CELERAPRO, LLC v. THE UNITED STATES
No. 23-cv-808
In the United States Court of Federal Claims
November 14, 2023
Filed Under Seal: November 3, 2023
Mariana Teresa Acevedo, United States Department of Justice, Civil Division, Washington, DC argued for Defendant. With her on the briefs were Brian M. Boynton, Principal Deputy Assistant Attorney General, Washington, DC; Patricia M. McCarthy, Director, Commercial Litigation, Washington, DC; Franklin E. White, Jr., Assistant Director, Commercial Litigation, Washington, DC; Carolyn Tolman and Jeffrey Renshaw, National Aeronautics and Space Administration (NASA) Stennis Space Center, Of Counsel; and Rosalind Cylar and Vince Vanek, NASA Marshall Space Flight Center, Of Counsel.
MEMORANDUM AND ORDER
Plaintiff CeleraPro, LLC (CeleraPro) filed this bid protest action against Defendant United States, challenging the National Aeronautics and Space Administration‘s (NASA‘s) award of a sole-source task order contract for administrative support services at NASA‘s Marshall Space Flight Center (MSFC) and Michoud Assembly Facility (MAF).2 Specifically, CeleraPro contends
After considering the parties’ arguments as presented in briefing and during the September 19, 2023 Oral Argument, the Court rules in part for the Plaintiff and in part for the Defendant. For the reasons discussed below, Defendant‘s Motion to Dismiss for lack of standing (ECF No. 25) is DENIED, Plaintiff‘s Motion for Judgment on the Administrative Record (ECF No. 11) is DENIED, and Defendant‘s Cross-Motion for Judgment on the Administrative Record (ECF No. 25) is GRANTED.
BACKGROUND
I. The Parties
CeleraPro is an SBA
NASA is a federal government agency responsible for scientific and technical advancements relating to earth and space technologies.5 With over 20 centers and facilities, NASA “conduct[s] research, testing, and development to advance aeronautics.”6 In order to facilitate this mission, NASA hires contractors to provide administrative support services at its several locations.
II. NASA‘s Effort to Consolidate Services Under its Mission Support Future Architecture Program (MAP)
In 2017, NASA created the Mission Support Future Architecture Program (MAP), with the goal of “centralizing support services at the agency level,” instead of employing independent support services at “specific space centers or operating locations.” Defendant‘s Motion to Dismiss, or, in the Alternative, Motion for Judgment on the Administrative Record, and Response to Plaintiff‘s Motion for Judgment on the Administrative Record (ECF No. 25) (Def. Mot. Dismiss) at 9; see also id. at 10–11. Such centralization was intended to increase efficiency, effectiveness, and consistency across NASA. Id. at 9–10.
In 2018, in accordance with MAP, NASA began the process of specifically centralizing
In NASA‘s implementation of MAP, “NASA organized support services by region.” Def. Mot. Dismiss at 11–12. The region relevant to this action is the Space Flight Region which includes: (1) Texas (JSC); (2) Florida (KSC); (3) Alabama (MSFC); and (4) Mississippi (SSC). Id. Each of these locations is a Space Flight Center in the Space Flight Region.
III. The DASS Solicitation and Award
In October 2019, NASA held a Procurement Strategy Meeting to “[a]uthorize the Procurement Strategy for and obtain authority to proceed with the DASS procurement.” AR at 8119, 8125. The proposed DASS contract included a 5-Year Base Period, to “allow[] for flexibility during MAP transitioning should the government require additional time,” and “[s]hould the contractor be unable to perform, . . . allow[] the Government adequate time to re-compete the effort.” AR at 8137. As explained by Defendant, “[p]rior to the implementation of MAP, each space center procured its own support services” and thus, “[t]he DASS contract was the first attempt to implement MAP cost savings and efficiencies.” Def. Mot. Dismiss at 12.
In November 2019, again with reference to MAP, NASA approved the consolidation of JSC‘s and SSC‘s administrative support services under one contract, DASS, documenting its decision in a written memorandum from the NASA Office of Procurement. DASS Written Determination Concerning Consolidations Required by
In February 2020, NASA issued its Solicitation for the DASS contract. AR at 8191–261. DASS is a single award IDIQ Contract, with a 100% set-aside for
The Contractor shall perform the work under this contract at the Government‘s site, defined as the Stennis Space Center (SSC), Johnson Space Center (JSC) (including Government maintained facilities in the immediate JSC area (including the Sonny Carter Training Facility and Ellington Field)), the White Sands Test Facility located in Las Cruces, New Mexico. The Contractor may be required to perform services at other NASA operating locations or alternate work locations not currently specified. In the event services are required at other NASA operating locations or alternate work locations the Government and the Contractor shall negotiate the Fully Burdened Rates (FBR) for the location.7
AR at 8195.8
Following the award, administrative support services for JSC and SSC were provided by way of task orders under the DASS contract. See Def. Mot. Dismiss at 34; AR at 8175 (“Services will be performed via task orders . . . .“); AR at 894 (“SSC and JSC independently issue task orders against the DASS contract to fulfill their administrative services requirements.“).
