Veteran Technology Integrators, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJuly 10, 2019
Docket18-1751
StatusPublished

This text of Veteran Technology Integrators, LLC v. United States (Veteran Technology Integrators, 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
Veteran Technology Integrators, LLC v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 18-1751C Filed Under Seal: July 1, 2019 Reissued: July 10, 2019*

) VETERAN TECHNOLOGY ) INTEGRATORS, LLC, ) ) Plaintiff, ) Post-Award Bid Protest; Judgment Upon ) the Administrative Record; RCFC 52.1; v. ) Injunctive Relief; Standing; Waiver; ) Subject-Matter Jurisdiction; RCFC THE UNITED STATES, ) 12(b)(1). ) Defendant. ) )

Theodore P. Watson, Counsel of Record, Watson & Associates, LLC, Aurora, CO; Wojciech Z. Kornacki, Watson & Associates, LLC, Of Counsel, for plaintiff.

Robert C. Bigler, Trial Attorney, Deborah A. Bynum, Assistant Director, Robert E. Kirschman, Jr., Director, Joseph H. Hunt, Assistant Attorney General, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC; Edward Weber, Of Counsel, United States Department of Commerce, for defendant.

MEMORANDUM OPINION AND ORDER GRIGGSBY, Judge

I. INTRODUCTION

Plaintiff, Veteran Technology Integrators, LLC (“VTI”), brings this post-award bid protest action challenging the United States Department of Commerce’s (the “Commerce Department”) decision to reject its proposal in response to a solicitation for cyber security unity support services as non-conforming to the solicitation’s requirements and to award a blanket

* This Memorandum Opinion and Order was originally filed under seal on July 1, 2019 (docket entry no. 23). The parties were given an opportunity to advise the Court of their views with respect to what information, if any, should be redacted from the Memorandum Opinion and Order. The parties filed a joint status report on July 9, 2019 (docket entry no. 25) indicating that no redactions are necessary. And so, the Court is reissuing its Memorandum Opinion and Order, dated July 1, 2019 as the public opinion. purchase agreement for these services to Goldbelt Hawk, LLC. The government has moved to dismiss this matter for lack of subject-matter jurisdiction, pursuant to RCFC 12(b)(1). See generally Def. Mot. The parties have also filed cross-motions for judgment upon the administrative record, pursuant to RCFC 52.1. See generally Pl. Mot.; Def. Mot.

For the reasons discussed below, the Court: (1) GRANTS the government’s motion to dismiss; (2) DENIES-AS-MOOT the parties’ cross-motions for judgment upon the administrative record; and (3) DISMISSES the complaint.

II. FACTUAL AND PROCEDURAL BACKGROUND1

A. Factual Background

In this post-award bid protest matter, VTI challenges the Commerce Department’s decision to reject its proposal as non-conforming and to award a blanket purchase agreement to provide cyber security unity support services to Goldbelt Hawk, LLC (the “Cybersecurity Contract”). Compl. at ¶ 1; see also AR Tab 19 at 718. Specifically, VTI alleges that the Commerce Department incorrectly determined that VTI was noncompliant with the mandatory requirements of the solicitation for the Cybersecurity Contract and that the agency’s contracting officer wrongfully excluded VTI from consideration for award. Compl. at ¶ 1. As relief, VTI requests that the Court: (1) declare that the Commerce Department violated the Competition in Contracting Act (“CICA”) and misapplied the rules of mentors and protégés under the Small Business Administration (“SBA”) All-Small Mentor Protégé Program; (2) direct the agency to evaluate VTI’s proposal; and (3) award VTI costs, including reasonable attorneys’ fees. Id. at Prayer for Relief.

1. The Solicitation

As background, VTI is a joint venture pursuant to the SBA’s All-Small Mentor Protégé Program between Mainstay Information Solutions, LLC (the protégé) and Technatomy Corporation (the mentor). Compl. at ¶ 2.

1 The facts recited in this Memorandum Opinion and Order are taken from the administrative record (“AR”); plaintiff’s complaint (“Compl.”); plaintiff’s motion for judgment upon the administrative record (“Pl. Mot.”); and the government’s motion to dismiss and cross-motion for judgment upon the administrative record (“Def. Mot.”). Except where otherwise noted, all facts recited herein are undisputed.

