FCN, Inc. v. United States

Decision Date04 April 2014
Docket NumberNo. 13-616C,13-616C
PartiesFCN, INC. Plaintiff, v. UNITED STATES, Defendant.
CourtU.S. Claims Court

REDACTED OPINION

Post-Award Bid Protest; Air

National Guard; Mass Notification

System; Price Realism;

Government-Furnished Property;

Injunction.

William T. Welch, Law Offices of McMahon, Welch & Learned, Reston, Virginia, for plaintiff.

J. Bryan Warnock, Trial Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C., for defendant. With him were Bryant G. Snee, Acting Director, Commercial Litigation Branch, and Stuart F. Delery, Assistant Attorney General. Kyle Chadwick, Trial Attorney, Contract and Fiscal Law Division, United States Army Legal Services Agency, of counsel.

OPINION

HORN, J.

The protestor, FCN, Inc. (FCN), filed a post-award bid protest in this court challenging the Air National Guard's award of a contract for a "Mass Notification System/Net-Centric Alerting System" (Mass Notification System) to Reliable Government Solutions, Inc. (RGS)2 pursuant to Solicitation W9133L-13-R-0015 (theSolicitation). Before filing suit in this court, FCN filed a protest with the Government Accountability Office (the GAO), which was denied. In this court, the protestor states: "The FCN proposal received the highest ranking for all non-price factors outlined in the RFP [Request for Proposal]." Therefore, the protestor alleges that the Air National Guard contracting officer awarded the contract to RGS in violation of the Federal Acquisitions Regulations (FAR) by: (1) "accepting a proposal that relied on RGS's offer to utilize Government Furnished Equipment (GFE)," (2) "accepting RGS's offer to submit a 'no cost' licensing fee and 'no-cost' telephony communications previously provided to the U.S. Air Force under a previous contract," (3) "failing to perform a proper price realism analysis on the proposal of RGS and its subcontractor AtHoc," and (4) "allowing the RGS proposal to violate the stated proposal instructions by including pricing information in its technical proposal." To the extent the current Solicitation violates the applicable procurement regulations, the protestor asks the court to enjoin implementation of contract W9133L-13-P-0034, awarded to RGS under the Solicitation, and order the government to re-evaluate the existing proposals.3 The protestor also seeks any other relief the court deems appropriate, including, but not limited to, attorney's fees and the costs of maintaining the protest. The parties fully briefed cross-motions for judgment on the administrative record and oral argument was held.

FINDINGS OF FACT
Pre-Solicitation History

On September 22, 2012, the Air National Guard issued solicitation W9133L-12-R-0073 (the subsequently cancelled solicitation), under the work statement "Desktop Alert (DTA) Build-out." (emphasis in original). The subsequently cancelled solicitation's due date was listed as September 26, 2012. The parties stipulated that the subsequently cancelled solicitation was for the procurement of "hardware and software to expand the ANG's [Air National Guard's] Desktop Alert (DTA) environment." The parties have stipulated that "Desktop Alert is a Mass Notification System/Net-Centric Alerting System (MNS/NCAS) created and sold by Desktop Alert, Inc." On September 28, 2012, Ly Tran, Vice President of AtHoc, Inc. (AtHoc), a competitor of Desktop Alert, sent an e-mail to contracting specialist Willie L. Holmes objecting to the subsequentlycancelled solicitation's requirement to use Desktop Alert, and alleging that it was a waste of taxpayer funds and encouraged unfair competition. Mr. Tran stated in his e-mail: "We vehemently protest the Solicitation W9133L-12-R-0073 for the fielding and sustainment of Desktop Alerts across the Air National Guard." Mr. Tran claimed in the e-mail that "the Government needs to open up this sonication [sic] to new competition for new vendors such as AtHoc." He listed some of the purported advantages of using AtHoc's software, including that "AtHoc is already deployed across 120+ US Air Force bases," and that the "US Air Force already purchased licenses for ALL USAF [United States Air Force] INCLUDING ANG (!)." (capitalization and punctuation in original). Mr. Tran also asserted in his e-mail that:

Furthermore the USAF negotiated an UNLIMITED USAGE for its alerting capability including no cost for any phone call or text message or email or desktop alert sent. Last USAF [sic] already purchased a pool of lines to be available for ALL USAF (including ANG) of over [redacted] lines. By not providing AtHoc the ability to complete [sic] for this solicitation, ANG will not benefit from all that the USAF ALREADY PAID FOR!

(capitalization in original).

