Agile Defense, Inc. v. United States ( 2020 )


Menu:
  • Case: 19-1954    Document: 48     Page: 1   Filed: 06/02/2020
    United States Court of Appeals
    for the Federal Circuit
    ______________________
    AGILE DEFENSE, INC.,
    Plaintiff-Appellant
    v.
    UNITED STATES,
    Defendant-Appellee
    FEDITC, LLC,
    Defendant
    ______________________
    2019-1954
    ______________________
    Appeal from the United States Court of Federal Claims
    in No. 1:18-cv-01615-LAS, Senior Judge Loren A. Smith.
    ______________________
    Decided: June 2, 2020
    ______________________
    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, Wash-
    ington, DC, for defendant-appellee. Also represented by
    JOSEPH H. HUNT, MARIANA TERESA ACEVEDO, WILLIAM
    JAMES GRIMALDI, ROBERT EDWARD KIRSCHMAN, JR.,
    DOUGLAS K. MICKLE.
    Case: 19-1954     Document: 48     Page: 2     Filed: 06/02/2020
    2                        AGILE DEFENSE, INC.   v. UNITED STATES
    ______________________
    Before REYNA, MAYER, and TARANTO, Circuit Judges.
    MAYER, Circuit Judge.
    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 In-
    formation 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 En-
    core 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 compo-
    nents, 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 un-
    der the contracts would provide for payment on either a CR
    or a fixed-price (“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
    Case: 19-1954     Document: 48      Page: 3   Filed: 06/02/2020
    AGILE DEFENSE, INC.   v. UNITED STATES                      3
    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 offerors of the lowest-priced,
    technically-acceptable proposals after considering three
    evaluation factors: (1) technical/management approach; (2)
    past performance; and (3) cost/price. A. 1270–80. Each
    prospective offeror was instructed to provide a “cost/price
    volume” in its proposal. A. 1256. In this volume, the offe-
    ror was required to include a “pricing template,” which
    listed the estimated hourly costs for which the offeror ex-
    pected to claim reimbursement under a CR task order for
    the labor associated with each of the 116 LCATs. A. 1263.
    Each offeror was also required to submit “supporting cost
    information” for all proposed CR labor rates. A. 1263; see
    also A. 1264 (“The offeror must provide the pricing meth-
    odology and supporting cost information utilized in the de-
    velopment of all CR rates.”).
    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 accord-
    ance with [Federal Acquisition Regulation (“FAR”)] 15.404-
    1(d) to determine the Most Probable Cost for each Offeror.”
    A. 1280. It further provided that:
    The cost/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 com-
    plete proposals within each suite (Full and Open
    and Small Business). The team will then calculate
    the standard deviation of the average for each CR
    Case: 19-1954      Document: 48     Page: 4     Filed: 06/02/2020
    4                         AGILE DEFENSE, INC.   v. UNITED STATES
    labor rate. The Defense Procurement Acquisition
    Policy Contract Pricing Reference Guidelines (Vol-
    ume 2) detail the use of statistical analysis, includ-
    ing standard deviation, to organize, summarize,
    analyze, and interpret data for contract pricing.
    Standard deviation quantifies the amount of varia-
    tion amongst a set of data. In a normal distribu-
    tion, 1 standard deviation will include the data that
    is 34.1% below or above 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 de-
    viation below the average to be a realistic rate, sub-
    ject to cost analysis techniques in accordance with
    FAR 15.404. The initial calculations for [the] Av-
    erage and Standard Deviation will be utilized for
    the entirety of the evaluation and will not be recal-
    culated 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 compo-
    nent 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 bur-
    dened 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,
    Case: 19-1954    Document: 48       Page: 5   Filed: 06/02/2020
    AGILE DEFENSE, INC.   v. UNITED STATES                     5
    announcing that the agency’s discussions with offerors had
    concluded and that each offeror should provide its final pro-
    posal revision (“FPR”) to the agency by May 2, 2018.
    A. 2415–16. During its review of Agile’s FPR, DISA deter-
    mined that many of its proposed CR rates fell more than
    one standard deviation below average rates (“Below-Devi-
    ation Labor Rates”). A. 2658–59. DISA further determined
    that for these Below-Deviation Labor Rates Agile had
    based its proposed rates on salaries paid to pools of workers
    which included workers who did not meet minimum solici-
    tation requirements. See, e.g., A. 298–99, 2439, 2658–60.
    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 upon salaries paid to
    pools of workers which included workers not meeting the
    solicitation’s minimum education and experience require-
    ments. A. 2765–67. In response, Agile submitted a second
    FPR in which it indicated that it had “updated all the sal-
    ary surveys for the labor categories the Government in-
    cluded in” its evaluation notice. A. 2802.
    In revising its proposal, Agile increased 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, techni-
    cally-acceptable offerors in the small-business suite.
    A. 3106–07, 3118; see also A. 1281 (explaining that an offe-
    ror’s “total evaluated price” would be calculated by adding
    its proposed FP rates to its adjusted proposed CR rates).
    Agile was therefore not selected for a contract award.
