Wellpoint Military Care Corp v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 27, 2019
Docket19-676
StatusPublished

This text of Wellpoint Military Care Corp v. United States (Wellpoint Military Care Corp 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
Wellpoint Military Care Corp v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 19-676C Filed Under Seal: August 1, 2019 Reissued: August 27, 2019*

) WELLPOINT MILITARY CARE ) CORPORATION, ) ) Plaintiff, ) Post-Award Bid Protest; Motion For ) Judgment Upon The Administrative v. ) Record; RCFC 52.1; Best Value ) Determination; Trade-Off Analysis. THE UNITED STATES, ) ) Defendant, ) ) v. ) ) OPTUM PUBLIC SECTOR ) SOLUTIONS, INC., ) ) Defendant-Intervenor. ) )

Mark D. Colley, Attorney of Record, Kara L. Daniels, Of Counsel, Thomas McSorley, Of Counsel, Michael E. Samuels, Of Counsel, Alexandra L. Barbee-Garret, Of Counsel, Arnold & Porter Kaye Scholer LLP, Washington, DC, for plaintiff.

Steven M. Mager, Senior Trial Counsel, Douglas K. Mickle, 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; Richard A. Bechtel, Of Counsel, Bridget E. Grant, Of Counsel, United States Department of Veterans Affairs, for defendant.

* This Memorandum Opinion and Order was originally filed under seal on August 1, 2019 (docket entry no. 47). 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 August 27, 2019 (docket entry no. 57) proposing certain redactions which the Court has adopted. And so, the Court is reissuing its Memorandum Opinion and Order, dated August 1, 2019, with the agreed-upon redactions indicated by three consecutive asterisks within brackets ([* * *]). Jason A. Carey, Counsel of Record, J. Hunter Bennett, Of Counsel, Kayleigh M. Scalzo, Of Counsel, Kevin T. Barnett, Of Counsel, Brooke G. Stanley, Of Counsel, Covington & Burling, LLP, Washington, DC, for defendant-intervenor.

MEMORANDUM OPINION AND ORDER

GRIGGSBY, Judge

I. INTRODUCTION

Plaintiff, WellPoint Military Care Corporation (“WellPoint,”), brings this post-award bid protest action challenging the United States Department of Veterans Affairs’ (“VA”) decision to award a contract to develop and manage the VA’s program to provide veterans with access to community-based healthcare (the “Contract”) to Optum Public Sector Solutions, Inc. (“Optum”). The parties have filed cross-motions for judgment upon the administrative record on the issues of whether: (1) the VA improperly applied an unstated evaluation criteria in evaluating the size of existing provider networks; (2) the VA treated offerors unequally when evaluating the solicitation’s Corporate Experience/Capability Subfactor; (3) the VA’s best value determination and trade-off analysis were flawed; and (4) WellPoint is entitled to injunctive relief. See generally Pl. Mem.; Def. Mot.; Def.-Int. Mot.

For the reasons discussed below, the Court: (1) DENIES WellPoint’s motion for judgment upon the administrative record; (2) GRANTS the government’s and Optum’s 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, WellPoint challenges the VA’s decision to award a contract to develop and manage the VA’s Region 3 Community Care Network (“CCN”), which provides veterans with access to community-based healthcare, to Optum. Compl. at ¶¶ 1, 2. As relief, WellPoint requests that the Court: (1) declare that the VA’s evaluation process was arbitrary, capricious and unreasonable; (2) issue preliminary and permanent injunctive relief

1 The facts recited in this Memorandum Opinion and Order are taken from the administrative record (“AR”); WellPoint’s memorandum in support of its motion for judgment upon the administrative record (“Pl. Mem.”); and the government’s and Optum’s respective cross-motions for judgment upon the administrative record (“Def. Mot.” and “Def.-Int. Mot.”). Except where otherwise noted, the facts cited herein are undisputed.

2 enjoining performance by Optum; and (3) require the VA to either award the Contract to WellPoint, or to reevaluate proposals. Id. at 39.

1. The Solicitation

As background, the VA issued Request for Proposal No. VA791-16-R-0086 (the “Solicitation”) seeking proposals to provide medical, surgical, complementary and integrative healthcare services, durable medical equipment, pharmacy, and dental services to the VA’s CCN, on December 28, 2016. AR Tab 123 at 40977, 41032-33. The CCN is divided into four geographic regions. AR Tab 7 at 104-05. Region 3, which is the subject of this protest, consists of the following states and territories: Oklahoma, Arkansas, Louisiana, Tennessee, Mississippi, Alabama, Georgia, South Carolina, Florida, Puerto Rico, and the United States Virgin Islands. AR Tab 123 at 40981-82.

The Solicitation contemplates multiple, single-award, firm-fixed-price indefinite- delivery, indefinite quantity contracts. Id. at 41174. The VA intends to award one or more contracts resulting from the Solicitation and a maximum of one contract per region. Id. at 41152.

With regards to the evaluation of responsive proposals, the Solicitation provides that the VA will consider the following factors and subfactors:

• Factor 1: Technical o Subfactor 1: Network Management and Claims Adjudication o Subfactor 2: Management Approach o Subfactor 3: Corporate Experience/Capability • Factor 2: Past Performance • Factor 3: Socioeconomic Concerns • Factor 4: Price

Id. at 41163-64. The Solicitation further provides that the VA will award the Contract to the offeror whose proposal constitutes the best value to the government, using a trade-off analysis. Id. at 41163. In addition, the Solicitation provides that the Technical Factor is more important than the Past Performance Factor, which is more important than the Socioeconomic Concerns Factor. Id. at 41164. With regards to the Technical Factor, the Solicitation also provides that the Network Management and Claims Adjudication and Management Approach Subfactors are of equal importance, and that these subfactors are more important than the Corporate Experience/Capability Subfactor. Id. Lastly, the Solicitation provides that the three non-price

3 factors, when combined, are significantly more important than Price. Id.

With regards to the Technical Factor, the Solicitation further provides that:

For this factor, each region will be evaluated independently. Elements within the technical subfactors will be evaluated as stated herein. These elements will not each be assigned an adjectival rating, but will be considered in the adjectival rating assigned to the corresponding subfactor.

Id. at 41165. Specifically with regards to the evaluation of the Network Management and Claims Adjudication Subfactor, the Solicitation provides that:

The proposed network management approach requested in Solicitation Section E.2.8.1 will be evaluated for feasibility to meet [the Performance Work Statement] requirements listed in E.2.8.1. Feasible means ‘capable of being done or carried out’.

Id. Section E.2.8.1 of the Solicitation lists eight elements that the VA will consider when assigning the adjectival ratings for this subfactor. Id. at 41156-57. Specifically relevant to this dispute, Section E.2.8.1.1 of the Solicitation provides that the offeror must differentiate between existing network capacity and targeted network capacity. Id. at 41157. Section E.2.8.1.3 of the Solicitation also provides that offerors should:

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)
Califano v. Sanders
430 U.S. 99 (Supreme Court, 1977)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
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)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Cincom Systems, Inc. v. United States
41 Cont. Cas. Fed. 77,114 (Federal Claims, 1997)

Cite This Page — Counsel Stack

Bluebook (online)
Wellpoint Military Care Corp v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/wellpoint-military-care-corp-v-united-states-uscfc-2019.