History
  • No items yet
midpage
A-T Solutions, Inc. v. United States
122 Fed. Cl. 170
| Fed. Cl. | 2015
Read the full case

Background

  • DTRA issued an RFP (IDIQ) for counter-CBRNE training support with three sample task orders and a 60‑day transition CLIN (CLIN 0001); mission capability > past performance > cost.
  • Offerors included incumbent Cubic and A-T Solutions (A-TS). Government provided FTE estimates but did not require offerors to follow them.
  • Cubic proposed substantially fewer FTEs than the Government estimate and proposed $0 transition costs, asserting transition work would be absorbed by indirect/overhead staff; Cubic described detailed execution and staffing plans.
  • A-TS proposed higher staffing and higher total cost. SSEB/SSAC rated both firms similarly (Management: Good; Technical: Outstanding); cost realism reviews found both proposals realistic; SSA awarded to Cubic based on lower cost and perceived efficiencies.
  • A-TS protested to GAO; DTRA took corrective action, reevaluated, made limited changes, and again awarded to Cubic; A-TS filed bid protest in Court of Federal Claims challenging staffing, cost realism, transition feasibility, and unequal treatment.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Whether agency irrationally accepted Cubic’s low staffing in technical evaluation A-TS: record lacks analysis showing Cubic could perform with far fewer FTEs; SSA didn’t acknowledge sharp discrepancy Gov: Cubic disclosed and explained lower staffing; RFP allowed deviations; proposal detailed execution to support fewer hours Court: Agency reasonably evaluated and documented Cubic’s staffing and rationale; upheld evaluation
Whether cost realism required upward adjustment of Cubic’s price for low staffing A-TS: agency should have adjusted costs upward to reflect insufficient staffing (i.e., add hours) Gov: cost realism is discretionary; Cubic’s staffing and costs were consistent with its technical approach; contractor may absorb costs (no-cost transition) Court: No basis to force adjustment; DTRA’s cost realism determination was rational
Whether Cubic’s transition plan and $0 transition cost were technically infeasible or internally inconsistent A-TS: transition shows conflicting assignments (direct vs indirect staff), incumbency means double‑booking, so infeasible; $0 cost contradicts technical staffing Gov: Cubic repeatedly represented transition would be no‑cost (absorbed by indirects/overhead) and provided a detailed transition plan; no requirement to price transition a certain way Court: Transition plan and $0 transition cost were consistent and reasonable; agency reasonably accepted risk placed on contractor
Whether agency treated A-TS unequally in assigning strengths/weaknesses (including post-corrective-action rewording) A-TS: DTRA applied standards unevenly, reworded/created weaknesses for A-TS only, miscredited Cubic for travel/nonrefundable‑ticket practice and international logistics Gov: reevaluation covered all offerors; differences stemmed from actual proposal content—A-TS had genuine inconsistencies; Cubic’s international logistics claim was supported Court: No disparate treatment; differences were attributable to proposals, not unequal standards; weakness rewording was reasonable

Key Cases Cited

  • Bannum, Inc. v. United States, 404 F.3d 1346 (Fed. Cir.) (standard for overturning procurement decisions)
  • Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir.) (review under Administrative Procedure Act)
  • Ala. Aircraft Indus., Inc. v. United States, 586 F.3d 1372 (Fed. Cir.) (arbitrary and capricious standard examples)
  • Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 463 U.S. 29 (U.S.) (arbitrary and capricious framework)
  • Bowman Transp., Inc. v. Arkansas-Best Freight Sys., Inc., 419 U.S. 281 (U.S.) (agency action upheld if path can be reasonably discerned)
  • Honeywell, Inc. v. United States, 870 F.2d 644 (Fed. Cir.) (deference to agency procurement expertise)
  • M. Steinthal & Co. v. Seamans, 455 F.2d 1289 (D.C. Cir.) (agency discretion in procurement)
  • AshBritt, Inc. v. United States, 87 Fed. Cl. 344 (Fed. Cl.) (court will not rescore technical proposals)
  • Adams & Associates v. United States, 741 F.3d 102 (Fed. Cir.) (APA standard in bid protests)
  • OMV Med. Inc. v. United States, 219 F.3d 1337 (Fed. Cir.) (cost realism need not be impec­cably rigorous)
  • CTA Inc. v. United States, 44 Fed. Cl. 684 (Fed. Cl.) (cost realism review deferential to agency)
  • E.W. Bliss Co. v. United States, 77 F.3d 445 (Fed. Cir.) (deference on technical judgments)
  • NCL Logistics Co. v. United States, 109 Fed. Cl. 596 (Fed. Cl.) (equal treatment principle; non‑similarly situated offerors may be treated differently)
Read the full case

Case Details

Case Name: A-T Solutions, Inc. v. United States
Court Name: United States Court of Federal Claims
Date Published: Jul 14, 2015
Citation: 122 Fed. Cl. 170
Docket Number: 15-119C
Court Abbreviation: Fed. Cl.