IV. The CASS II Contract Solicitation and Award
Following the award of the DASS contract for JSC and SSC to CBF Partners JV, Kennedy Space Center (KSC) and MSFC remained under separate administrative support contracts. In September 2020, NASA issued a Solicitation for the CASS II contract, intended to support NASA‘s MSFC location. Pl. Compl. at 3; AR at 1. Unlike DASS, CASS II was deemed a 100%
V. NASA Decides to Add KSC to the DASS Contract
In February 2021, NASA evaluated whether a proposed modification to the DASS contract to include administrative support services at KSC would “trigger[] the competition requirements in the
NASA considered the following in its analysis of the KSC Scope Determination:
- To determine if the change is within the general scope of the DASS contract, we must determine if, prior to award, the solicitation adequately advised offerors of the potential for the change or offerors reasonably could have anticipated this type of contract change based upon what was in the solicitation . . . .
- To determine whether a modification triggers the competition requirements in the
Competition in Contracting Act (CICA ), we must decide if there is a material difference between the modified contract and the contract that was originally awarded. Evidence of a material difference between the modification and the original contract is found by examining any changes in the type of work, performance period, and the cost between the contract as awarded and as modified.
AR at 888. The KSC Scope Determination concluded offerors were adequately advised or could have anticipated the addition of KSC because Section 1.0 of the DASS Statement of Work (SOW) states that “[i]n the event services are required at other NASA operating locations or alternate work locations the Government and the Contractor shall negotiate the fully burdened rate (FBR) for the location.” AR at 888 (citing Section 1.0 of the DASS SOW, AR at 876). In assessing whether the addition of the proposed modification triggered
In August 2021, NASA‘s Office of Procurement further documented its decision in a consolidation determination. See Dual Administrative Supportive Services (DASS), Written Determination Concerning Consolidations Required by
VI. Subsequent NASA Action
A. NASA‘s Updated FAR Supplement to Consolidate a Sole Buying Location
In February 2023, NASA amended the NASA Supplement to the
B. The Proposed Inclusion of MSFC & MAF Locations under the DASS Contract
In March 2023, NASA again considered whether a proposed modification to the DASS contract would “trigger[] the competition requirements in the
In May 2023, NASA additionally documented a “Determination and Findings (D&F) for Consolidation of Requirements” for MSFC, as NASA had similarly documented for KSC in
Like the KSC Consolidation Determination, the MSFC Consolidation Determination ultimately concluded it was in the best interest for NASA to consolidate administrative support services at MSFC into DASS. AR at 908 (“[T]his consolidation is necessary and justified.“); see also AR at 898.
C. NASA Notifies CeleraPro
On April 13, 2023, NASA‘s Contracting Officer “document[ed] the Government‘s decision to not exercise Option Periods 2–4 of the CASS II Contract 80MSFC21DA004.”20 AR at 582–87. Subsequently, on April 19, 2023, NASA‘s Contracting Officer notified CeleraPro of its intent not to exercise option years 2–4 under CASS II. AR at 588 (explaining that NASA‘s letter serves as notice of NASA MSFC‘s “unilateral right to not exercise the remaining options as provided for within the CASS II contract“). Plaintiff does not dispute NASA‘s decision to forgo exercising its additional option years on the CASS II contract, effectively ending its relationship with CeleraPro for administrative services at MSFC. Pl. MJAR at 6; Oral Arg. Tr. at 20:11–15.
DISCUSSION
Plaintiff‘s bid protest challenge requires the Court to resolve two principal issues. First, the Court must determine whether Plaintiff has standing to assert its claim. Second, if Plaintiff has standing, this Court must proceed to the merits of Plaintiff‘s claim itself. Namely, whether NASA‘s proposed sole source task order under the DASS contract for administrative support services at MSFC is arbitrary, capricious, or violates
As explained below, the Court denies Defendant‘s Motion to Dismiss for lack of standing,
I. Standing
Prior to addressing the merits of this case, this Court must address Defendant‘s Motion to Dismiss for lack of statutory standing.
When considering a motion to dismiss under Rule 12(b)(6), the Court must “take as true all undisputed facts alleged in the complaint and draw all reasonable inferences based on those allegations.”26 Vasko v. United States, 581 F. App‘x 894, 897 (Fed. Cir. 2014) (citing Bell Atl. Corp. v. Twombly, 550 U.S. 544, 555–56 (2007)). To withstand dismissal under Rule 12(b)(6), a complaint “must allege facts ‘plausibly suggesting (not merely consistent with)’ a showing of entitlement to relief.” Acceptance Ins. Cos., Inc. v. United States, 583 F.3d 849, 853 (Fed. Cir. 2009) (quoting Twombly, 550 U.S. at 557). Put differently, the plaintiff‘s “[f]actual allegations must be enough to raise a right of relief above the speculative level.” Twombly, 550 U.S. at 545 (requiring “enough fact[s] to raise a reasonable expectation that discovery will reveal evidence of [the plaintiff‘s claim]“). Dismissal for failure to state a claim upon which relief can be granted under Rule 12(b)(6) “is appropriate when the facts asserted by the claimant do not entitle him to a legal remedy.” Lindsay v. United States, 295 F.3d 1252, 1257 (Fed. Cir. 2002); Welty v. United States, 926 F.3d 1319, 1323 (Fed. Cir. 2019).
Under the Tucker Act, this Court has jurisdiction over actions “by an interested party objecting to a . . . proposed award or the award of a contract or any alleged violation of statute or regulation in connection with a procurement or a proposed procurement.”
