Trilogy Federal, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 22, 2022
Docket21-1067
StatusPublished

This text of Trilogy Federal, LLC v. United States (Trilogy Federal, 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
Trilogy Federal, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 21-1067C

(E-Filed: March 22, 2022) 1

) TRILOGY FEDERAL, LLC, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) Post-Award Bid Protest; Motion for ) Judgment on the Administrative Record; Defendant, ) RCFC 52.1; Standing; Prejudice. ) and ) ) APTIVE RESOURCES, LLC, ) ) Intervenor-defendant. ) )

Kelsey M. Hayes, Tysons, VA, for plaintiff. Terry L. Elling and Hillary J. Freund, of counsel.

Sonia W. Murphy, Trial Attorney, with whom were Brian M. Boynton, Acting Assistant Attorney General, Martin F. Hockey, Jr., Acting Director, and Reginald T. Blades, Jr., Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, for defendant. Frank V. DiNicola, Desiree A. DiCorcia, Tara T. Nash, and Tobias Hunziker, Eatontown, NJ, United States Department of Veterans Affairs, of counsel.

John R. Prairie, Washington, DC, for intervenor-defendant. Cara L. Lasley and Jennifer Eve Retener, of counsel.

1 This opinion was originally issued under seal on March 1, 2022. See ECF No. 65. The parties were invited to identify all competition-sensitive information subject to deletion on the basis that the material is protected and privileged. No redactions were proposed by the parties. See ECF No. 67 (joint status report). Thus, the sealed and public versions of this opinion are identical, except for the publication date and this footnote. OPINION

CAMPBELL-SMITH, Judge.

Plaintiff filed this bid protest challenging the Department of Veterans Affairs’ (VA) decision to exclude plaintiff from the competitive range in a procurement for information technology (IT) services. See ECF No. 1 (complaint). Plaintiff filed a motion for judgment on the administrative record (AR) in this case, ECF No. 34; and defendant and intervenor-defendant each filed cross-motions for judgment on the AR, ECF No. 36; ECF No. 44. After the initial briefing was complete, the court ordered the parties to submit supplemental briefs on the issue of standing, see ECF No. 60, and the parties did so, see ECF No. 61; ECF No. 62; ECF No. 63.

In ruling on the motions, the court has considered: (1) plaintiff’s complaint, ECF No. 1; (2) the AR, ECF No. 15, ECF No. 18; 2 (3) plaintiff’s motion for judgment on the AR, ECF No. 34; (4) intervenor-defendant’s cross-motion for judgment on the AR and response to plaintiff’s motion, ECF No. 36; (5) defendant’s cross-motion for judgment on the AR and response to plaintiff’s motion, ECF No. 44; (6) plaintiff’s reply in support of its motion and response to the cross-motions, ECF No. 54; (7) intervenor-defendant’s reply in support of its cross-motion, ECF No. 56; (8) defendant’s reply in support of its cross-motion, ECF No. 58; (9) defendant’s supplemental brief, ECF No. 61; (10) intervenor-defendant’s supplemental brief, ECF No. 62; and (11) plaintiff’s supplemental brief, ECF No. 63.

The motions are now fully briefed, and ripe for decision. The parties did not request oral argument, and the court deems such argument unnecessary. The court has considered all of the parties’ arguments and addresses the issues that are pertinent to the court’s ruling in this opinion. For the following reasons, plaintiff’s motion for judgment on the AR is DENIED, and defendant’s and intervenor-defendant’s cross-motions for judgment on the AR are GRANTED.

2 When defendant initially filed the administrative record (AR) on March 24, 2021, see ECF No. 15, it included a redacted version of the documents under “Tab 68 of the [AR],” and plaintiff requested an unredacted version. See ECF No. 16 at 1 (defendant’s motion to amend the AR). Defendant therefore moved to complete the AR on April 2, 2021, to include the unredacted version of the document. See id. The court granted the motion and directed defendant to file the amended document as a separate docket entry. See ECF No. 17 (order). Defendant did so on April 2, 2021. See ECF No. 18.

2 I. Background 3

A. The Solicitation

On November 12, 2019, the VA issued solicitation number 36C10B19R0046, for IT services as part of the Transformation Twenty-One Total Technology Next Generation (T4NG) contract on-ramp program (the solicitation). 4 See ECF No. 15-1 at 463-598 (solicitation). The procurement provides for a five-year contract base period and one five-year option period, with a maximum value of $22.3 billion. See id. at 469, 478. The solicitation explained the scope of the procurement as follows:

The Contractor shall provide total IT services solutions including the following functional areas: program management, strategy, enterprise architecture and planning; systems/software engineering; software technology demonstration and transition; test and evaluation; independent verification and validation; enterprise network; enterprise management framework; operations and maintenance; cybersecurity; training; IT facilities; and other solutions encompassing the entire range of IT and Health IT requirements, to include software and hardware incidental to the solution. Accordingly, Task Orders may include acquisitions of software and IT products . . . . These services, as well as related IT products, may encompass the entire life-cycle of a system. Moreover, services and related products covered under this contract shall be global in reach and the Contractors must be prepared to provide services and deliverables worldwide.

Id. at 474.

The solicitation was issued “anticipating that a significant number of the [service- disabled veteran-owned small business (SDVOSB)] contractors would no longer qualify as SDVOSBs” at the end of the initial five-year contract period. ECF No. 44 at 9 (citing ECF No. 15-1 at 425, 463). The solicitation also explained that “[t]his competition is being conducted pursuant to the on-ramp clause of the T4NG basic contract. The Government intends to award seven (7) contracts to verified [SDVOSBs].” ECF No. 15- 1 at 594. The VA, however, reserved the right to adjust that number in its discretion. See id. Awards were to be made on a best-value basis, considering five evaluation factors, including “Technical, Past Performance, Veterans Employment, Small Business

3 This case involves considerable detail. For purposes of deciding these motions the court will relate only those details that are necessary to the instant analysis. 4 The copy of the solicitation included in the AR is not dated, but the index filed by defendant, see ECF No. 15-24 at 3, and presentation slides from the Source Selection Advisory Council’s May 27, 2020 initial evaluation briefing, see ECF No. 15-3 at 310, indicate that the solicitation was issued on November 12, 2019. 3 Participation Commitment Factor (SBPC), and Price.” Id. Those factors were valued as follows:

The Technical Factor is significantly more important than the Past Performance Factor, which is slightly more important than the Veterans Employment Factor which is slightly more important than the SBPC Factor, which is slightly more important that the Price Factor. The Technical Factor has two (2) Sub-factors: Sample Task Sub-Factor and Management Sub- factor. Within the Sample Task Sub-factor, Sample Task 1 and Sample Task 2 are equally important. The Sample Task Sub-factor is significantly more important than the Management Sub-factor. All non-price factors, when combined, are significantly more important than the Price Factor. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for the Technical Factor, all Technical Sub-factors, and the SBPC Factor. Offerors are cautioned that the awards may not necessarily be made to the lowest Price offered or the most highly rated technical proposals.

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)
Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
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)
United States v. Ford Motor Company
463 F.3d 1267 (Federal Circuit, 2006)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Science and Management Resources, Inc. v. United States
117 Fed. Cl. 54 (Federal Claims, 2014)
Enhanced Veterans Solutions, Inc. v. United States
131 Fed. Cl. 565 (Federal Claims, 2017)
Precision Asset Management Corp. v. United States
125 Fed. Cl. 228 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
Trilogy Federal, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/trilogy-federal-llc-v-united-states-uscfc-2022.