2 On April 5, 2018, the Commerce Department issued Solicitation No. SS1301-18-RP- 0005 (the “Solicitation”) seeking proposals to provide critical Department-wide cyber security unity support services from a small-business set aside. AR Tab 8 at 88-174. The Solicitation was for the award of a single blanket purchase agreement (“BPA”), with a five-year ordering period. AR Tab 8 at 91; AR Tab 9 at 181. The task orders issued pursuant to the BPA, would be fixed-price services and/or supply task orders. AR Tab 8 at 108.

Of particular relevance here, Section 1.4 of the Solicitation requires that all offerors hold a General Services Administration (“GSA”) Federal Supply Schedule 70 Contract (“FSS 70 Contract”). AR Tab 9 at 181. In this regard, the Solicitation provides that “[i]n order to be eligible for award an offeror must hold a [GSA] FSS 70 contract with SIN 132-51.” Id.

In addition, Section 1.3 of the Solicitation requires that a prospective bidder hold its own top secret facility clearance (“TS-FCL”). Id. In this regard, the Solicitation provides that:

Fulfillment of this requirement will require the prime contractor to have and maintain a Top Secret Facility Clearance (TS-FCL) with eligibility for access to Sensitive Compartmented Information (SCI). The Facility Clearance must be possessed and be current at the time of proposal submission. Any proposal that is submitted by a contractor that does not hold a TS-FCL will not be considered for award.

Id.

With regards to the evaluation of responsive proposals, the Solicitation also provides that the Commerce Department will consider three evaluation factors: (1) Technical; (2) Past Performance; and (3) Price. AR Tab 8 at 102. The Solicitation further provides that the agency will make an award decision based upon the best value to the government. Id. Lastly, the Solicitation provides that the Technical factor is more important than the Past Performance factor and that these two non-price factors, when combined, are approximately equal to Price. Id.

On May 10, 2018—prior to the deadline to submit responsive proposals—the SBA informed VTI that it was not eligible for award of the Cybersecurity Contract because VTI did not hold a FSS 70 Contract. AR Tab 30 at 865; see also AR Tab 9 at 336 (stating that the deadline to submit proposals was May 14, 2018). Specifically, the SBA informed VTI that:

3 [A Joint Venture] JV must have an IT 70 Schedule. GSA policy does not transfer the JV partners Schedule to the JV. Based on that, your JV would not be eligible to compete on this set-aside.

AR Tab 30 at 865. On May 11, 2018, VTI timely submitted its proposal. See generally AR Tab 13.

2. Evaluation Of Proposals And Award

During the evaluation of proposals for the Cybersecurity Contract, the contracting officer determined that four proposals, including VTI’s proposal, did not comply with the Solicitation’s mandatory requirements. AR Tab 17 at 637-38. And so, the contracting officer eliminated VTI’s proposal from further consideration. Id. at 638.

After conducting an evaluation of the remaining responsive proposals, the agency performed a best value analysis and determined that Goldbelt Hawk, LLC provided the best value to the government. AR Tab 19 at 718. And so, the Commerce Department awarded the Cybersecurity Contract to Goldbelt Hawk, LLC on August 20, 2018. Id.; see generally AR Tab 20.

3. VTI’s Debriefing

Thereafter, the Commerce Department notified VTI that its proposal was not evaluated due to noncompliance with the Solicitation’s mandatory requirements. AR Tab 25 at 852-54.

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Califano v. Sanders
430 U.S. 99 (Supreme Court, 1977)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Lujan v. Defenders of Wildlife
504 U.S. 555 (Supreme Court, 1992)
Erickson v. Pardus
551 U.S. 89 (Supreme Court, 2007)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
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)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
Ramcor Services Group, Inc. v. United States
185 F.3d 1286 (Federal Circuit, 1999)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)

Cite This Page — Counsel Stack

Bluebook (online)
Veteran Technology Integrators, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/veteran-technology-integrators-llc-v-united-states-uscfc-2019.