Trans Digital Technologies, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJune 15, 2018
Docket18-121
StatusPublished

This text of Trans Digital Technologies, LLC v. United States (Trans Digital Technologies, LLC 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
Trans Digital Technologies, LLC v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 18-121C (Filed: April 20, 2018) (Re-filed: June 15, 2018)1

**************************

TRANS DIGITAL TECHNOLOGIES, LLC,

Plaintiff,

v.

THE UNITED STATES,

Defendant,

and

INTEGRAL CONSULTING SERVICES, INC.,

Intervenor.

Damien C. Specht, with whom were Ethan E. Marsh and James A. Tucker, McLean, VA, for plaintiff.

Allison S. Vicks, Trial Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, with whom were Chad A. Readler, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Lisa L. Donahue, Assistant Director, for defendant. Tudo Pham, United States Department of State, of counsel.

Richard P. Rector, Washington, DC, with whom were Dawn E. Stern and Ethan M. Brown, for intervenor.

1 This opinion was originally issued under seal. The parties offered joint proposed redactions. We adopt the proposed redactions because we find them to be appropriate. Those redactions are indicated herein with brackets. OPINION

BRUGGINK, Judge.

This is a post-award bid protest brought by Trans Digital Technologies, LLC (“Trans Digital”). Defendant is the United States acting through the Department of State (“DOS”). The awardee, Integral Consulting Services, Inc. (“Integral”), intervened. Trans Digital’s complaint asks the court to enjoin DOS from awarding to Integral. The parties filed cross-motions for judgment on the Administrative Record (“AR”). Oral argument was held on March 7, 2018, at the conclusion of which we announced that we would deny plaintiff’s motion and grant defendant’s and intervenor’s cross-motions. Judgment was deferred pending issuance of this opinion. Because plaintiff has not shown that the agency’s evaluation of the first factor was arbitrary or that it was prejudiced by any alleged errors, the government is entitled to judgment.

BACKGROUND

On July 29, 2014, DOS issued a request for proposals (“RFP”) for the next generation of its passport printers to be installed in consulate and passport offices around the world. The RFP promised award to a single offeror of an indefinite delivery, indefinite quantity (“IDIQ”) contract for high and low- capacity passport printers along with support services and consumable printer supplies. The RFP promised an order of at least one each of high and low- capacity printers and no more than 30 high-capacity printers and 100 low- capacity printers. The RFP stated that DOS was seeking to replace its current passport printer systems in order to allow it to issue new passports with enhanced “security, durability, and quality.” AR 467. The printers were thus to feature the ability to produce “laser-engraved personalization data on a polycarbonate data page and an inkjet personalized image along with applicable endorsements . . . .” Id.

The contract was originally awarded to Integral on November 30, 2015. Trans Digital protested that award at the Government Accountability Office (“GAO”) on grounds not relevant to the present action. The agency volunteered to take corrective action, and the protest was dismissed as academic. DOS reissued the RFP via amendment on November 1, 2016, which asked for revised proposals from the offerors.

2 The revised RFP called for award on a best-value basis with a tradeoff between price and technical factors. The four technical factors, in descending order of importance, were (1) Technical Capability and Demonstration Printer Testing, (2) Previous Demonstrated Production Experience, (3) Key Personnel, and (4) Past Performance. AR 544. Technical capability was significantly more important than the other non-price factors, all of which, when combined, were significantly more important than price. Id.

Section M of the RFP described the agency’s evaluation criteria. For the technical capability factor, DOS stated that it would “evaluate the Offeror’s demonstrated capabilities and proposed approach to completing all requirements in Section C.” Id. at 545. Proposals were to “demonstrate a comprehensive understanding of the nature and scope of work required.” Id. Offerors were thus required to show a “demonstrated ability to provide high operational availability” of their printers and to show “the ability to meet the performance standards in Section F.” Id. Section M.10 also promised that printer capabilities would be tested “in accordance with Attachment C.” Id. at 546. The capabilities tested from Attachment C were scored on a 0-10 scale with 0 representing a failure to meet expectations; a score of 5 was award for meeting a test requirement, and a 10 was awarded when a printer exceeded the expectation. Id. These scores were then added together and “used to assign an adjective rating in accordance with section M.11.” Id.

A rating of “Excellent” meant that the proposal met all requirements and had “features that offer superior advantage to the government,” and those advantages/strengths substantially outweighed disadvantages/weakness. Id. This would be reflected in a numerical score between 209 and 265 for the demonstration printer testing.

A rating of “Good” meant that the proposal met the solicitation requirements and had some advantages to the government. These advantages/strengths “generally outweigh[ed] any disadvantages/weaknesses.” Id. 546-47. A “Good” rating was reflected in a printer testing score between 132 and 208.

A “Satisfactory” rating meant that the proposal met all of the RFP’s “basic” requirements but did not offer any significant strengths or advantages to the government. Any disadvantages or weaknesses were not significant, or if they were, were outweighed by other significant proposal strengths. Such

3 a rating would result from a testing score of 131. Lower adjectival and numerical scores are not relevant to this protest.

For the second factor, Previous Demonstrated Production Experience, the agency stated that it would evaluate the offeror’s experience for “the degree of relevance to the requirement on the basis of similarity in size, scope, complexity, technical difficulty, and dollar value.” Id. at 546.

The price factor was evaluated on overall proposed prices, including all options. The RFP stated that DOS would evaluate the offerors’ prices for fairness and reasonableness and that the agency would use one or more of the “analysis techniques stipulated in FAR 15.404 to conduct the evaluation.” Id. at 548.

I. Testing And Evaluation Results

Offerors provided a low and high-capacity printer to DOS for testing. The Government Printing Office (“GPO”) provided 30,000 passport booklets for the tests. Prior to testing, members of the Technical Evaluation Panel (“TEP”) noted [ ], but testing was went ahead anyway.

The agency devised 38 tests from RFP sections C and F; three of which were from section F. It is those three tests that are highlighted by the protestor for our consideration. Test 23 was for waste and spoilage, and tests 24 and 25 were concerned with uninterrupted service.

Section F.6 of the RFP, Technical Performance Standards, laid out the standards which the agency required the offerors’ printers to meet for uninterrupted service and waste. For service uptime, the standard was “an ability to personalize passports within four hours.” AR 401. This meant that, at a installation that had two printers, one could be down for up to 2 business days at a time. In installations with only one printer, service was required to be restored within 4 hours. Id. This translated to an Acceptable Quality Level (“AQL”) of 95 percent uptime during normal working hours. For waste and spoilage, the standard was minimization of booklets rendered useless. The AQL was “less than .5% of the passport books that enter the . . .

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

Related

Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
Trans Digital Technologies, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/trans-digital-technologies-llc-v-united-states-uscfc-2018.