AGILE DEFENSE, INC., Plaintiff-Appellant v. UNITED STATES, Defendant-Appellee FEDITC, LLC, Defendant
2019-1954
United States Court of Appeals for the Federal Circuit
June 2, 2020
Appeal from the United States Court of Federal Claims in No. 1:18-cv-01615-LAS, Senior Judge Loren A. Smith.
STEPHANIE WILSON, Berenzweig Leonard LLP, McLean, VA, for plaintiff-appellant. Also represented by TERRENCE O‘CONNOR.
BARBARA E. THOMAS, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, for defendant-appellee. Also represented by JOSEPH H. HUNT, MARIANA TERESA ACEVEDO, WILLIAM JAMES GRIMALDI, ROBERT EDWARD KIRSCHMAN, JR., DOUGLAS K. MICKLE.
Before REYNA, MAYER, and TARANTO, Circuit Judges.
Agile Defense, Inc. (“Agile“) appeals the judgment of the United States Court of Federal Claims granting the government‘s motion for judgment on the administrative record and concluding that the United States Defense Information Systems Agency (“DISA“) did not contravene the terms of the solicitation when it reviewed the supporting documentation for certain proposed cost-reimbursement (“CR“) labor rates. See Agile Def., Inc. v. United States, 143 Fed. Cl. 10 (2019) (“Federal Claims Decision“). We affirm.
I. BACKGROUND
A. The Encore III Solicitation
On March 2, 2016, DISA issued a solicitation for Encore III, a procurement designed to “provid[e] information technology . . . solutions for the development, installation, fielding, training, operation and life-cycle management of components and systems in the operational environments of Combatant Commands and their subordinate components, the military services, Defense agencies, Office of the Secretary of Defense . . . and other Federal agencies.” A. 1145; see also A. 1132-43. The solicitation stated that DISA would award a series of indefinite delivery/indefinite quantity contracts, A. 1145, and that task orders issued under the contracts would provide for payment on either a CR or a fixed-pricе (“FP“) basis. A. 1142, 1145-47.
The solicitation identified 116 labor categories (“LCATs“) that a contractor would likely be required to staff in order to perform the various types of work required by task orders issued under an Encore III contract. A. 1263-65, 1282-313. DISA provided a description of the duties associated with each of the 116 LCATs; it also set forth the minimum education and experience requirements for each category. A. 1282-313.
The Encore III solicitation further provided that DISA would make awards to
The solicitation provided for the award of Encore III contracts to two distinct sets or “suites” of twenty offerors. A. 1252. One suite was open to offerors of any size, whereas the other suite was limited to offerors who qualified as small-business concerns. A. 1252.
B. The Cost Realism Analysis
The solicitation stated that DISA would “perform a cost realism analysis on the proposed CR labor rates in accordance with [
The cоst/price team will develop an average for each CR labor rate utilizing the proposed CR rates on the ‘CR Labor Rate Table’ tab from ALL complete proposals within each suite (Full and Open and Small Business). The team will then calculate the standard deviation of the average for each CR labor rate. The Defense Procurеment Acquisition Policy Contract Pricing Reference Guidelines (Volume 2) detail the use of statistical analysis, including standard deviation, to organize, summarize, analyze, and interpret data for contract pricing. Standard deviation quantifies the amount of variation amongst a set of data. In a normal distribution, 1 standard deviation will include the data that is 34.1% below or аbove the average. Therefore, with normal distribution, 68.2% of the data will be within 1 standard deviation of the average. The Government considers a rate that is 1 standard deviation below the average to be a realistic rate, subject to cost analysis techniques in accordance with
FAR 15.404 . The initial calculations for [the] Average and Standard Deviation will be utilized for the entirety of the evaluation and will not be recalculated if a competitive range is set.If an offeror‘s proposed CR labor rate is more than 1 standard deviation below the average for that labor rate, the Cost/Price Team will review the submitted supporting documentation at the component level for that rate. If it is determined that the supporting documentation supports the realism of the proposed rate, no adjustment will be made to the offeror‘s rate. If inadequate or no justification is provided by the offeror for any component of that rate . . . the Government will adjust the fully burdened CR Labor rate to be equal to the average for purposes of calculating the Most Probable Cost for that offeror.
A. 1280 (emphasis omitted).
C. Evaluation of Agile‘s Proposal
Agile submitted a proposal in the small-business suite. On April 24, 2018, the Encore III contracting officer sent letters to all small-business offerors, including Agile, announcing that the agency‘s discussions with offerors had concluded and that each offeror should provide its final proposal
Concerned that Agile‘s overall pricing methodology might be defective, A. 2659-60, DISA expanded its review to Agile‘s proposed CR labor rates that fell within one standard deviation of the average rates (“Within-Deviation Labor Rates“). A. 2660, 2664-65, 2765-66. It sent Agile an evaluation notice stating that the rates it proposed for a total of sixty-six LCATs were based upоn salaries paid to pools of workers which included workers not meeting the solicitation‘s minimum education and experience requirements. A. 2765-67. In response, Agile submitted a second FPR in which it indicated that it had “updated all the salary surveys for the labor categories the Government included in” its evaluation notice. A. 2802.
In revising its proposal, Agile increasеd many of its proposed CR rates. A. 2612-13, 3003-04. Ultimately, its final proposal yielded a “total evaluated price” that was too high to place it among the twenty lowest-priced, technically-acceptable offerors in the small-business suite. A. 3106-07, 3118; see also A. 1281 (explaining that an offeror‘s “total evaluated price” would be calculated by adding its proposed FP rаtes to its adjusted proposed CR rates). Agile was therefore not selected for a contract award. A. 3107.
