University Research Co. v. United States

65 Fed. Cl. 500, 2005 U.S. Claims LEXIS 151, 2005 WL 1330455
CourtUnited States Court of Federal Claims
DecidedMay 23, 2005
DocketNo. 04-1177C
StatusPublished
Cited by51 cases

This text of 65 Fed. Cl. 500 (University Research Co. 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
University Research Co. v. United States, 65 Fed. Cl. 500, 2005 U.S. Claims LEXIS 151, 2005 WL 1330455 (uscfc 2005).

Opinion

OPINION AND ORDER

WOLSKI, Judge.

This post-award bid protest was before the Court on the plaintiffs motion for a preliminary injunction. The plaintiff, University Research Co. (“URC”), requested that the Court enjoin defendant United States (“Government”) from initiating the transition to, and from continuing the performance of, the contract awarded to IQ Solutions, Inc. (“IQS”) under RFP No. 277-04-6091 (“Solicitation”). University Research Co. argued that the Government’s award of the contract was unreasonable, challenging the assessment of past performance and the cost realism analysis as arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law. The Government and IQS opposed the granting of this motion. The Court issued a preliminary injunction on May 6, 2005. This opinion explains that decision.

I. BACKGROUND

The plaintiff is the unsuccessful bidder for a contract awarded under a request for proposals issued by the Department of Health and Human Services, Substance Abuse and Mental Health Services Administration (“SAMHSA”). The Solicitation was for the operation of a clearinghouse for the public to acquire information and referrals about substance abuse and mental health issues from the federal government. Admin. R. 473, 545-47. The successful contractor will be responsible for providing information by telephone, internet, and mail to members of the public. Id.; see also id. at 546-77 (Performance Work Statement). Currently, URC provides these clearinghouse services for the incumbent prime contractor, Social and Health Services Ltd. Id. at 2321. The Solicitation has been the subject of two bid protests before the Government Accountability Office (“GAO”).I. 2 University Research Co., B-294358.6, 2005 U.S. Comp. Gen. LEXIS 73, 2005 WL 1026055 (2005); University Research Co., B-294358, 2004 CPD 1Í 217, 2004 WL 2496439 (2004). Moreover, this Court, on August 6, 2004, issued a preliminary injunction enjoining the agency from overriding the automatic stay provision of the Competition in Contracting Act (“CICA”), 31 U.S.C. § 3553(d)(3)(A), pending a determination by the GAO of the merits of the plaintiffs protest.

A. The Solicitation

The Solicitation, issued on December 19, 2003, anticipated the award of a one year cost-plus-award-fee contract with four one-year options. Admin. R. 469,473, 490. The purpose of this procurement was to realign SAMHSA’s health information dissemination programs under what amounts to a single roof. Id. at 473, 546. Currently, the services covered by the Solicitation are dispersed across multiple contracts. Id. Included in the procurement is the operation of the National Clearinghouse for Alcohol and Drug Information (“NCADI”) and the National Mental Health Information Clearinghouse (“NMHIC”). Id. at 473, 545-46. The NCA-DI provides information services related to substance abuse and is the hub of the federal government’s efforts to gather and communicate information about effective prevention, intervention, and treatment policies, programs, and practices. Id. The NMHIC is a source of information and referrals, to users of mental health services and their families, service providers, policy makers, the media, and the general public. Id.

B. The Source Selection Determinations

The agency’s original Source Selection Determination was made on June 30, 2004, by the Contracting Officer (“CO”). Admin. R. 387-93. The CO determined that of the six proposals submitted, three were in the competitive range: the proposals from Dan-ya/JBS Joint Venture (“Danya”), IQS, and [502]*502URC. Id. at 388. The offerors in the competitive range were given a technical review score on a 100 point scale, a past performance score on a 36 point scale, and a total score that combined the technical and past performance scores. Id. at 388-89. Danya received a technical score of 83.8, and a past performance score of 28.9, for a total score of 112.7. Id. at 389. IQS received a technical score of 93.3, and a past performance score of 31.2, for a total score of 124.5. Id. And, URC received a technical score of 88.7, and a past performance score of 29.8, for a total score of 118.5. Id. The proposals were also evaluated for cost. The final revised costs for the offerors were as follows: Danya, $85,130,845; IQS, $57,122,677; URC, $63,148,266. Id. After considering the evaluation scores and proposed costs, the CO determined that “IQ Solutions is technically excellent and technically superior to other offerors, offers reasonable and realistic estimated costs, has low performance risk, and offers the best overall value to the Government.” Id. at 392.

The second Source Selection Determination was made on December 22, 2004, by a new CO, after URC’s first bid protest before the GAO was sustained. Admin. R. 2756-70. In the second determination, only IQS and URC were considered. See id. at 2759. The second determination again considered the offerors’ technical and past performance evaluations and conducted a cost realism analysis of the offerors’ proposed costs. IQS received a technical score of 94.4 and a past performance score of 33.12, and its final evaluated cost was $61,130,093. Id. at 2769. URC received a technical score of 92.8 and a past performance score of 32.33, and its final evaluated cost was $67,274,293. Id. at 2769. The CO concluded that “[a]lthough technical considerations were paramount in this acquisition, since the technical scores were almost equal with IQ slightly higher, IQ is 10.05% lower in cost or $6,144,200 (using cost realism), and it is recommended that the award be made to IQ as the best value to the government.” Id.

C. Procedural History

On July 19, 2004, the plaintiff filed an application for a temporary restraining order and a motion for a preliminary injunction in this Court. At that time URC sought to enjoin the Government from continuing performance of the award of the contract to IQS pending the receipt of a mandatory debriefing from the contracting officer and an opportunity to file a bid protest in the GAO. Before the Court could rule on URC’s application and motion, URC received the debriefing and filed a bid protest in the GAO on July 21, 2004, triggering the CICA automatic stay provision.3 On August 2, 2004, however, the Government decided, pursuant to 31 U.S.C. § 3553(d)(3)(C)(i)(I), to override the automatic stay.4

Accordingly, URC again filed an application for a temporary restraining order and a motion for a preliminary injunction in this Court seeking to enjoin the Government, pursuant to RAMCOR Services Group, Inc. v. United States, 185 F.3d 1286, 1291 (Fed. Cir.1999),5 from overriding the automatic [503]*503stay, so that the GAO could consider its bid protest.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
65 Fed. Cl. 500, 2005 U.S. Claims LEXIS 151, 2005 WL 1330455, Counsel Stack Legal Research, https://law.counselstack.com/opinion/university-research-co-v-united-states-uscfc-2005.