History
  • No items yet
midpage
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416
| Fed. Cl. | 2016
Read the full case

Background

  • USSTRATCOM issued an RFP for the ITCC II contract to provide long‑term IT operations, engineering, program management, and a phased transition to a new headquarters; award was single‑contract, 10 years, with CLIN X101 (Engineering) as the sole cost‑reimbursable CLIN.
  • Evaluation factors: Technical Approach/Technical Risk (with Management/Phase‑in subfactor), Past Performance, and Cost/Price (cost realism for CLIN X101 and FAR § 52.222‑46 compensation plan review); price was decisive among technically acceptable proposals.
  • Five offerors responded; after rounds of discussions the Air Force awarded the contract to HP Enterprise Services (HPES); incumbent CSC contested the award at GAO (denied) and then in the Court of Federal Claims.
  • CSC alleged misleading, unequal, and coercive discussions; inadequate cost‑realism analyses (including failure to evaluate option years and direct labor rates); improper application of FAR § 52.222‑46 regarding compensation/retention; flawed phase‑in staffing evaluation; and unreasonable past‑performance rating for HPES.
  • The court reviewed the administrative record under the APA’s arbitrary and capricious standard and denied CSC’s motion, granting judgment to the government and HPES.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Cost‑realism for CLIN X101 (option years and labor rates) CSC: agency only analyzed base year, failed to assess option‑year staffing realism and direct labor rates, producing incorrect probable cost adjustments Gov: analysis covered base + option years; DCAA and agency compared proposed rates to salary surveys and performed independent realism checks Held: Agency considered all years and performed a rational labor‑rate realism analysis; CSC failed to show lack of rational basis
FAR § 52.222‑46 compensation analysis CSC: agency should have compared offerors’ proposed salaries to incumbent rates and evaluated retention risk; lower rates risked loss of incumbents Gov: FAR clause requires a rational assessment of recruiting, retention, and continuity; RFP did not mandate incumbent‑comparison step; evaluators considered fringe benefits and retention plans Held: Agency complied with FAR § 52.222‑46; its explanation that compensation plans were realistic and supported retention is rational
Consistency between technical (phase‑in staffing) and cost evaluations CSC: technical Acceptable rating conflicted with cost realism findings that staffing was unrealistically low Gov: technical and cost evaluations address different criteria (approach/management vs. realism of proposed costs); final ratings found consistency after CSC revised its FPRs Held: No irrational inconsistency; differences are explainable and final assessments were consistent
Past performance evaluation of HPES (failure to consider NASA ACES issues) CSC: agency ignored known negative ACES contract performance that would undermine HPES’s Substantial Confidence rating Gov: agency reasonably relied on offeror‑provided references meeting RFP recency/relevancy rules; not required to search all sources and record shows multiple strong references Held: Evaluation was rational; inclusion of ACES would not have changed the Substantial Confidence rating
Discussions (misleading, unequal, coercive) CSC: agency misled/coerced CSC into raising costs and applied unequal scrutiny between offerors Gov: discussions were tailored, specific, addressed weaknesses, and any price changes were business judgments by offerors Held: Discussions were meaningful, not misleading or coercive, and differences in treatment were justified by proposal differences

Key Cases Cited

  • A‑T Solutions, Inc. v. United States, 122 Fed. Cl. 170 (Fed. Cl. 2015) (cost‑realism determinations are within agency discretion and overturned only for lack of rational basis)
  • OMV Med., Inc. v. United States, 219 F.3d 1337 (Fed. Cir. 2000) (FAR § 52.222‑46 does not require setting minimum salary levels or a mandated two‑step incumbent comparison)
  • Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001) (procurement actions set aside where decision lacked rational basis or violated procedure)
  • Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto Ins. Co., 463 U.S. 29 (U.S. 1983) (agency must articulate rational connection between facts and decision under arbitrary and capricious review)
  • Bannum, Inc. v. United States, 404 F.3d 1346 (Fed. Cir. 2005) (standing in bid protests requires showing substantial chance of award absent the alleged errors)
Read the full case

Case Details

Case Name: Csc Government Solutions LLC v. United States
Court Name: United States Court of Federal Claims
Date Published: Nov 22, 2016
Citation: 129 Fed. Cl. 416
Docket Number: 16-1000C
Court Abbreviation: Fed. Cl.