The parties dispute statutory standing. For a protester to establish statutory standing, it must demonstrate that it is an “interested party.”28
A protestor must also establish prejudice. Mgmt. Sols. & Sys., 75 Fed. Cl. at 825 (quoting Galen Med. Assocs. v. United States, 369 F.3d 1324, 1330 (Fed. Cir. 2004)) (“[T]o prevail in a protest the protester must show not only a significant error in the procurement process, but also that the error prejudiced it.“) (internal citations omitted)); Data Gen. Corp. v. Johnson, 78 F.3d 1556, 1562 (Fed. Cir. 1996). For a prospective bidder to demonstrate prejudice, the Federal Circuit directs that the protester is required to “show that it had a ‘substantial chance’ of winning the contract.” CACI, 67 F.4th at 1151 (citing Digitalis Educ. Sols., Inc. v. United States, 664 F.3d 1380, 1384 (Fed. Cir. 2012)); Rex Serv. Corp., 448 F.3d at 1308; Statistica, Inc. v. Christopher, 102 F.3d 1577, 1581 (Fed. Cir. 1996) (alteration in original) (emphasis in original) (internal quotations omitted) (quoting CACI., Inc.-Fed. v. United States, 719 F.2d 1567, 1574–75 (Fed. Cir. 1983)) (“To establish competitive prejudice, a protester must demonstrate that but for the alleged error, there was a substantial chance that [it] would receive an award—that it was within the zone of active consideration.“). As explained by the Federal Circuit, “[i]n other words, the protestor‘s chance of securing the award must not have been insubstantial.” Info. Tech. & Applications Corp. v. United States, 316 F.3d 1312, 1319 (Fed. Cir. 2003) (citing Am. Fed‘n, 258 F.3d at 1302; Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324, 1334 (Fed. Cir. 2001)).
[T]he Federal Circuit has held that the issue of prejudice may be dependent upon the type of relief sought by the parties . . . . “[W]here the plaintiff claims that the government was obligated to rebid the contract (as contrasted with a situation in which the plaintiff claims that it should have received the award in the original bid process). [] To have standing, the plaintiff need only establish that it ‘could compete for the contract’ if the bid process were made competitive.... [Plaintiff] need not show that it would have received the award in competition with other hypothetical bidders, [but rather] must show that it would have been a qualified bidder.”
Id. (quoting Myers Investigative & Sec. Servs., Inc. v. United States, 275 F.3d 1366, 1370 (Fed. Cir. 2002), abrogated on other grounds by CACI, 67 F.4th at 114530 (citing Impresa Construzioni Geom. Domenico Garufi, 238 F.3d at 1334) (alterations in original) (“[I]f appellant‘s bid protest were allowed because of an arbitrary and capricious responsibility determination by the contracting officer, the government would be obligated to rebid the contract, and appellant could compete for the contract once again. Under these circumstances, the appellant has a ‘substantial chance’ of receiving the award and an economic interest and has standing to challenge the award.“)); Savantage Fin. Servs., Inc., 81 Fed. Cl. at 306 (quoting Myers, 275 F.3d at 1370–71).
A. CeleraPro is a Prospective Bidder
At the outset, CeleraPro is not an actual bidder for the administrative support services at issue because NASA did not issue a competitive Solicitation, but instead plans to modify the DASS contract to encompass administrative support services for MSFC. Compl. ¶¶ 18–21; Rex Serv. Corp., 448 F.3d at 1307 (explaining that an actual bidder is one who bids on the protested Solicitation). Thus, for standing purposes, the Court must consider whether Plaintiff qualifies as a prospective bidder.
Defendant contends CeleraPro is not a prospective bidder. Def. Mot. Dismiss at 15. The majority of Defendant‘s standing argument, however, is merely a string of inferences.31 At the center of Defendant‘s argument is a contention that even if CeleraPro were to get the relief it seeks, CeleraPro would still be unable to bid on a new Solicitation and therefore cannot be a prospective bidder. Id. at 20. Specifically, Defendant argues that “[a]ll of the administrative requirements for the Space Flight Regions are set-aside for
Fundamental to Defendant‘s contentions is a presumption that NASA appropriately
In addressing Defendant‘s Motion to Dismiss, this Court is “obligated to assume all factual allegations as true” and may consider the plausibility of Plaintiff‘s claim. Henke v. United States, 60 F.3d 795, 797 (Fed. Cir. 1995); Meidinger v. United States, 989 F.3d 1353, 1357 (Fed. Cir. 2021); Dimare Fresh, 808 F.3d at 1306 (quoting Ashcroft v. Iqbal, 556 U.S. 662, 678 (2009)). It is true that NASA amended its own internal guidelines to make SSC the mandatory buying location
Similarly, the SBA‘s decision to add MSFC as an 8(a) under DASS does not impact Plaintiff‘s standing to challenge NASA‘s lack of a separate competitive bid process to procure the administrative support services at issue in accordance with CICA. Defendant‘s Reply in Support of its Motion to Dismiss, or, in the Alternative, Motion for Judgment on the Administrative Record (ECF No. 27) (Def. Reply) at 3 (citing AR at 911) (“In May 2023, NASA coordinated with the
