Vion Corporation v. United States

122 Fed. Cl. 559, 2015 WL 4747259
CourtUnited States Court of Federal Claims
DecidedAugust 10, 2015
Docket15-354C
StatusPublished
Cited by15 cases

This text of 122 Fed. Cl. 559 (Vion Corporation 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
Vion Corporation v. United States, 122 Fed. Cl. 559, 2015 WL 4747259 (uscfc 2015).

Opinion

Post-Award Bid Protest; Tucker Act; 28 U.S.C. § 1491(b); RCFC 52.1; Federal Acquisition Regulation (FAR); Price Realism Analysis; Organizational Conflict of Interest; Supplementation of the Administrative Record.

MEMORANDUM OPINION AND ORDER

GRIGGSBY, Judge

I. INTRODUCTION

This post-award bid protest challenges the decision of the Defense Information Systems Agency (“DISA”) to award Solicitation No. HC1028-13-R-0015, for information technology storage infrastructure services, to World Wide Technology, Inc. (“WWT”). Plaintiff, ViON Corporation (“ViON”), challenges the agency’s award decision on four grounds: *563 First, ViON alleges that DISA did not appropriately evaluate the technical merits of WWT’s proposal. Second, ViON alleges that the agency failed to conduct a price realism analysis of WWT’s proposal. Third, ViON alleges that WWT’s proposal improperly took exception to several material terms of the solicitation. Lastly, ViON contends that DISA failed to investigate a potential organizational conflict of interest involving WWT.

The matter is before the Court on the parties’ cross-motions for judgment on the administrative record, pursuant to Rule 52.1 of the Rules of the United States Court of Federal Claims (“RCFC”). For the reasons discussed below, the administrative record shows that the agency’s award decision was reasonable and in accordance with the terms of the solicitation and applicable law. And so, the Court (1) DENIES plaintiffs motion for judgment on the administrative record; (2) GRANTS defendant’s motion for judgment on the administrative record; and (3) GRANTS defendant-intervenor’s motion for judgment on the administrative record. Because supplementation of the extensive administrative record with the expert declaration proffered by plaintiff is not necessary for meaningful judicial review of this matter, the Court also DENIES plaintiffs motion to supplement the administrative record.

II. PROCEDURAL AND FACTUAL BACKGROUND 1

A. Factual Background

The government has filed an extensive administrative record in this case and the relevant facts are not in dispute. On December 19, 2014, DISA awarded solicitation No. HC1028-13-R-0015, for the Enterprise Sto-rages Services II (“ESS II”) contract, to WWT. AR at 17; 346-87. ViON is the incumbent contractor under a predecessor contract, known as the Enterprise Storage Services I contract. Compl. at 5.

In this bid protest action, ViON alleges that DISA failed to properly evaluate WWT’s proposal for the ESS II contract and, as a result, the agency’s award decision was arbitrary, capricious and not in accordance with law. See generally, PL Mem. As relief, ViON requests, among other things, that the Court set aside the agency’s award decision; direct DISA to reevaluate the proposals submitted by WWT and ViON; and issue a declaratory judgment that the agency’s award decision was arbitrary, capricious, and contrary to law. PL Mot. at 1-2.

1. DISA’s Request For Proposals

On September 19, 2013, DISA issued a request for proposals (“RFP”) for the ESS II contract. AR at 69-150. The ESS II contract is a single, fixed-price, indefinite-delivery/indefinite-quantity contract, for four years with two one-year options for renewal. AR. at 74; 140.

DISA analyzed several factors in evaluating the proposals that it received in response to the RFP. Specifically, the RFP requires that the contract award be based upon a best-value tradeoff, considering the following three factors, listed in descending order of importance: technical/management; past performance; and cost/price. AR at 141. The technical/management factor is comprised of three equally-weighted subfaetors: technical solution; service delivery; and proof of concept. 2 Id.

For the technical solution subfactor, the RFP requires that each proposal support “heterogeneous data migration” and “3-way replication of data”. AR at 3265-66. For the service delivery subfactor, the RFP requires that the agency “evaluate the soundness of the [ojfferor’s approach for ensuring the proposed solution meets the functional *564 and performance requirements [of the RFP].” AR at 143. In addition, the RFP requires that DISA evaluate “[t]he flexibility of the [o]fferor’s approach to address overall call order management, new technology, future changes in requirements and technology refresh; periodic operational proof of performance testing; cost savings over the period of the contract and other features advantageous to meeting the Government’s storage service requirements.” Id.

For the proof of concept subfactor, the RFP requires that “[i]f a Proof of Concept Demonstration is required ALL Offerors in competitive range will be required to demonstrate their proposed technical/management solution.... ” Id. In this regard, the RFP provides that:

The Proof of Concept Demonstration will test all five (5) supported environments referenced in Task 3, 6.3.1 of the [performance of work statement]. If a Proof of Concept Demonstration is required, a detailed test plan, together with any Government provided data required to be used in the demonstration, will be provided to each Offeror 14 calendar days prior to the demonstration.

Id.; see also AR at 3269.

With respect to price, the RFP also provides that DISA “may reject any proposal that is evaluated to be ... unreasonably high or low in price when compared to the Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.”. AR at 140. The RFP further provides that DISA may use “one or more of the techniques in FAR 15.404” to evaluate price. AR at 149.

DISA received seven competitive proposals in response to the RFP, including proposals from WWT and ViON. AR at 308-2329; 18,-202.

2. Evaluation Of WWT’s Proposal

On November 19, 2013, WWT submitted its initial proposal for the ESS II contract. AR at 2047. The proposal states that storage services would be provided by two devices: the HP XP7 storage array for the “mainframe” component and the HP PAR 7400 storage array for the “open system” storage component. AR at 5806; 13,732. The proposal also states that HP is a “major subcontractor” for WWT. AR at 13,713.

a.First Evaluation

DISA evaluated WWT’s proposal on four occasions. During the initial evaluation, DISA assigned WWT’s proposal a technical/management rating of “unacceptable,” because the proposal did not meet the requirements in the RFP for storage capabilities, redundant array of independent disks, data re-duplication and required technical capabilities. AR at 2977. The agency also rated the proposal “moderate” for technical/management risk. AR at 2977-78. In connection with this initial evaluation, DISA issued 30 evaluation notices to WWT regarding the proposal. AR at 3055-137.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
122 Fed. Cl. 559, 2015 WL 4747259, Counsel Stack Legal Research, https://law.counselstack.com/opinion/vion-corporation-v-united-states-uscfc-2015.