Value Recovery Holding, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 24, 2022
Docket21-1467
StatusUnpublished

This text of Value Recovery Holding, LLC v. United States (Value Recovery Holding, 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
Value Recovery Holding, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims

VALUE RECOVERY HOLDING, LLC,

Plaintiff, No. 21-1467 (Filed: August 1, 2022) v. (Re-issued: August 23, 2022)* THE UNITED STATES OF AMERICA,

Defendant.

Suzanne Sumner, Dayton, OH, for Plaintiff.

Michael Damien Snyder, Civil Division, United States Department of Justice, Washington, DC, for Defendant.

OPINION AND ORDER

LERNER, Judge.

This is a case under the Contract Disputes Act (“CDA”), 41 U.S.C. § 7101. Plaintiff, Value Recovery Holding, LLC (“VRH”), seeks review of the Department of Education (“ED” or “the Department”) contracting officer’s final decision to deny its claim for allegedly reasonable and allocable costs incurred prior to the Department terminating the Contract for the convenience of the government. The Government filed a Motion to Dismiss the Amended Complaint under Rule 12(b)(6) of the United States Court of Federal Claims (“RCFC”), alleging that VRH fails to state a claim upon which relief can be granted because the costs it seeks to recover are not allowable under the terms of the Contract or the Federal Acquisition Regulation (“FAR”). Def.’s Mot. to Dismiss the Am. Compl. (“Def.’s Mot.”), ECF No. 21. Moreover, the Government asserts that VRH assumed the risk that the particular costs it incurred would not be reimbursable under the Contract. In contrast, VRH alleges that the costs were necessary, reasonable, and allocable given the circumstances and language of both the Contract and stop work order the Department issued prior to termination.

For the reasons set forth below, the Motion to Dismiss is DENIED.

* The Court initially filed this opinion under seal to allow the parties to propose redactions. The Court has incorporated the proposed redactions in this public version of the opinion. Words or phrases that are redacted have been replaced with [ * * * ]. I. Factual Background1

A. The Contract

On December 9, 2016, the Department awarded VRH a contract (“the Contract”), which was one of seven contracts under a multiple-award, indefinite delivery/indefinite quantity (“IDIQ”) vehicle for student loan debt collection services (“the Umbrella Contract”). Am. Compl. ¶ 11, ECF No. 15. The Contract was valued at $417,100,002 and contemplated a five- year base period of performance with one five-year optional extension. Id. ¶ 6. ED would assign work under the Contract by issuing task orders to awardees for one-year periods of performance. Id. The work to be performed on each task order, which would involve collecting payments from delinquent student loan accounts, was outlined at Contract Section B.3 and the attached Schedule. Pl.’s Ex. 2 at 3, 6, 72–73 (the Contract), ECF No. 15-2. The Contract established fixed prices for commissions and fees that contractors could earn associated with each discrete line item. Id.

Like the IDIQ contracts awarded under the Umbrella Contract, the Solicitation and the Contract required VRH to obtain an Authorization to Operate (“ATO”) from the Department’s Office of Federal Student Aid (“FSA”) in order to be eligible to receive delinquent student accounts for collection (i.e., task orders). Id. ¶ 7, 12. An ATO is an information security requirement designed to ensure compliance with certain cyber security standards. Id. ¶ 15 (quoting Pl.’s Ex. 3 at 28–29 (Performance Work Statement, “PWS”), ECF No. 15-3); see also id. ¶¶ 8–9. For example, an awardee’s information system must have adequate controls to protect the confidentiality, integrity, and availability of data shared between the government and a contractor, including third-party data. Id. ¶ 8. “[O]btaining an ATO is a complex, highly technical, and resource-intensive process.” Id. ¶ 10. With respect to the ATO requirement, the Contract stated:

C.2.41 Contractor Performance Monitoring and Evaluation (Allocation Methodology) In the first few months of performance under the initial task orders, the Department intends to transfer a fixed number of accounts to every contractor. The number of transfers will not necessarily be equal and the [Department] may make adjustments based on a variety of factors, including but not limited to the Contractors [sic] ability to secure an Authority to Operate (ATO), staffing levels, etc. After those first few months, the Department will implement the Contractor Performance Monitoring and Evaluation (CPME) system to monitor and evaluate each contractor’s on-going performance, on a quarterly basis.

Pl.’s Ex. 2 at 54 (the Contract).