Defendant contends that in adding MSFC as an 8(a) under DASS, “NASA and the SBA agreed that all future DASS-like work would be set-aside in the 8(a) program, making CeleraPro ineligible for the new contract based on its lack of 8(a) status . . . [because] [o]nce a requirement has been accepted by the SBA into the 8(a) program, any follow-on requirements shall remain in the program, absent limited exceptions such as an agreement by the SBA to release the requirement from the program or a mandatory source.” Def. Reply at 3. However, as noted, this misses the point, and even so, there are several flaws in Defendant‘s argument. As Plaintiff notes, in accordance with FAR requirements, no additional market research has been conducted beyond that which occurred for SSC and JSC‘s consolidation under DASS. Oral Arg. Tr. at 15:18–21, 18:14–17 (“There is nothing in the record that shows NASA‘s conducted market research to say a consolidate four space flight center opportunity would be an 8(a) set-aside.“). And as acknowledged by Defendant, there are several exceptions to its follow-on argument.34 Def. Mot. Dismiss at 18 (citing
Put simply, it is not clear at this stage in the litigation whether MSFC‘s administrative support services would even qualify as an 8(a) follow-on requirement under the FAR. When ruling on
B. CeleraPro has Demonstrated a Requisite Direct Economic Interest
To determine if CeleraPro is an “interested party” in accordance with this Court‘s statutory standing under
In its Complaint, Plaintiff alleges that “CeleraPro has a direct economic interest that is being affected by NASA‘s procurement decisions.” Compl. ¶ 5. CeleraPro further alleges that it is the incumbent contractor providing administrative support services at MSFC under the CASS II
CeleraPro must also establish prejudice by showing it has a “substantial chance” of receiving the award, meaning the protestor‘s chance of securing the award must not have been insubstantial. Rex Service Corp., 488 F.3d at 1308; Info. Tech. & Applications Corp., 316 F.3d at 1319 (citing Am. Fed‘n, 258 F.3d at 1302; Impresa Construzioni Geom. Domenico Garufi, 238 F.3d at 1334). As the Defendant itself points out, “[u]ltimately, CeleraPro‘s ability to establish Article III standing and to meet the requirements of
The showing of “substantial chance” required to prove prejudice is dependent upon the relief sought. Myers, 275 F.3d at 1370 (citing Impresa Construzioni Geom. Domenico Garufi, 238 F.3d at 1334). The Federal Circuit‘s reasoning in Myers and Impresa Construzioni Geom. Domenico Garufi supports this Court‘s conclusion that Plaintiff would have a substantial chance of receiving the award. Indeed, the Federal Circuit has noted that, like the present case, a plaintiff claiming the Government is “obligated to rebid the contract . . . need only establish that it ‘could compete for the contract’ if the bid process were made competitive.” Myers, 275 F.3d at 1370 (quoting Impresa Construzioni Geom. Domenico Garufi, 238 F.3d at 1334). Said differently, the plaintiff must establish it would be a “qualified bidder.” Myers, 275 F.3d at 1371. To that end,
Here, like in Impresa Construzioni Geom. Domenico Garufi, the Plaintiff claims NASA is obligated to rebid the contract because the proposed modification to add MSFC to the DASS contract did not involve a competitive bid process. Compl. ¶¶ 21, 23–24, 26–27. Like the plaintiff in Management Solutions & Systems, Plaintiff performed these services in the past and, in fact, is the current incumbent contractor for the MSFC location. Compl. ¶¶ 5, 14. CeleraPro‘s current contract for administrative support services at MSFC was solicited after the award of DASS and specifically called for the type of business CeleraPro is, a 100% HUBZone business. Compl. ¶ 11; AR at 1, 919. Further, if in evaluating Plaintiff‘s claim on the merits this Court were to find NASA‘s actions to be arbitrary and capricious, “the government would be obligated to rebid the contract, and appellant could compete for the contract . . . .” Impresa Construzioni Geom. Domenico Garufi, 238 F.3d at 1334 (citing Alfa Laval Separation, Inc. v. United States, 175 F.3d 1365, 1367 (Fed. Cir. 1999)). According to its Complaint, Plaintiff would bid on this contract. Compl. ¶ 5. Thus, it is well-established, that, “[u]nder these circumstances, [the plaintiff] has a ‘substantial chance’ of receiving the award.” Pl. MJAR at 5 (quoting Assessment and Training Sols. Consulting Corp. v. United States, 92 Fed. Cl. 722, 728 (2010)). Accordingly, as Plaintiff satisfies the “interested party” requirement, it is evident that Plaintiff has standing under
II. CeleraPro’s CICA Claim
Having confirmed Plaintiff has met this Court‘s statutory standing requirements, the Court next addresses the merits of Plaintiff‘s claim. CeleraPro‘s Complaint alleges that NASA‘s decision to modify the DASS contract to include MSFC triggers the competition requirements of CICA and is arbitrary, capricious, and contrary to law. Accordingly, the Court must determine whether the proposed modification materially departs from the scope of the original procurement (the DASS contract).
In a bid protest, the Court “reviews the agency‘s procurement decision to determine whether it is supported by the administrative record.” Ian, Evan & Alexander Corp., 136 Fed. Cl. at 408 (citing CW Gov‘t Travel, Inc. v. United States, 110 Fed. Cl. 462, 481 (2013)). Under the Tucker Act, protests of agency procurement decisions are reviewed under Administrative Procedure Act (APA) standards. See
This Court‘s review of bid protests is highly deferential to agency action. Weeks Marine, 575 F.3d at 1369 (“Under [‘highly deferential’ rational basis review], we sustain an agency action ‘evincing rational reasoning and consideration of relevant factors‘” (quoting Advanced Data Concepts, Inc. v. United States, 216 F.3d 1054, 1058 (Fed. Cir. 2000))). Ultimately, if the Court finds an agency action is within its bounds, it is not for the Court to substitute its own judgment
As noted, CeleraPro contends NASA‘s proposed modification violates CICA‘s requirement for agencies to “obtain full and open competition through the use of competitive procedures.”