    A. 3107.
    Case: 19-1954    Document: 48      Page: 6     Filed: 06/02/2020
    6                        AGILE DEFENSE, INC.   v. UNITED STATES
    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 deviation 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, con-
    cluding 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 deter-
    mined, moreover, that “the only limitation within the So-
    licitation regarding cost realism analysis was the
    requirement that the Agency perform cost realism analysis
    on CR labor rates that were more than one standard devi-
    ation below the average.”
    Id. Agile then
    filed a timely appeal with this court. We
    have jurisdiction under 28 U.S.C. § 1295(a)(3).
    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 omit-
    ted). This court reviews the merits of a bid protest pursu-
    ant to the standards of the Administrative Procedure Act
    (“APA”). See 28 U.S.C. § 1491(b)(4) (citing 5 U.S.C. § 706);
    AgustaWestland N. Am., Inc. v. United States, 
    880 F.3d 1326
    , 1331–32 (Fed. Cir. 2018). This means that “a bid
    award may be set aside if either: (1) the procurement offi-
    cial’s decision lacked a rational basis; or (2) the procure-
    ment procedure involved a violation of regulation or
    procedure.” Impresa Construzioni Geom. Domenico Garufi
    Case: 19-1954     Document: 48      Page: 7   Filed: 06/02/2020
    AGILE DEFENSE, INC.   v. UNITED STATES                      7
    v. United States, 
    238 F.3d 1324
    , 1332 (Fed. Cir. 2001); see
    also Banknote Corp. v. United States, 
    365 F.3d 1345
    , 1351
    (Fed. Cir. 2004).
    B. Cost Realism
    The FAR defines a “[c]ost realism analysis” as “the pro-
    cess of independently reviewing and evaluating specific el-
    ements 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
    understanding of the requirements; and are consistent
    with the unique methods of performance and materials de-
    scribed in the offeror’s technical proposal.” 48 C.F.R.
    § 15.404-1(d)(1); see also
    id. § 2.101.
    An agency is required
    to conduct a cost realism analysis on all CR contracts in
    order “to determine the probable cost of performance for
    each offeror.” 48 C.F.R. § 15.404-1(d)(2). As the Court of
    Federal Claims has correctly recognized, “[p]rice reasona-
    bleness generally addresses whether a price is too high,
    whereas cost realism generally addresses whether a cost
    estimate is too low.” First Enter. v. United States, 61 Fed.
    Cl. 109, 123 (2004); see 48 C.F.R. § 15.404-1.
    C. Scrutiny of Within-Deviation Labor Rates
    Agile contends that DISA’s cost realism analysis “vio-
    lated the express terms of the [Encore III solicitation].” Ap-
    pellant Br. 18. In support, it argues that while the
    solicitation required DISA to review and evaluate an offe-
    ror’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-
    Case: 19-1954     Document: 48     Page: 8     Filed: 06/02/2020
    8                        AGILE DEFENSE, INC.   v. UNITED STATES
    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 pro-
    posed CR rates “using one or more techniques defined in
    FAR 15.404” in order to determine whether those rates
    were “complete, reasonable, and realistic.” A. 1279. It also
    instructed the agency to calculate, based upon an examina-
    tion of all completed proposals in each suite of offerors, the
    average proposed labor rate for each LCAT. A. 1280. Next,
    the agency was directed to use statistical analysis to divide
    each offeror’s estimated CR labor rates into two groups: Be-
    low-Deviation Labor Rates, i.e., rates that were more than
    one standard deviation below the average rates, and
    Within-Deviation Labor Rates, i.e., rates that fell within
    *  “A bidder that challenges the terms of a solicitation
    in the Court of Federal Claims generally must demonstrate
    that it objected to those terms prior to the close of the bid-
    ding process.” Bannum, Inc. v. United States, 
    779 F.3d 1376
    , 1380 (Fed. Cir. 2015) (citation and internal quotation
    marks omitted). Here, the government makes a cursory
    argument that Agile waived its right to argue that DISA
    was prohibited, under the terms of the solicitation, from
    analyzing the supporting documentation for its Within-De-
    viation Labor Rates because it failed to seek clarification
    on that issue prior to the submission of the last round of
    proposals. See Appellee Br. 27. Because the government
    fails to adequately develop this argument, however, we de-
    cline to consider it on appeal. See SmithKline Beecham
    Corp. v. Apotex Corp., 
    439 F.3d 1312
    , 1320 (Fed. Cir. 2006)
    (concluding that an insufficiently developed argument was
    waived); see also Kao Corp. v. Unilever U.S., Inc., 
    441 F.3d 963
    , 973 n.4 (Fed. Cir. 2006) (concluding that a litigant
    waived an argument by failing to adequately address it in
    the “argument section” of its brief).
    Case: 19-1954     Document: 48      Page: 9    Filed: 06/02/2020
    AGILE DEFENSE, INC.   v. UNITED STATES                       9
    one standard deviation of the average rates. A. 1280. The
    solicitation further stated that DISA was required to “re-
    view the submitted supporting documentation” for each
    Below-Deviation Labor Rate and, if the documentation pro-
    vided “inadequate or no justification . . . for any component
    of that rate,” the agency was directed to make adjustments
    to that rate when calculating the “Most Probable Cost” for
    each offeror. A. 1280.