On October 8, 2012, Clayton S. Marsh, counsel to AtHoc, submitted a supplement to the AtHoc objections to the subsequently cancelled solicitation (W9133L-12-R-0073). Mr. Marsh offered a number of additional arguments as to why the subsequently cancelled solicitation was flawed. Mr. Marsh stated that the synopsis of the announcement was incorrect, claiming that "[t]he FBO [Federal Business Opportunities] announcement described this procurement as 'DESKTOP ALERT SUSTAINMENT AND SUPPORT' . . . . In truth, the Solicitation is for a massive build-out of a new hardware and software implementation of Desktop Alert." (capitalization in original). Mr. Marsh also stated that the "FBO announcement allowed only one day to respond. It was posted September 27, at 10:06 a.m., and required offers by noon on September 28."4 Mr. Marsh continued that "[t]here are no '[f]actors and significant subfactors that will be used to evaluate the proposal and their relative importance' as minimally required by FAR [Federal Acquisition Regulation] 15.203(a)(4)." Mr. Marsh also stated that "the specific materials needed to fully respond are indicated (repeatedly) to be in the 'attached LOM' [list of materials] - which is not attached.'" Additionally, Mr. Marsh claimed that there was a potential conflict of interest due to unequal access to information, and that the National Guard Bureau had already purchased a "DTA [Desktop Alert] software alert system, covering 'all personnel in the Guard at the Air and Army Guard HQs . . . .'" (emphasis in original).5 Mr. Marshfurther commented on the availability of AtHoc's system throughout the United States Air Force and stated, "the existing Air Force purchase and installation of AtHoc's system for desktop, telephony, email, and text alerting includes [redacted] Telephone Alerting lines available to Air National Guard. Through more than 20 different contracts, the Air Force has purchased licenses from AtHoc totaling 700,000 users." In the Marsh e-mail were copies of e-mails and sections of Air Force - AtHoc contracts in support of AtHoc's position.

On October 11, 2012, Anthony Mara of the National Guard Bureau sent an e-mail asking Air Force Colonel Rigel Hinckley for comments regarding AtHoc's allegations. Colonel Hinckley responded, as follows:

The truth has been stretched to the point where it can no longer be discerned from wild promises or innuendos. We currently do not have a license agreement that allows existing AtHoc licenses to be used wherever we want. DTA 4.x and 5.x are both currently going through certification and will not be turned off.
The unfair competition should be used against AtHoc for their attempt to acquire the Enterprise contract without competing for it. The EIS [Enterprise Information System] PMO [Program Management Office] continues to work through the Enterprise contract award.

Nonetheless, on November 7, 2012, the Air National Guard sent a letter to AtHoc stating that the Air National Guard will "either list 'Brand Name or Equal' requirements, with salient features or will remove the vendor specific information and/or still add salient features for use in determining 'Best Value Technically/Price Acceptable' tradeoff criteria." According to the parties' joint stipulation, on the same day, November 7, 2012, the Air National Guard "took corrective action by cancelling Solicitation No. W9133L-12-R-0073."6

On February 21, 2013, the Air National Guard issued solicitation, W9133L-13-R-0015, the Solicitation at issue in the above captioned protest. As stipulated by the parties, the Solicitation's "Program Goal" (emphasis in original) was for a Mass Notification System/Net-Centric Alerting System "that would allow the ANG to rapidly and reliably inform personnel about anti-terrorism/force protection conditions (FPCON) (including chemical, biological, radiological, and nuclear threats), hazardous weather conditions, and other critical events." The Solicitation listed as: "Program Objectives:"

A. The NCAS [Net-Centric Alerting System] shall be capable of sending alert messages to end-users (recipients) via multiple delivery methods, including:
a. Audio-visual network alerts to desktops and laptops via desktop pop-up
b. Text alerts to mobile phones and pagers
c. Text alerts to electronic mail (e-mail) clients
d. Audio alerts to phonese. Audio alerts to existing indoor/outdoor PA [Public Address]/giant voice systems
f. Network alerts to XMPP[Extensible Messaging and Presence Protocol]-based Chat rooms or any other IP[Internet Protocol]-connected devices via standard XML [Extensible Markup Language] and CAP [Common Alerting Protocol] protocols
B. The NCAS shall be capable of sending alert messages to target recipients according to:
a. Hierarchical organizational structure (as would be imported from an LDAP [Lightweight Directory Access Protocol] or Active Directory)
b. Organizational roles
c. Specific distribution lists (e.g., hazardous materials (HAZMAT) response teams)
d. Dynamic groups created through on-the-fly queries of the user directory
e. Geographical locations (e.g., entire bases, zones within bases)
f. IP address
C. The NCAS must be capable of interoperability with other
...

To continue reading

Request your trial

VLEX uses login cookies to provide you with a better browsing experience. If you click on 'Accept' or continue browsing this site we consider that you accept our cookie policy. ACCEPT