However, “CICA sets forth no standard for determining when modification of an existing contract requires a new competition or falls within the scope of the original competitive procurement.” AT&T Commc‘ns, 1 F.3d at 1204–05; see also Cardinal Maint. Serv., 63 Fed. Cl. at 106. As a result, the Federal Circuit has historically employed the cardinal change doctrine to
To determine “whether the contract as modified materially departs from the scope of the original procurement,” the Court considers: “(1) whether the modification is of a nature which potential offerors would reasonably have anticipated; and (2) whether the modification substantially changes the type of work, performance period, and costs as between the original contract and the modified contract.”37 AT&T Commc‘ns, 1 F.3d at 1205; Portfolio Disposition Mgmt. Grp. LLC v. United States, 64 Fed. Cl. 1, 12 (2005) (citing Cardinal Maint. Serv., 63 Fed.
A. NASA’s DASS Contract Reasonably Informs Offerors of the Potential for New Locations
As the Federal Circuit explained in AT&T Communications, Inc. v. Witel, “[a]n important factor in determining the scope of the original competition is ‘whether the solicitation for the original contract adequately advised offerors of the potential for the type of changes during the course of the contract that in fact occurred, or whether the modification is of a nature which potential offerors would reasonably have anticipated.‘” 1 F.3d at 1207 (quoting Neil R. Gross & Co., 90–1 CPD ¶ 212 at 3 (1990) (citation omitted)). Put differently, “[a] modification generally falls within the scope of the original procurement if potential bidders would have expected it to fall within the contract‘s changes clause.” Id. at 1205. “Whether potential bidders would have anticipated a particular modification is judged under an objective standard, . . . and ‘depends heavily on the language of the solicitation.‘” Ian, Evan & Alexander Corp., 136 Fed. Cl. at 417 (citing Global Comput. Enters., Inc. v. United States, 88 Fed. Cl. 52, 56 (2009); CESC Plaza Ltd. P‘ship v. United States, 52 Fed. Cl. 91, 93 (2002); CCL, 39 Fed. Cl. at 791) (quoting Northrop Grumman Corp. v. United States, 50 Fed. Cl. 443, 466 (2001) (citing JOHN CIBINIC, JR. & RALPH C. NASH, JR., ADMINISTRATION OF GOVERNMENT CONTRACTS 389 (3d ed. 1995))). Thus, the Court must determine whether the DASS contract reasonably informed offerors of the potential for inclusion of NASA locations aside from JSC and SSC, or whether the modification to include MSFC under DASS is of a nature which potential offerors would reasonably have anticipated. AT&T Commc‘ns, 1 F.3d at 1207 (citing Neil R. Gross & Co., 90–1 CPD ¶ 212 at 3 (1990) (citation omitted)).
a. The DASS Solicitation
The parties largely focus on whether the DASS Solicitation reasonably informed offerors of the potential for inclusion of additional NASA locations aside from JSC and SSC. CeleraPro argues the answer is no, contending “NASA hinges all of [its] non-competitive additions [to the DASS contract] on one sentence in the original DASS.”38 Pl. MJAR at 5. The sentence in question references the phrase ”other NASA operating locations” in Section 1.0 of the original DASS contract‘s SOW.39 AR at 876 (emphasis added).
Defendant disputes Plaintiff‘s account that NASA relies on a single sentence to demonstrate notice. Defendant responds that (1) the DASS Solicitation conveyed “multiple times” that offerors may be required to perform services at multiple space centers, and (2) other offerors understood this possibility to cover locations outside of the JSC and SSC. Def. Mot. Dismiss at 25.
b. The DASS Solicitation Language
In support of its first point, Defendant relies on the same provisions of the DASS Solicitation as NASA relied on in the MSFC Scope Determination, pointing to Section 1.3 of the RFP and Section 1.0 of the DASS SOW. Id. at 26. Defendant also cites several additional portions
The Request for Proposal (RFP), Section 1.3, the Place of Performance – Services, states the following:
The Contractor shall perform the work under this contract at the Government‘s site, defined as the Stennis Space Center (SSC), Johnson Space Center (JSC) (including Government maintained facilities in the immediate JSC area (including the Sonny Carter Training Facility and Ellington Field)), the White Sands Test Facility located in Las Cruces, New Mexico. The Contractor may be required to perform services at other NASA operating locations or alternate work locations not currently specified. In the event services are required at other NASA operating locations or alternate work locations the Government and the Contractor shall negotiate the Fully Burdened Rates (FBR) for the location.
AR at 8195.
Section 1.0 of the DASS SOW contains similar language and is also cited by both parties:
The Statement of Work (SOW) describes the products and services to be provided by the Contractor to NASA at the Government‘s sites, defined as the Johnson Space Center (JSC), and Government-maintained facilities in the immediate JSC area (including the Sonny Carter Training Facility and Ellington Field), the White Sands Test Facility (WSTF) located in Las Cruces, New Mexico, and the Stennis Space Center (SSC), MS. In the event services are required at other NASA operating locations or alternate work locations the Government and the Contractor shall negotiate the fully burdened rate (FBR) for the location.
AR at 876.
