational capabilities to manage the ROMS.’ ” ROMS is Reserve Component Manpower System, a “comprehensive suite of software applications and modules that provide action officers and senior leaders critical information needed to enhance their decision-making process.” AR at Tab 4:42. Plaintiff describes ROMS as a “highly sophisticated, complex information system.”

The Agency’s Request for Proposals initially required that a winning bidder must be CMM Level 3 qualified; however, amendments to the RFP prior to the bidding process allowed bidders to comply with this requirement by showing that they have CMMI Level 3 certified team members. According to plaintiff, the agency’s decision to amend the ‘RFP to permit a bidder to comply through a subcontractor erases the essential meaning of the CMMI Level 3 certification requirement.

The main reason for plaintiffs argument that the general contractor itself should be certified is the importance of management to successful completion of the job.

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

Related

Dyncorp International, LLC v. United States
134 Fed. Cl. 537 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
129 Fed. Cl. 409, 2016 U.S. Claims LEXIS 1842, 2016 WL 7031011, Counsel Stack Legal Research, https://law.counselstack.com/opinion/tiber-creek-consulting-inc-v-united-states-uscfc-2016.