Trillion Erp Venture Tech LLC v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 12, 2022
Docket22-152
StatusPublished

This text of Trillion Erp Venture Tech LLC v. United States (Trillion Erp Venture Tech 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
Trillion Erp Venture Tech LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 22-152C (Filed Under Seal: July 27, 2022) (Reissued for Publication: August 12, 2022) *

*************************************** TRILLION ERP VENTURE TECH LLC, * * Plaintiff, * * v. * * THE UNITED STATES, * Postaward Bid Protest; Cross-Motions for * Judgment on the Administrative Record; Defendant, * Evaluation of Proposals; Best-Value * Tradeoff; Motion to Supplement the and * Administrative Record * APPDDICTION STUDIO LLC, * * Defendant-Intervenor. * ***************************************

William A. Shook, Washington, DC, for plaintiff.

Kristin E. Olson, United States Department of Justice, Washington, DC, for defendant.

Jeffery M. Chiow, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SWEENEY, Senior Judge

In this postaward bid protest, plaintiff Trillion ERP Venture Tech LLC (“TERP”) contends that the Federal Emergency Management Agency (“FEMA”) improperly awarded a blanket purchase agreement (“BPA”) for technical assistance for application development, sustainment, and integration services to defendant-intervenor Appddiction Studio LLC (“Appddiction”). TERP seeks declaratory and injunctive relief. Before the court are TERP’s motion for judgment on the administrative record, defendant’s and Appddiction’s cross-motions for judgment on the administrative record, TERP’s motion to supplement the administrative record, and defendant’s motion to strike. As explained below, because supplementation of the administrative record is neither necessary nor appropriate, the court denies TERP’s

* This reissued Opinion and Order incorporates the agreed-to redactions proposed by the parties on August 10, 2022. The redactions are indicated with bracketed ellipses (“[. . .]”). supplementation motion, and denies defendant’s motion to strike as moot. Further, because TERP has not established that FEMA’s decision to award the BPA to Appddiction was improper, the court denies TERP’s dispositive motion and grants defendant’s and Appddiction’s cross- motions for judgment on the administrative record.

I. BACKGROUND

A. History of the Procurement

1. Request for Quote

On June 18, 2021, FEMA’s Recovery Technology Programs Division (“RTPD”) issued solicitation number 70FA3021Q00000042, a Request for Quote (“RFQ”) to provide technical assistance and system sustainment support for FEMA’s disaster recovery technology programs. Admin. R. (“AR”) 231-494. 1 It sought to award a BPA with a twelve-month base period and four subsequent twelve-month option periods. Id. at 433. Orders under the BPA, often referred to as call orders, could be firm-fixed-price orders, time-and-material orders, or labor-hour orders. Id. at 435.

According to the RFQ’s Statement of Work, the RTPD is responsible for a host of information technology systems that support recovery efforts for both public and individual assistance, including the Automated Construction Estimating Software System (“ACE”) and the National Emergency Management Information System – Individual Assistance (“NEMIS-IA”). Id. at 294. FEMA anticipated that the first task order under the BPA would be for services supporting the NEMIS-IA disaster recovery program, id. at 1006, and thus included in the RFQ the potential order’s Statement of Work and Price Template, id. at 302-42.

FEMA issued the RFQ under the federal supply schedule procedures of Federal Acquisition Regulation (“FAR”) subpart 8.4. Id. at 488. In contrast to FAR part 15, which contains the rules governing competitive and sole-source negotiated acquisitions, FAR part 8 “provides Federal agencies . . . with a simplified process for obtaining commercial supplies and commercial services . . . .” FAR 8.402.

2. Evaluation Scheme

FEMA chose a best-value evaluation model where “the Government is more concerned with obtaining a technically superior evaluation than with obtaining the lowest priced solution.” AR 488. However, FEMA explained that, “[a]s the ratings of the technical evaluation factors

1 The administrative record includes three versions of the RFQ. Although they are not designated as such on their faces, defendant labels them in the index to the administrative record as the original RFQ and two amendments to the RFQ. In this decision, the court cites to the latest version of the RFQ, which includes the apparent second amended version of the RFQ, AR 429-94, and the attachments to the original RFQ, id. at 293-301 (RTPD Statement of Work), 302-38 (call order Statement of Work), 360 (Prior Experience Questions).

-2- and/or the merits of the technical quotes become closer or even, price will become more important in the award decision.” Id.

The RFQ set forth three evaluation factors. Id. at 488-89. Factors 1 and 3 were based on the quoters’ written presentations, while Factor 2 was based on the quoters’ oral presentations: 2

Phase I: Factor 1 – Demonstrated Prior Experience

Phase II: Factor 2 – Management, Staffing/Hiring, and Technical Approach Factor 3 – Price

Id. FEMA explained that to determine the best-value quote, “Factors 1 and 2 [would] be evaluated with a rating scale of ‘high confidence[,]’[] ‘moderate confidence,’ and ‘low confidence,’ representing the Government’s confidence that the Quoter understands the requirement and will successfully perform the work.” Id. at 489.

For Factor 1, FEMA asked a series of questions concerning the quoters’ prior experience and would evaluate the quoters based on their answers. Id. These questions sought examples involving information technology system modernization, software development, and the quoters’ abilities to conform to federal standards. See e.g., id. at 360 (organizing the questions into several categories); 480-81 (referencing the questions).

For Factor 2, FEMA would rely on the quoters’ “oral presentation[s] and responses to questions asked by the government” to determine whether the quoters could “successfully manage and staff the BPA and the NEMIS-IA call order, perform the required tasks, and provide the deliverables as set forth in the RFQ and attached work statements.” Id. at 489. Specifically, FEMA explained it would evaluate: (1) “the Quoter’s approach to accomplishing the required work and flexibly scaling & managing staff and computing resources to satisfy evolving and surging demands to meet program and operational needs,” (2) “the Quoter’s approach to ensure the labor categories and skill mix . . . are adequate to successfully perform the tasks/subtasks outlined in the attached work statements,” and (3) “the interactions between participants to assess communication and team cohesion as well as each participants’ overall knowledge and comfort with the information presented.” Id. at 489-90.

For Factor 3, FEMA planned to evaluate the quoters’ “total evaluated price,” which would be “derived from the proposed price of the base period plus option periods for the NEMIS-IA call order.” Id. at 490. FEMA explained that “[t]he ‘total evaluated price’ [would] be evaluated for price reasonableness through comparison with other proposed prices and [the evaluation might] include other price analysis techniques.” Id.

2 Throughout the solicitation, titled “Request for Quote,” FEMA referred to vendors who submitted bids as both “quoters” and “contractors.” The court will use the “quoters” naming convention to reference those vendors who submitted quotes in response to the RFQ.

-3- To evaluate Factors 1 and 2, FEMA established a Technical Evaluation Team (“TET”). Id. at 1007. The Contracting Officer (“CO”) would analyze the proposed price. Id. at 984, 1005.

3. Evaluation of Proposals and Source Selection Decision

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

Related

Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
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)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)
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)
Res-Care, Inc. v. United States
735 F.3d 1384 (Federal Circuit, 2013)
Phoenix Management, Inc. v. United States
125 Fed. Cl. 170 (Federal Claims, 2016)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Trillion Erp Venture Tech LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/trillion-erp-venture-tech-llc-v-united-states-uscfc-2022.