    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 so-
    licitation 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
    FAR 15.404.” A. 1280. According to Agile, this statement
    means that DISA was required to accept all Within-Devia-
    tion Labor Rates as “realistic” and was therefore prohibited
    from performing any further cost realism analysis on those
    rates.
    Agile’s truncated reading falls flat. The solicitation
    does not state that Within-Deviation Labor Rates must be
    deemed “realistic,” but rather that those rates will be con-
    sidered “realistic . . . subject to cost analysis techniques in
    accordance with FAR 15.404.” A. 1280 (emphasis added).
    In other words, Within-Deviation Labor Rates are not per
    se realistic, but instead may undergo additional cost real-
    ism scrutiny pursuant to the various cost analysis methods
    and procedures sanctioned by the FAR. See Federal Claims
    
    Decision, 143 Fed. Cl. at 18
    –19 (“[T]he language in the So-
    licitation was not so limited as to prevent the Agency from
    performing cost realism analysis on labor rates that fell
    within one standard deviation of the average.”).
    Case: 19-1954    Document: 48      Page: 10     Filed: 06/02/2020
    10                      AGILE DEFENSE, INC.   v. UNITED STATES
    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 “re-
    alistic.” A. 1279. Agile points to nothing in the language
    of the solicitation—or in the FAR—that limited DISA’s au-
    thority to thoroughly assess the cost realism of the entire
    “[CR] portion” of its proposal, including its Within-Devia-
    tion Labor Rates.
    Agile contends that because the solicitation explicitly
    required DISA to review the supporting documentation for
    Below-Deviation Labor Rates, it implicitly precluded 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 confront-
    ing 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 solici-
    tation, by instructing a contracting agency to perform a rig-
    orous 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 dis-
    cretion and hamstring a contracting agency’s efforts to en-
    sure that the “estimated proposed cost elements are
    realistic for the work to be performed,” 48 C.F.R. § 15.404-
    1(d)(1).
    The regular view of the Court of Federal Claims, which
    we approve, is that contracting agencies enjoy wide lati-
    tude in conducting the cost realism analysis. See, e.g., Mis-
    sion1st Grp., Inc. v. United States, 
    144 Fed. Cl. 200
    , 211
    (2019) (“It is well established that contracting agencies
    have broad discretion regarding the nature and extent of a
    cost realism analysis, unless the agency commits itself to a
    Case: 19-1954     Document: 48       Page: 11     Filed: 06/02/2020
    AGILE DEFENSE, INC.   v. UNITED STATES                         11
    particular methodology in a solicitation.” (citation and in-
    ternal quotation marks omitted)); Dellew Corp. v. United
    States, 
    128 Fed. Cl. 187
    , 194 (2016) (“The Agency has
    demonstrated that it considered the information available
    and did not make irrational assumptions or critical miscal-
    culations. To require more would be infringing on the
    Agency’s discretion in analyzing proposals for cost real-
    ism.” (citation and internal quotation marks omitted));
    United Payors & United Providers Health Servs., Inc. v.
    United States, 
    55 Fed. Cl. 323
    , 329 (2003) (emphasizing
    that the procuring “agency is in the best position to make
    [the] cost realism determination” (citation and internal
    quotation marks omitted)). Such an approach comports
    with the FAR, which provides examples of cost analysis
    techniques, but does not mandate the use of any specific
    methodology. See 48 C.F.R. § 15.404-1(c). Instead, it in-
    structs that “[t]he Government may use various cost anal-
    ysis techniques and procedures to ensure a fair and
    reasonable price, given the circumstances of the acquisi-
    tion.”
    Id. § 15.404-1(c)(2);
    see also
    id. § 15.404-1(d)(2)(i)
    (ex-
    plaining that a cost realism analysis “should reflect the
    Government’s best estimate of the cost of any contract that
    is most likely to result from the offeror’s proposal”).
    D. Rational Basis Review
    Finally, we reject Agile’s argument that a reading of
    the solicitation that would allow DISA to conduct an ex-
    panded 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 average 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 ad-
    here to APA standards when reviewing post-award bid pro-
    tests, see 5 U.S.C. § 706, and must set aside a contract
    award that does not evince rational reasoning. See, e.g.,
    
    Savantage, 595 F.3d at 1285
    (“In a bid protest case, an
    agency’s action must be set aside if it is arbitrary,
    Case: 19-1954    Document: 48     Page: 12      Filed: 06/02/2020
    12                      AGILE DEFENSE, INC.   v. UNITED STATES
    capricious, an abuse of discretion, or otherwise not in ac-
    cordance with law.”). Because an agency’s procurement
    evaluations are always subject to review under APA stand-
    ards, there is no merit to Agile’s contention that permitting
    DISA to analyze the supporting documentation for an offe-
    ror’s Within-Deviation Labor Rates would give it free rein
    to conduct a cost realism analysis that lacked a rational
    basis or otherwise led to “inexplicable result[s],” Appellant
    Br. 31.
    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.
    AFFIRMED