Xl Associates, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedSeptember 15, 2021
Docket21-1095
StatusPublished

This text of Xl Associates, Inc. v. United States (Xl Associates, 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
Xl Associates, Inc. v. United States, (uscfc 2021).

Opinion

Sn the Auited States Court of Federal Clanns

No. 21-1095 (Filed Under Seal: August 31, 2021) Reissued: September 15, 2021!

XL ASSOCIATES, INC., Plaintiff,

Vv.

THE UNITED STATES, Defendant,

and

OST, INC.,

Defendant-Intervenor.

a ee

Shomari Brock Wade, Greenberg Traurig, LLP, Washington, DC, for plaintiff. Daniel Hoffman, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

Craig Alan Holman, Arnold & Porter Kaye Scholer, LLP, Washington, DC, for defendant- intervenor.

OPINION AND ORDER SMITH, Senior Judge

This post-award bid protest is before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, XL Associates, Inc. (“XLA”), challenges the evaluation of offerors and the award decision issued by the United States Department of Homeland Security, Federal Emergency Management Agency (“FEMA” or “Agency”) for the procurement of National Flood Insurance Program standard operations support services under Solicitation No. 7OFA6020R00000004 (“Solicitation”). Administrative Record 80 [hereinafter AR]. For the reasons set forth below, the Court denies plaintiffs Motion for Judgment on the Administrative Record and grants defendant’s and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record.

! An unredacted version of this opinion was issued under seal on August 31, 2021. The parties were given an opportunity to propose redactions, but no such proposals were made. I. Background A. The Solicitation

On July 8, 2020, FEMA issued its original Solicitation for the procurement of standard insurance operations support for the National Flood Insurance Program (“NFIP”), administered through FEMA’s Federal Insurance Division. AR 80. The Agency expects the awardee to provide insurance subject-matter expertise as well as standard business operations such as project management, underwriting support, claims support, flood disaster response support, correspondence support, field office support, publication and document assistance, and program support. AR 88. The Solicitation states that the basis of award will be best value, with a two- phase evaluation based on the following four factors listed in descending order of importance: Phase I: Factor 1 (Demonstrated Relevant Prior Experience ); and Phase II: Factor 2 (Oral Presentation), Factor 3 (Price), and Factor 4 (Past Performance). AR 147-49.

Phase I, Factor 1 (Relevant Prior Experience) requires offerors to submit written submissions demonstrating “experience supporting the requirements complexity identified in the Standard Operations Statement of Work (SOW).” AR 141. In their submission, offerors must address three subfactors within Factor 1: (1) experience directly supporting the NFIP; (2) experience directly supporting the processing of flood insurance claims; and (3) experience implementing change management efforts. AR 139; see also AR 141. Submissions are evaluated under Factor | “holistically” across these three subfactors and offerors are assigned a rating based on the Agency’s “confidence in the [o]fferor’s ability to successfully perform the work.” AR 149; see also AR25. These ratings are: “High Confidence”; “Some Confidence’; and “Low Confidence.” AR 25. As part of Phase I, Factor I, offerors are required to also submit written Letters of Commitment (“LOC”) for any “major subcontractor” that is relied upon to meet evaluation criteria. AR 139.

Upon evaluating offerors’ submissions under Factor 1, the Agency advises offerors with the highest ratings for Factor 1 to proceed to Phase I]. AR 141. In Phase II submissions, offerors address the following factors: Factor 2 (Oral Presentation); Factor 3 (Price); and Factor 4 (Past Performance). AR 149. Factor 2 (Oral Presentation) is evaluated “holistically” across multiple subfactors and offerors are assigned ratings of: “High Confidence”; “Some Confidence”; or “Low Confidence.” AR 149; see also AR 26—27; 142-43. For Factor 3 (Price), offerors complete an attached price template with labor rates. AR 140, 147; see also AR 150- 54. The Solicitation states that each offeror’s “total evaluated price will be derived from the price of the base period plus options periods.” AR 147. Under Factor 4 (Past Performance), the Agency evaluates offerors for relevant past performance and assigns confidence ratings in the same manner as Factors 1 and 2. AR 148; see also AR 28. However, the Agency’s evaluation of Factor 4 (Past Performance), unlike Factor 1 (Relevant Prior Experience), will not evaluate an offeror “favorably or unfavorably if it lacks relevant past performance.” AR 148; see also AR 28.