Defendant argues the language at issue in the DASS Solicitation, “other NASA operating locations or alternate work locations,” is meant to encompass locations, including Space Centers, other than JSC and SSC. Def. Mot. Dismiss at 25; see also id. at 23–28; Oral Arg. Tr. at 49:13–
c. Offeror Proposals
In support of its second point, Defendant also argues that other offerors understood the language of the DASS contract to include other space centers because several offerors’ proposals highlighted those offerors’ ability to service multiple space centers. Def. Mot. Dismiss at 28. For example, Defendant points to paragraph 2.0 of offeror
Image Placeholder #2
Image Placeholder #4
AR at 8512 (emphasis added).
However, much of the parties’ arguments regarding offeror proposals center around the
In its briefs and at Oral Argument, Defendant argued that no other Space Centers are explicitly mentioned because NASA planned to make these determinations later and therefore included the language “other NASA operating locations or alternate work locations” to provide it with a future option to expand work locations. Oral Arg. Tr. at 52:9–10; Def. Reply at 7 (“CeleraPro‘s assertion that offerors did not know they would need to service either KSC or MFSC [sic] because they did not expressly mention them by name in their proposals is utterly unconvincing and renders the solicitation provisions meaningless.“). At Oral Argument, the Court questioned Defendant on this portion of the Management Plan. Defendant explained “[Offerors] could have identified other space centers if they so choose, but it wasn‘t necessary to do that because the place of performance specifically indicated that . . . in the event services are required at other NASA operating locations or alternate work locations, the Government and the contractor shall negotiate the fully burdened rates for the location . . . after they were identified.” Oral Arg.
d. The Master Buy Plan
Plaintiff argues that NASA‘s internal documents at the time of the consolidation decision of JSC and SSC are “reflective of what NASA‘s intent was,” meaning NASA only ever intended for DASS to include the two Space Flight Centers explicitly mentioned.43 Oral Arg. Tr. at 33:5.
Plaintiff relies on the Master Buy Plan, which Plaintiff acknowledged at Oral Argument is the only document that “specifically ties” the Solicitation language at issue to its argument that DASS was only ever meant to apply to JSC and SSC:
The Court: Well, let‘s go through the record . . . [B]esides the [Master Buy Plan], . . . where in the record shows some sort of restriction tying . . . – “other NASA operating locations or alternative work locations not currently specified” back to Johnson and Stennis?
Plaintiff: Other than the document in the master buy plan, Your Honor, I would say there is no -- there is nothing else that specifically ties it back to those locations, but, again, . . . I think if we look at the proposals that were all received on DASS, every single one of them, and you read through all of them . . . not one mention of working at Marshall or working at Kennedy or working at anything other than the Stennis and Johnson areas.
Oral Arg. Tr. at 34:14–35:6. The Master Buy Plan states in part:
The Johnson Space Center (JSC) and Stennis Space Center (SSC) both require administrative support to organizations in fulfilling the command‘s mission. Services will be required at the following locations: SSC, JSC on-site, Ellington Field, Sonny Carter Training Facility, White Sands Test Facility, and other JSC operating locations that may be determined subsequent to contract award.
AR at 8180 (emphasis added). Plaintiff contends “NASA‘s internal document is clear that the language of ‘other NASA operating locations or alternate work locations’ in the DASS SOW refers
The Court requested Defendant file a Notice detailing whether the locations identified in Section 1.3, apart from SSC and JSC, are the only locations NASA has supporting JSC. Oral. Arg. Tr. at 64:10–12. In its Notice, Defendant provided:
Yes. The JSC Contracting Officer has verified that the locations identified in Section 1.3 of the RFP are the only locations supported by JSC, “Johnson Space Center (JSC) (including Government maintained facilities in the immediate JSC area (including the Sonny Carter Training Facility and Ellington Field)), [and] the White Sands Test Facility located in Las Cruces, New Mexico.” There is a NASA Forward Operation Location in El Paso, Texas, but it is not considered to be supported by JSC because it is a leased hanger at the El Paso International Airport.
Defendant‘s Response to the Court‘s Questions Posed at Oral Argument (ECF No. 29) (Def. Notice) at 1. Defendant‘s Notice affords further credence to the Defendant‘s argument that the phrase “other operating locations” is not restricted merely to other JSC locations (because there
In addition to the arguments above, the administrative record also amply supports that NASA conducted and documented an analysis to determine if the proposed modification to the DASS contract triggered CICA. AR at 887–89; 890–92. Though it is the Court‘s duty to determine whether Defendant acted in an arbitrary and capricious manner or contrary to law, the Court notes that NASA conducted a thorough, well-reasoned analysis to make its determination. “Effective contracting demands broad discretion.” Ian, Evan & Alexander Corp., 136 Fed. Cl. at 411 (citing Burroughs Corp. v. United States, 617 F.2d 590, 598 (Ct. Cl. 1980); Sperry Flight Sys. Div. v. United States, 548 F.2d 915, 921 (Ct. Cl. 1977)). As the Court has done here, NASA also considered “if, prior to award, the solicitation adequately advised offerors of the potential for the change or offerors reasonably could have anticipated this type of contract change based upon what was in the solicitation.” AR at 888; see also AR at 887–89; 890–92. In its analysis, NASA identified and relied on Section 1.0 of the DASS SOW and Section 1.3 of the DASS RFP. NASA explained “[t]he DASS solicitation notified offerors that they shall provide administrative support services, if required, to other NASA locations.” AR at 888, 891.
