History
  • No items yet
midpage
Wellpoint Military Care Corp. v. United States
953 F.3d 1373
Fed. Cir.
2020
Read the full case

Background

  • The VA issued a Request for Proposal for Region 3 of its Community Care Network seeking a single-award, firm-fixed-price IDIQ contract; award would be a negotiated best-value decision based on Technical (with three subfactors), Past Performance, Socioeconomic Concerns, and Price, with non-price factors significantly more important than price.
  • Solicitation required offerors to disclose corporate background and any joint-venture/affiliate/parent resources that would bear on performance.
  • Optum Public Sector Solutions (OPSS) won the Region 3 award; WellPoint was an unsuccessful bidder and protested the award in the Court of Federal Claims.
  • WellPoint’s protest argued (1) a mathematical/price-evaluation error (that the VA understated WellPoint’s relative cost savings) and (2) unequal treatment under the Corporate Experience/Capability subfactor (asserting the agency credited OPSS’s corporate family but not WellPoint’s parent/affiliates).
  • The agency used a three-tier evaluation (SSEB → SSAC → SSA); the SSA made an independent integrated assessment and awarded to OPSS. The Claims Court upheld the award; the Federal Circuit affirmed.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Price-evaluation methodology VA miscomputed comparative savings; should use relative difference and disclose dollar savings VA used an equivalent, reasonable absolute-difference methodology (5.430%); no solicitation or law requires reciting dollar amounts for an IDIQ Affirmed — VA’s price methodology was reasonable and consistent with the Solicitation; no legal requirement to state dollar amounts
Unequal treatment under Corporate Experience/Capability TET improperly evaluated WellPoint “standing alone” while crediting OPSS’s parent/corporate family, so treatment was disparate Any TET errors were not carried to the SSA; SSA independently considered parent/affiliate experience for both offerors and made a reasoned tradeoff; no prejudice Affirmed — no prejudicial unequal treatment; SSA’s independent integrated decision was reasonable

Key Cases Cited

  • Comint Sys. Corp. v. United States, 700 F.3d 1377 (Fed. Cir. 2012) (de novo APA review of agency procurement actions)
  • Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001) (award may be set aside if decision lacked a rational basis or procedure was violated)
  • Alfa Laval Separation, Inc. v. United States, 175 F.3d 1365 (Fed. Cir. 1999) (protestor must show significant, prejudicial error)
  • Info. Tech. & Applications Corp. v. United States, 316 F.3d 1312 (Fed. Cir. 2003) (prejudice standard requires showing a substantial chance of a different outcome)
  • Bannum Inc. v. United States, 404 F.3d 1346 (Fed. Cir. 2005) (review factual findings for clear error)
  • Shinseki v. Sanders, 556 U.S. 396 (2009) (harmless-error principle applies in APA review; prejudice inquiry context)
  • CliniComp Int’l, Inc. v. United States, 904 F.3d 1353 (Fed. Cir. 2018) (protestor must show but-for chance of winning to demonstrate prejudice)
Read the full case

Case Details

Case Name: Wellpoint Military Care Corp. v. United States
Court Name: Court of Appeals for the Federal Circuit
Date Published: Mar 31, 2020
Citation: 953 F.3d 1373
Docket Number: 19-2225
Court Abbreviation: Fed. Cir.