Veterans Evaluation Services, Inc. v. United States

132 Fed. Cl. 610
CourtUnited States Court of Federal Claims
DecidedJune 23, 2017
Docket17-80C; 17-83C
StatusPublished
Cited by3 cases

This text of 132 Fed. Cl. 610 (Veterans Evaluation Services, 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
Veterans Evaluation Services, Inc. v. United States, 132 Fed. Cl. 610 (uscfc 2017).

Opinion

Post-Award Bid Protest; Judgment Upon the Administrative Record, RCFC 52.1; Permanent Injunction; Supplementing the Administrative Record.

MEMORANDUM OPINION AND ORDER

LYDIA KAY GRIGGSBY, Judge

I. INTRODUCTION

'In these related, post-award bid protest matters, plaintiffs, QTC Medical Services, Inc. (“QTC”) and Veterans Evaluation Services, Inc. (“VES”), seek to set aside the Department of Veterans Affairs’ (“VA”) award decisions with respect to several indefinite delivery/indefinite quantity (“IDIQ”) contracts to provide medical disability examinations (“MDEs”) throughout the United States. Plaintiffs have moved for judgment upon the administrative record, pursuant to Rule 52.1 of the Rules of the United States Court of Federal Claims (“RCFC”). The government and the defendant-intervenors in these matters — Logistics Health, Inc. (“LHI”), Medical Support Los Angeles (“MSLA”), VetFed Resources, Inc. (“VetFed”), and QTC — have also moved for judgment upon the administrative record, pursuant to RCFC 52.1. In addition, the government has moved to strike certain documents that QTC has submitted in support of its motion for judgment upon the administrative record.

For the reasons discussed below, the Court DENIES plaintiffs’ motions for judgment upon the administrative record; GRANTS the government’s consolidated cross-motion for judgment upon the administrative record; GRANTS the defendant-intervenors’ motions for judgment upon the administrative record; GRANTS the government’s motion to strike; and DENIES, as moot, plaintiffs’ motion for clarification.

II. FACTUAL AND PROCEDURAL BACKGROUND 1

A. Factual Background

In these related, post-award bid protest matters, plaintiffs, QTC and VES, challenge the VA’s decisions to award several indefinite delivery/indefinite quantity contracts to provide MDEs to veterans throughout the United States. See generally QTC Compl; VES Am. Compl. In their respective motions for judgment upon the administrative record, plaintiffs assert six challenges to the VA’s award decisions, namely, plaintiffs allege that: (1) the VA conducted misleading and unequal discussions regarding pricing; (2) the VA failed to exclude non-competitive of-ferors’ high pricing from its benchmark calculations; and (3) the VA violated the terms of the solicitation by awarding contracts in the same district to LHI and MSLA, after *615 these two companies merged and came to share a corporate parent. QTC Compl ¶¶ 4-9, 46-90; VES Am. Compl. ¶¶ 5, 7-8,- 10, 99-104,110-14,120-24.

In addition, QTC alleges that the VA deprived QTC of meaningful discussions by telling QTC that the subject procurement had been overcome by events. QTC Compl. ¶¶ 9, 91-94. VES also alleges that: (1) the VA’s price evaluation was flawed, because the VA only considered cost during the base year of the contracts, rather than for all option years; and (2) the VA failed to document its best value determinations. VES Am. Compl. ¶¶ 6, 9, 105-09, 115-19. As relief, plaintiffs request that, among other things, the Court set aside the VA’s award decisions and direct the VA to conduct discussions and re-evaluate responsive proposals. QTC Compl. at Prayer for Relief; VES Am. Compl. ¶ 124.

1.The Initial RFP

On September 25, 2015, the VA issued the Solicitation No. VA119A-15-R-0150, request ing proposals to provide MDEs for veterans at locations throughout the United States (“RFP”). AR at 18816-17. The RFP contemplates the award of at least one, and up to two, IDIQ contracts in seven districts for this purpose. Id. at 18932. Each of these contracts would have a 12-month base period, and four 12-month option periods. Id. at 18816.

The RFP provides that contract awards would be based upon a best-value, tradeoff basis, considering price and three other non-price factors in the following descending order of importance: (1) technical approach; (2) past performance; and (3) socioeconomic considerations. Id. at 18933. The RFP further provides that, in combination, the non-price factors are significantly more important than price. Id.

On November 4, 2015, ER Williams, Financial Designs, MCN, MediNet, MRG Exams, Spectrum, Sterling, LHI, MSLA, QTC, VES, and VetFed submitted proposals in response to the RFP. Id. at 31752. Following the evaluation of the responsive proposals, the VA awarded contracts to VES, VetFed, and QTC on March 28, 2016. Id. at 14643-45.

2.First GAO Protest

Following the award of these contracts, VES, LHI, and MSLA filed protests before the Government Accountability Office (“GAO”), and the GAO sustained those protests in part. Id. at 14645, 14663. Specifically relevant here, the GAO concluded in those protests that the VA’s' price evaluation for the RFP was unreasonable, because the VA did not consider any estimate of the various quantities that would be ordered under each contract line item (“CLIN”) and subcontract line item (“subCLIN”). Id. at 14657-59. And so, the GAO recommended that the VA analyze the comparative costs by using a sample task order, or other hypothetical pricing scenarios. Id.

The GAO also concluded that the VA had conducted misleading discussions regarding the evaluation of price reasonableness, because the VA calculated the benchmark for ascertaining whether offerors’ prices were reasonable after the initial proposals were submitted and, subsequently, calculated another benchmark for ascertaining whether offerors’ prices were reasonable after final revised proposals had been submitted. Id. at 14659-61. And so, the GAO further concluded that the VA’s “moving benchmark” violated the Federal Acquisition Regulation (“FAR”). Id.

3.Revised RFP And Amendment 8

The VA took corrective action to remedy the concerns identified by the GAO in the aforementioned protests by issuing Amendment 8 to the RFP. Id. at 16213. Amendment 8 provides for the evaluation of CLIN and subCLIN prices using a sample task order. Id. at 16214, 16225-34, 22907-11. The VA informed the offerors that the quantities set forth in this sample task order “will be used for price evaluation purposes only and are representative of the volume of exams that might be expected for any of the Districts and periods of performance.” Id. at 17246.

In addition, Amendment 8 provides that the VA would evaluate CLIN and subCLIN unit prices and the sample task order price to determine whether offerors’ prices were fair and reasonable, and that the price reasonableness evaluation would be conducted using price analysis techniques prescribed in *616 FAR 5.404-l(b). Id. at 16229. Amendment 8 also provides that proposed pricing would be evaluated in accordance with FAR 15.404-1(g), to ensure balance. Id. Finally, Amendment 8 provides that offerors may submit revised proposals that are limited to the price and past performance elements of the proposal. Id. at 16213-14.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
132 Fed. Cl. 610, Counsel Stack Legal Research, https://law.counselstack.com/opinion/veterans-evaluation-services-inc-v-united-states-uscfc-2017.