As noted, it is not for the Court to substitute its own judgment for that of the agency. Instead, where the Court finds a reasonable basis for NASA‘s action, “the court should stay its hand even though it might, as an original proposition, have reached a different conclusion as to the proper administration and application of the procurement regulations.” Weeks Marine, 575 F.3d at 1371 (quoting Honeywell, 870 F.2d at 648). As Defendant aptly explained at Oral Argument: “[I]n order for CeleraPro to succeed, [the Court] would have to find that NASA‘s place of performance, which is identified as ‘other NASA operating locations or alternate work locations not currently specified,’ does not include space centers.” Oral Arg. Tr. at 47:18–22. Defendant
B. The Task Order at Issue Does Not Substantially Change the Cost of the DASS Contract
As noted, when analyzing a CICA claim, the Court also considers whether the modification “substantially changes the type of work, performance period, and costs as between the original contract and the modified contract.”44 Portfolio Disposition Mgmt. Grp., 64 Fed. Cl. at 12 (citing
Cardinal Maint. Serv., 63 Fed. Cl. at 106 (citations omitted)). In the present action, the parties agree that the type of work and performance period are not at issue.45 Pl. MJAR at 7 (“The type of work and labor categories under the CASS II Contract are the same as under the DASS Contract.“); Oral Arg. Tr. at 38:17–20 (“[I]t would be disingenuous to argue that the type of work is outside the scope. These contracts all have the same . . . labor categories.“); Def. Mot. Dismiss at 24 (quoting Pl. MJAR at 7) (“As CeleraPro concedes, ‘the type of work and labor categories under the CASS II Contract are the same as under the DASS contract.’ Both are contracts for the identical administrative support services.“); see generally Pl. MJAR (exhibiting that Plaintiff never raises performance period in its arguments). Accordingly, the Court need only address the cost factor here.
Although the parties agree change in cost is a relevant consideration, the parties disagree about how to calculate that change and whether the change in cost is so significant as to constitute
By way of background, the original – and current – ceiling of the DASS contract is $76 million. AR at 892; see also AR at 8196 (“The maximum value that can be ordered under this contract is $76,000,000.“). The administrative record reflects that as of NASA‘s March 2, 2023 KSC Scope Determination, only $34.2 million of the $76 million DASS contract ceiling had been allotted, and that NASA does not intend to increase the ceiling amount. AR at 890–92; Def. Mot. Dismiss at 35 (noting dollar value of services ordered under DASS contract as of MJAR briefing date is approximately $42 million and that “NASA can still spend $34 million under DASS before the vehicle ceases“). At Oral Argument, NASA noted that the ceiling value of the contract contemplates that NASA was “always expecting to add the additional space centers” to the DASS contract, and left room in the DASS contract to do so. Oral Arg. Tr. at 24:13–25:5; 47:2–7; 52:17–54:24. The administrative record reflects that the proposed modification related to the addition of MSFC administrative support services to the DASS contract has a proposed value of $9,957,042, and that the performance period was expected to span from August 2023 through October 2025, with a two-month phase-in period in June and July 2023. AR at 891. It is undisputed that the addition of a $9.9 million modification falls well within the DASS contract‘s $76 million ceiling, and there is no contrary evidence in the record. See AR at 892 (noting current balance and expected Year 4 and Year 5 expenditures under the DASS contract).
Plaintiff argues the proper calculation is to compare the cost of the proposed task order with the actual value46 of the current task orders under the IDIQ contract, ranging from a nearly
24 percent to a 55 percent increase in cost value.47 Plaintiff also argues the modification of DASS to include KSC is relevant to its cost argument.48 Pl. MJAR at 5–6, 8–9, 12; Pl. Response at 7. In contrast, Defendant argues the change in cost should be based on the cost of the proposed task order compared to the IDIQ contract (DASS) ceiling value, reflecting a 13 percent cost change. Def. Mot. Dismiss at 33–36.
The core of Defendant‘s argument regarding costs is that Plaintiff misunderstands the nature of IDIQ contracts. Def. Mot. Dismiss at 33–36. According to Defendant, in making the consolidation decision at issue, NASA prospectively estimated the total required dollar amount for administrative support services at MSFC ($9,957,042) and compared this amount to the dollar value of services remaining on the DASS contract. Id.; see AR at 890–92. The agency estimated that amount by taking into account the contract‘s ceiling amount less the value of the other three centers currently serviced under the contract (SSC, JSC, KSC). Def. Mot. Dismiss at 33. Defendant argues this approach is proper because IDIQ contracts are fundamentally meant to be flexible contract vehicles that provide an indefinite quantity of supplies or services during a prescribed period, with task orders issued for particular performance requirements. See id. at 34. Further, Defendant notes a “14 [percent] or $1.1 million in cost savings on the MFSC requirement
Though not binding, Seventh Dimension, LLC v. United States, which discusses IDIQ contracts in the context of cardinal changes to address scope, is instructive. 160 Fed. Cl. at 32. In that case, the court explained “that particularly under a ‘flexible’ contract — like an IDIQ vehicle,” changes “that do not significantly alter the ‘overall purpose and nature of the original contract’ are not cardinal changes.” Id. (quoting Everpure, Inc., B-226395, 90-2 CPD ¶ 275, 1990 WL 278656, at *3 (Comp. Gen. Oct. 10, 1990)). Thus, “[i]n cases that apply the cardinal change doctrine, even a substantial price increase alone is not enough to establish that modifications are beyond the scope of a contract, as long as the nature and purpose of the contract has not changed.” Am. Apparel, Inc. v. United States, 108 Fed. Cl. 11, 38 (2012) (citing S.J. Groves & Sons Co. v. United States, 661 F.2d 170, 173 (Ct. Cl. 1981); Def. Sys. Grp., B240295, 1990 WL 293536, at *4 (Comp. Gen. Nov. 6, 1990)) (“We recognize that the substantial cost of the modifications, here representing more than a 120 percent increase in price, can provide evidence of a cardinal change. However, where, as here, it is clear that the nature and purpose of the contract have not changed, a substantial price increase alone does not establish that the modifications are beyond the scope of the original contract.“). Thus, “even substantial increases in cost do not inexorably compel a conclusion that a contract has been modified outside its original scope.” Seventh Dimension, 160 Fed. Cl. at 32 (quoting DOR Biodefense, Inc., B-296358.3, 2006 CPD ¶ 35, 2006 WL 279311, at *7 (Comp. Gen. Jan. 31, 2006)). Put simply, “there is no mechanical or arithmetical answer.” Ian, Evan & Alexander Corp., 136 Fed. Cl. at 416 (internal citations omitted).
