United Concordia Companies, Inc. v. United States

99 Fed. Cl. 34, 2011 WL 2906142
CourtUnited States Court of Federal Claims
DecidedJuly 20, 2011
DocketNo. 11-276C
StatusPublished
Cited by6 cases

This text of 99 Fed. Cl. 34 (United Concordia Companies, 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
United Concordia Companies, Inc. v. United States, 99 Fed. Cl. 34, 2011 WL 2906142 (uscfc 2011).

Opinion

OPINION

ERIC G. BRUGGINK, Judge.

This is a post-award bid protest of the award of a contract for the continuation of a comprehensive dental insurance program for family members of military personnel worldwide. The agency handling the procurement is the Department of Defense TRICARE Management Activity (“TMA”), a field activity of the Undersecretary of Defense for Personnel and Readiness. TMA manages the TRICARE health and dental programs for active duty military members and their families. The procurement was conducted competitively pursuant to Federal Acquisition Regulation (“FAR”) part 15.

We heard oral argument on the parties’ cross-motions for judgment upon the administrative record (“AR”) on June 23, 2011; we denied plaintiffs motion for judgment and granted defendant’s and intervenor’s cross-motions by order of June 24, 2011. As stated in that order, we now issue this opinion to give our reasons for so ruling

BACKGROUND2

TMA issued a Request for Proposals (“RFP”) for the continuation of the comprehensive dental insurance program as a follow-on to the TRICARE Dental Program (“TDP”) contract on December 21, 2009. The original TDP contract was performed by United Concordia Companies, Inc. (“UCCI”). TMA amended the RFP four times. The final amendment issued on September 23, 2010. The RFP called for a competitive procurement, resulting in the award of a fixed-price incentive contract with one base year and five one-year options. The commencement of services under the new TDP contract is scheduled for February 1, 2012, with the preceding year as a transition period.

The RFP’s Description/Specification/Work Statement (“SOW’) established four objectives for the TDP contract: (1) sustain or increase enrollment; (2) increase member use of diagnostic and preventive services; (3) establish and maintain enrollee and provider satisfaction at the highest level through the delivery of a high quality dental care program meeting or exceeding all standards in the contract; and (4) cost-effective management approach to provide services, incorporating best commercial practices when practicable.

Award was to be made to the responsive and responsible offeror whose proposal represented the best overall value to the government. The RFP announced that, in making [37]*37this determination, TMA would evaluate: (1) the extent to which the proposal exhibited a clear understanding of “the work requirements and the means required to fulfill the requirements;” (2) the extent that the proposal demonstrates “an ability to meet or exceed the requirements in the RFP” and the “quality of service” likely to result from the offeror’s “proposed methods;” and (3) “the feasibility of the offeror satisfactorily performing all RFP requirements within the total price proposed.” AR 111. In doing so, the RFP established the following factors and subfactors against which to evaluate proposals:

Factor 1 — Technical Approach
Subfactor 1 — Network Development and Maintenance
Subfactor 2 — Benefieiary/Provider Services and Satisfaction
Subfactor 3 — Management Approaches
Factor 2 — Past Performance
Factor 3 — Price

AR 112. Technical approach was the most important factor. The three subfactors were of equal importance. Past performance was the second most important factor, and price was the least important. Technical approach and past performance were “significantly more important than Price” when combined. Id. The RFP did state, however, that “if two or more proposals are determined essentially equal in terms of non-price factors, the Government may determine that price is more important in the ultimate evaluation.” AR. 111.

The RFP provided a detailed description of how it would evaluate each factor and subfactor.3 Factor one and its subfaetors were to be evaluated both for merit and for “proposal risk.” “Proposal risk considers the potential for disruption of schedule, increased cost, degradation of performance, the need for increased Government resources/oversight to monitor and manage risk, and the likelihood of unsuccessful contract performance.” AR 113. The risk evaluation was to include, but was not limited to, “the proposed approach, method of process of completing tasks and the demonstrated experience in performing tasks.” Id.

Offerors were instructed to provide past performance information for both themselves and any “first-tier subcontractors.” AR 105. A “first-tier subcontractor” was defined as “a company with a direct contractual relationship with the offeror and whose total contract price exceeds $25,000,000, or a subcontractor who has direct responsibility for providing dental healthcare services, or who provides claims processing services regardless of price.” Id.

Price was evaluated for fairness and reasonableness. The RFP stated that a “Total Evaluated Price” would be calculated and then used in the best value trade off process.4 AR 114.

Five offerors timely submitted offers. Only two are relevant here: UCCI and Metropolitan Life Insurance Company (“Met Life”). Those offers were evaluated as set out in the RFP and the Source Selection Evaluation Guide (“SSEG”). The guide established the source selection organization. It consisted of a Source Selection Authority (“SSA”), Source Selection Advisory Counsel (“SSAC”), and Source Selection Evaluation Board (“SSEB”). The SSA appointed the SSAC and SSEB. The SSEB was headed by a chairman who oversaw three independent teams each responsible for the evaluation of a separate factor: the Technical Evaluation Team (“TET”); The Performance Assessment Group (“PAG”); and the Price Team.

The Evaluation Guide called for the TET to evaluate and develop technical merit and proposal risk ratings for each offeror for each subfactor along with detailed rationales for each rating. TET was instructed not to “compare one offeror’s proposal to another offeror’s proposal.” AR 575. The TET produced detailed reports for each offeror that included both what the offeror proposed and the TET’s technical merit and proposal risk ratings. The PAG evaluated past perform-[38]*38anee and established a confidence rating for each offeror. The Price Team evaluated the proposed prices for reasonableness and fairness.

After the SSEB teams issued their reports, they were reviewed by the SSAC for compliance with the evaluation criteria as detailed by the RFP. The SSEB chairman, Col. Jeff Chaffin, performed a comprehensive review of the team reports, compared proposals, and issued a best value recommendation.

The SSA, Capt. Robert Mitton, reviewed the RFP, the offerors’ final proposals, the SSEB team reports, the SSEB chairman’s report, and the SSAC’s report. He reviewed for compliance with the evaluation criteria in the RFP, compared proposals and ratings, and made the final best value determination resulting in an award decision.

The Evaluation

The TET rated both UCCI and Met Life as “Blue: exceptional” for each of the technical subfactors and assigned both a rating of “low risk” for proposal risk. The SSEG defined an exceptional rating as “exceeding] minimum requirements in a manner beneficial to the Government; no weaknesses. The offer has exceeded some requirements and is at least acceptable in all other requirements.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
99 Fed. Cl. 34, 2011 WL 2906142, Counsel Stack Legal Research, https://law.counselstack.com/opinion/united-concordia-companies-inc-v-united-states-uscfc-2011.