1 This section does not set forth factual findings. Rather, it describes the case in terms of the facts alleged in the Amended Complaint, which must be taken as true, with all reasonable inferences construed in Plaintiff’s favor on a motion to dismiss. See Erickson v. Pardus, 551 U.S. 89, 93–94 (2007).

2 The Contract’s Performance Work Statement (“PWS”) contains additional requirements regarding the ATO, explains how the Contract operates for awardees who already have a standing ATO versus those who do not, and generally indicates the complexity of the ATO process. Am. Compl.¶¶ 13–15, 18–19; Pl.’s Ex. 3 (PWS). Notably, it states:

FSA’s initial transfer will be approximately 5,000 to 15,000 accounts after approval of the Authorization to Operate (ATO) and upon successful implementation of the deliverables as outlined in Section 5, Contract Deliverables. Though FSA has the final determination on all transfer amounts, the first several transfers may be level until after the CIE.

Pl.’s Ex. 3 at 4 (PWS). The “CIE” refers to the Contract Implementation Evaluation process, which is “necessarily related to the ATO.” Am. Compl. at ¶ 18. It assesses a contractor’s “system related operations, the interface between the Contractor’s computer system(s) and the FSA-System, and the administrative interface between the Contractor and FSA.” Pl.’s Ex. 3 at 5 (PWS). The PWS provides that failure to timely complete the CIE process results in account transfers being stopped, only to resume once the CIE is completed. Pl.’s Ex. 3 at 6 (PWS). Plaintiff alleges these requirements imposed “severe consequences for an IDIQ awardee who fails to quickly obtain an ATO or to otherwise satisfy the CIE evaluation process shortly after contract award.” Am. Compl. ¶ 20.

The PWS also explains that contractors whose systems are already in operation under an ATO have their systems “entered into FSA’s Continuous Security Authorization (CSA) program and will not have a specific reauthorization date.” Pl.’s Ex. 3 at 29 (PWS). Such contractors can immediately begin receiving accounts. See id. at 28–29; Am. Compl. ¶ 15. Conversely, contractors without an ATO must first “complete a FISMA [Federal Information Security Management Act of 2002] compliant security authorization and receive a formal ATO prior to receiving data.” Id. This imposes increasingly technical demands, requiring contractors to “use NIST’s risk management framework and use an independent source approved by FSA’s ISSO [information system security officer] to perform a full NIST SP 800-53 controls’ test and mitigate all deficiencies to a low level of risk prior to receiving a formal ATO.” Id. As the only non-incumbent of the seven IDIQ awardees, VRH was also the only one that did not already possess a standing ATO and was not immediately eligible to receive student loan accounts. Am. Compl. ¶¶ 11, 16. Plaintiff argues this placed it at a significant disadvantage compared to other IDIQ awardees. Id.

B. Bid Protest History, the Stop Work Order, and Termination of the Contract for Convenience

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

Related

United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
United States v. Mitchell
463 U.S. 206 (Supreme Court, 1983)
Erickson v. Pardus
551 U.S. 89 (Supreme Court, 2007)
Bell Atlantic Corp. v. Twombly
550 U.S. 544 (Supreme Court, 2007)
Ashcroft v. Iqbal
556 U.S. 662 (Supreme Court, 2009)
M. Maropakis Carpentry, Inc. v. United States
609 F.3d 1323 (Federal Circuit, 2010)
Rhi Holdings, Inc. v. United States
142 F.3d 1459 (Federal Circuit, 1998)
Colonel David W. Palmer, II v. United States
168 F.3d 1310 (Federal Circuit, 1999)
Michael Massey and John Otten, M.D. v. David Helman
196 F.3d 727 (Seventh Circuit, 2000)
Daniel A. Lindsay v. United States
295 F.3d 1252 (Federal Circuit, 2002)
Nicon, Inc. v. United States
331 F.3d 878 (Federal Circuit, 2003)
Jacobs Engineering Group, Inc. v. United States
434 F.3d 1378 (Federal Circuit, 2006)
Crewzers Fire Crew Transport, Inc. v. United States
111 Fed. Cl. 148 (Federal Claims, 2013)
Steel Co. v. Citizens for a Better Environment
523 U.S. 83 (Supreme Court, 1998)
Crewzers Fire Crew Transport, Inc. v. United States
741 F.3d 1380 (Federal Circuit, 2014)
Raytheon Company v. United States
747 F.3d 1341 (Federal Circuit, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Value Recovery Holding, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/value-recovery-holding-llc-v-united-states-uscfc-2022.