The Federal Circuit has not yet set forth a standard for the proper assessment of change in costs in CICA claims regarding IDIQ contracts. However, in analyzing the change in costs factor under either Plaintiff or Defendant‘s proposed cost calculation, it is evident that the “nature and
Further, as reflected in the administrative record, NASA conducted and documented a thorough analysis of whether proposed modifications to the DASS contract, including costs, triggered CICA. AR at 887–89; 890–92. As required in analyzing CICA scope issues, NASA considered whether “there [was] a material difference between the modified contract and the contract that was originally awarded.” AR at 888; see also AR at 887–89, 890–92. Additionally, as required by law, NASA, like this Court, fully considered “the type of work, performance period, and the cost between the contract as awarded and modified.” AR at 888, 891. NASA estimated change in cost by comparing the proposed modification to the ceiling of the DASS contract before ultimately concluding “the contract change is within the general scope of the original contract.” AR at 889, 892.
Considering all such evidence in the administrative record and arguments above regarding the potential increase in costs at issue, the potential cost savings on the MSFC requirement due to consolidation, that the nature and purpose of the contract remains unchanged, and that it is undisputed no significant changes to type of work and performance period in the DASS contract exist, it is evident that NASA‘s determination regarding costs is reasonable.49 See, e.g., AR at 890–92, 901–10. See Seventh Dimension, 160 Fed. Cl. at 32 (quoting Everpure, Inc., 1990 WL 278656, at *3); see id. (quoting DOR Biodefense, Inc., 2006 WL 279311, at *7); Am. Apparel, 108 Fed. Cl. at 38 (citing S.J. Groves & Sons Co., 661 F.2d at 173; Def. Sys. Grp., 1990 WL 293536, at *4); Ian, Evan & Alexander Corp., 136 Fed. Cl. at 416 (internal citations omitted). Therefore, NASA‘s decision to modify DASS to include other Space Centers is not arbitrary, capricious, or contrary to law on this basis as well.
In summary, whether an agency has violated CICA‘s competitive procedures turns on whether the “modification of an existing contract requires a new competition or falls within the scope of the original competitive procurement.” AT&T Commc‘ns, 1 F.3d at 1204–05. This Court has considered: “(1) whether the modification is of a nature which potential offerors would reasonably have anticipated; and (2) whether the modification substantially changes the type of work, performance period, and costs as between the original contract and the modified contract.” Portfolio Disposition Mgmt. Grp., 64 Fed. Cl. at 12 (citing Cardinal Maint. Serv., 63 Fed. Cl. at 106 (citations omitted)); Timberline Helicopters, 140 Fed. Cl. at 623 (quoting the two considerations); Ian, Evan & Alexander Corp., 136 Fed. Cl. at 416 (same); AT&T Commc‘ns, 1 F.3d at 1205. After considering the parties’ arguments and upon review of the administrative record, the Court finds both considerations are resolved in Defendant‘s favor. Accordingly, considering this Court‘s narrow review of such bid protests, the discretion afforded to agencies, and the administrative record here, this Court finds Defendant‘s actions were reasonable and well within the bounds of the law. See Co-Steel Raritan, 357 F.3d at 1309; Weeks Marine, 575 F.3d at 1371.
CONCLUSION
For the reasons set forth above, this Court DENIES Defendant‘s Motion to Dismiss (ECF No. 25), DENIES Plaintiff‘s Motion for Judgment on the Administrative Record (ECF No. 11), and GRANTS Defendant‘s Cross-Motion for Judgment on the Administrative Record (ECF No. 25).
The Clerk of Court is DIRECTED to enter Judgment accordingly.
IT IS SO ORDERED.
Eleni M. Roumel
ELENI M. ROUMEL
Judge
November 3, 2023
Washington, D.C.
Notes
The determination of whether a particular requirement or contract is a follow-on includes consideration of whether the scope has changed significantly, requiring meaningful different types of work or different capabilities; whether the magnitude or value of the requirement has changed by at least 25 percent for equivalent periods of performance; and whether the end user of the requirement has changed. As a general guide, if the procurement satisfies at least one of these
three conditions, it may be considered a new requirement. However, meeting any one of these conditions is not dispositive that a requirement is new. In particular, the 25 percent rule cannot be applied rigidly in all cases. Conversely, if the requirement satisfies none of these conditions, it is considered a follow-on procurement.
AR at 8428 (
