Quanterion Solutions, Inc v. United States
20-1266
| Fed. Cl. | Feb 18, 2021Background
- DoD issued RFP FA 8075-20-R-0001 to consolidate three incumbent IAC Basic Centers of Operations (DSIAC, HDIAC, CSIAC) into one six-year single-award ID/IQ contract; CLINs 0001–0003 cover 90-day phase-in transitions for each legacy BCO and CLIN 0004 covers base-period operations.
- Only two offerors submitted: incumbent SURVICE (DSIAC) and incumbent QSI (HDIAC & CSIAC). Evaluation factors: past performance, technical capability (with a transition subfactor rated acceptable/unacceptable), and cost/price; technical and past performance were most important.
- SURVICE proposed transition CLINs that allocated only preparatory costs (mobilize, train, prepare); QSI allocated both preparatory and operational IAC costs during the 90‑day phase‑in, producing much higher transition CLIN prices.
- The Agency rated both transition plans acceptable, found SURVICE’s overall proposal higher-rated and lower-priced, and awarded the contract to SURVICE without discussions; QSI protested to GAO (denied) and then to the Court of Federal Claims.
- QSI alleged the Agency misinterpreted the RFP by allowing SURVICE to omit operational costs from the transition CLINs, and also challenged a mathematical error in the Agency’s IGCE (understated total transition IGCE in a spreadsheet).
- The court denied the government’s dismissal motion as moot, reviewed the administrative record under the arbitrary-and-capricious standard, and entered judgment for the government and SURVICE, denying QSI injunctive relief.
Issues
| Issue | Plaintiff's Argument | Defendant's Argument | Held |
|---|---|---|---|
| Whether the RFP required transition CLINs (0001–0003) to include full operational IAC costs during the 90‑day phase‑in | QSI: L5.2 and other language required pricing the initial 90 days of services in transition CLINs, i.e., include operational costs | Agency/SURVICE: RFP focuses on mobilization/preparation; agency explicitly left allocation to offeror business decision; CLINs intended for transition-in efforts | Court: RFP does not require transition CLINs to include operational IAC costs; SURVICE’s approach was permissible and its “acceptable” rating lawful |
| Whether any RFP ambiguity as to cost allocation was patent and thus waived by QSI | QSI: RFP ambiguous but not apparent pre‑proposal; challenge timely post‑award | Agency: Ambiguity (if any) was patent—offerors asked questions during draft and Q&A—so QSI had duty to seek clarification and waived post‑award challenge | Court: Any ambiguity was patent (questions in draft and Q&A); QSI’s failure to seek clarification bars its claim |
| Whether a mathematical error in the IGCE (incorrect transition subtotal) invalidated the cost realism analysis or prejudiced QSI | QSI: Agency used erroneous IGCE subtotal (~$303k) instead of correct (~$795k), undermining cost realism and prejudicing award | Agency/SURVICE: Error was minor; cost realism analysis examined specific cost elements, staffing, rates; transition CLINs small portion of total; no prejudice | Court: Mathematical error immaterial; agency’s cost analysis satisfied RFP/FAR requirements; no prejudice to QSI |
| Whether defendant’s RCFC 12(b)(6) dismissal should be granted on waiver grounds | Defendant: QSI proffered an interpretation contrary to clear RFP and thus waived challenge | QSI: Did not waive; ambiguity not apparent pre‑proposal | Court: Denied dismissal as moot; resolved merits on administrative record instead |
Key Cases Cited
- Banknote Corp. of Am. v. United States, 365 F.3d 1345 (Fed. Cir. 2004) (standard for setting aside agency procurement action under 5 U.S.C. § 706(2)(A))
- Centech Grp., Inc. v. United States, 554 F.3d 1029 (Fed. Cir. 2009) (two-part arbitrary-and-capricious review and protestor burdens)
- Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001) (deference to procurement officials' discretion)
- Advanced Data Concepts, Inc. v. United States, 216 F.3d 1054 (Fed. Cir. 2000) (highly deferential review of agency procurement decisions)
- E.W. Bliss Co. v. United States, 77 F.3d 445 (Fed. Cir. 1996) (deference to technical ratings)
- Grumman Data Sys. Corp. v. Widnall, 15 F.3d 1044 (Fed. Cir. 1994) (avoid overturning awards for de minimis errors)
- Stratos Mobile Networks USA, LLC v. United States, 213 F.3d 1375 (Fed. Cir. 2000) (patent ambiguity rule; duty to seek clarification)
- Blue & Gold Fleet, L.P. v. United States, 492 F.3d 1308 (Fed. Cir. 2007) (party who fails to object to patent solicitation defect waives later challenge)