D. Agile‘s Bid Protest
Agile filed a protest in the Court of Federal Claims on October 18, 2018. A. 19. It argued that DISA violated the terms of the solicitation by expanding “its cost realism analysis to all labor rates in Agile‘s [FPR], regardless of whether they were more than one standard deviatiоn below the average.” Federal Claims Decision, 143 Fed. Cl. at 17 (citation and internal quotation marks omitted). The Court of Federal Claims rejected this argument, however, concluding that it was “clear from the Solicitation that the Agency did not limit itself to only performing cost realism analysis on labor rates that were more than one standard deviation below the average.” Id. at 18. The court detеrmined, moreover, that “the only limitation within the Solicitation regarding cost realism analysis was the requirement that the Agency perform cost realism analysis on CR labor rates that were more than one standard deviation below the average.” Id.
Agile then filed a timely appeal with this court. We have jurisdiction under
II. DISCUSSION
A. Standard of Review
“Interpretation of [a bid] solicitation is a question of law that is reviewed de novo.” Per Aarsleff A/S v. United States, 829 F.3d 1303, 1309 (Fed. Cir. 2016) (alteration in the original) (citation and internal quotation marks omitted). This court reviews the merits of a bid protest pursuant to the standards of the Administrative Procedure Act (“APA“). See
B. Cost Realism
The FAR defines a “[c]ost realism analysis” as “the process of independently reviewing and evaluating specific elements of each offeror‘s proposed cost estimate to determine whether the estimated proposed cost elements are realistic for the work to be performed; reflect a clear understаnding of the requirements; and are consistent with the unique methods of performance and materials described in the offeror‘s technical proposal.”
C. Scrutiny of Within-Deviation Labor Rates
Agile contends that DISA‘s cost realism analysis “violated the express terms of the [Encore III solicitation].” Appellant Br. 18. In support, it argues thаt while the solicitation required DISA to review and evaluate an offeror‘s supporting documentation for Below-Deviation Labor Rates, it prohibited expanded scrutiny of an offeror‘s Within-Deviation Labor Rates. According to Agile, it would have been selected for a contract award had DISA “adhered to the Solicitation‘s express terms and found [its Within-Deviation Labor Rates] realistic by virtue of being within one standard deviation of the average.” Id. at 40-41.*
We do not find this argument persuasive. The Encore III solicitation required DISA to assess each offeror‘s proposed CR rates “using one or more techniques defined in
Contrary to Agile‘s assertions, however, nothing in the Encore III solicitation prohibited DISA from evaluating an offeror‘s supporting documentation for Within-Deviation Labor Rates. Agile‘s argument that the agency was barred from conducting an expanded cost realism analysis on its Within-Deviation Labor Rates hinges on the following solicitation provision: “The Government considers a rate that is 1 standard deviation below the average to be a realistic rate, subject to cost analysis techniques in accordance with
Agile‘s truncated reading falls flat. The solicitation does not statе that Within-Deviation Labor Rates must be deemed “realistic,” but rather that those rates will be considered “realistic . . . subject to cost analysis techniques in accordance with
In this regard, the Encore III solicitation specifically states that DISA was required to assess the “[CR] portion” of each offeror‘s proposal to determine whether it was “realistic.” A. 1279. Agile points to nothing in the language of the solicitation—or in the FAR—that limited DISA‘s authority to thoroughly assess the cost realism of the entire “[CR] portion” of its proposal, including its Within-Deviation Labor Rates.
Agile contends that because the solicitation explicitly required DISA to review the supporting documentation for Below-Deviation Labor Rates, it implicitly prеcluded the agency from extending that review to other proposed rates. See Appellant Br. 18-20, 26-29. We disagree. As we have repeatedly recognized, “[c]ontracting officers are entitled to exercise discretion upon a broad range of issues confronting them in the procurement process.” Impresa, 238 F.3d at 1332 (citation and internal quotation marks omitted); see also Tinton Falls Lodging Realty, LLC v. United States, 800 F.3d 1353, 1358 (Fed. Cir. 2015); Savantage Fin. Servs., Inc. v. United States, 595 F.3d 1282, 1286 (Fed. Cir. 2010). Agile cites to no authority suggesting that a soliсitation, by instructing a contracting agency to perform a rigorous cost analysis on certain proposed rates, thereby strips it of the power to conduct an expanded cost realism analysis on other proposed rates. To the contrary, such a rule would unduly circumscribe a contracting officer‘s discretion and hamstring a contracting agency‘s efforts to ensure that the “estimated proposed cost elements are realistic for the work to be performed,”
The regular view of the Court of Federal Claims, which we approve, is that contracting agencies enjoy wide latitude in
D. Rational Basis Review
Finally, we reject Agile‘s argument that a reading of the solicitation that would allow DISA to conduct an expanded cost realism analysis on Within-Deviation Labor Rates would “lead to [an] inexplicable result” because it would “permit[] DISA to subject a rate that is $0.01 below the аverage rate to much higher scrutiny than a rate that is significantly more than one standard deviation below the average.” Appellant Br. 31. As noted previously, we adhere to APA standards when reviewing post-award bid protests, see
III. CONCLUSION
We have considered Agile‘s remaining arguments but do not find them persuasive. Accordingly, the judgment of the United States Court of Federal Claims is affirmed.