The Solicitation requires FEMA to use the trade-off evaluation process to evaluate each proposal in accordance with the evaluation criteria. AR 149. Under these terms, FEMA makes the appropriate “trade-off decisions” between the merits of each offeror’s proposal to award a “single contract to the responsible Offeror whose proposal represents the best value.” AR 147.

B. Evaluation

The evaluation process involves a two-tiered approach consisting of a Source Selection Evaluation Board (“SSEB”) and the Source Selection Authority (“SSA”). AR 7. The SSEB comprehensively evaluates each proposal in accordance with the Source Selection Plan and the evaluation factors contained in the Solicitation and documents its findings in a Technical Evaluation Consensus Report. AR 9, 1274. The SSEB comprises three Source Selection Evaluation Teams: (1) a Technical Evaluation Team to evaluate Factor 1 and Factor 2, (2) a Past Performance Evaluation Team to evaluate Factor 4, and (3) a Price Evaluation Team to evaluate Factor 3. AR 16. The SSA makes the final source selection decision considering the evaluation in the Technical Evaluation Consensus Report and issues the Source Selection Decision Document (“SSDD”). AR 7, 1326.

On September 29, 2020, the Agency completed its evaluation of all proposals. AR 532. After the Agency initiated corrective action, as detailed below, the Agency performed a reevaluation of the offerors’ proposals. AR 994. On March 2, 2021, the SSEB issued the Technical Evaluation Consensus Report and on March 3, 2021, the SSA issued the SSDD. AR 1274, 1329. The final evaluation ratings for OST and XLA are as follows:

Offeror | Factor 1 Demonstrated | Factor 2 Oral Factor 3 Price Factor 4 Past Prior Experience Presentation Performance

OST High Confidence Some Confidence | $61,789,951.08 | Some Confidence

XLA Some Confidence High Confidence | $72,258,970.60 | High Confidence

AR 1658. Asaresult of the corrective action, OST’s Factor | rating changed from “Some Confidence” to “High Confidence.” AR 1340. XLA’s Factor 4 rating changed from “Some Confidence” to “High Confidence.” AR 1340. Following the relative order of importance of each factor under the Solicitation, as well as the results of the Technical Evaluation Consensus Report, the SSA found OST’s proposal represented the best value. AR 1341. Though plaintiff was rated higher in Factor 2 and Factor 4, “[b]ased upon the relative order of importance of the factors specified in the [S]olicitation, OST’s superior technical merit for Factor 1 [was] considered more important than XLA’s superior technical merit assigned for Factor 2.” AR 1340. The SSA agreed with the SSEB that both offeror’s prices were “fair and reasonable” but the “$10,469,019 price premium that would be incurred to award to XLA [was] considered significant and not warranted or consistent with the terms of the solicitation.” AR 1338, 1340.

On March 5, 2021, FEMA notified plaintiff that it was not selected for award. AR 1342. On March 11, 2021, FEMA provided a written debriefing to plaintiff. AR 1658.

C. Procedural History

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

Related

CHE Consulting, Inc. v. United States
552 F.3d 1351 (Federal Circuit, 2008)
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)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
Blackwater Lodge & Training Center, Inc. v. United States
86 Fed. Cl. 488 (Federal Claims, 2009)
NEQ, LLC v. United States
88 Fed. Cl. 38 (Federal Claims, 2009)
Afghan American Army Services Corp. v. United States
90 Fed. Cl. 341 (Federal Claims, 2009)
USfalcon, Inc. v. United States
92 Fed. Cl. 436 (Federal Claims, 2010)
Tech Systems, Inc. v. United States
98 Fed. Cl. 228 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Xl Associates, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/xl-associates-inc-v-united-states-uscfc-2021.