PROTESTER'S MOTION FOR SUMMARY RELIEF DENIED: November 6, 1992
                                                  
 
 
                             GSBCA 12092-P
 
 
                           CBIS FEDERAL INC.,
 
                                           Protester,
 
                                   v.
 
                      DEPARTMENT OF THE INTERIOR,
 
                                           Respondent,
 
                                  and
 
                 COMPUTER BASED SYSTEMS, INCORPORATED,
 
                                           Intervenor.
 
        Rand  L. Allen, Stanley R. Soya,  Phillip H. Harrington, and
   David A. Vogel of Wiley, Rein & Fielding, Washington, DC, counsel
   for Protester.
 
        Alton  Woods and James  L. Weiner, Division  of General Law,
   Office  of the Solicitor, Department of the Interior, Washington,
   DC, counsel for Respondent.  
 
        J. Patrick McMahon, Vienna, VA, counsel for Intervenor.
 
   Before Board Judges DEVINE, DANIELS, and WILLIAMS.
 
   DANIELS, Board Judge.
 
        CBIS  Federal  Inc.  maintains that  the  Department  of the
   Interior's  United  States  Geological  Survey  (USGS)  acted  in
   violation  of  law  in  awarding a  contract  to  Computer  Based
   Systems, Incorporated.  According  to the protest, USGS  erred in
   evaluating technical and price proposals, as well as in balancing
   technical  merit against cost  savings to determine  the awardee.
   Protester contends further that the awardee should also be denied
   the  contract because contrary  to solicitation  requirements, it
   has tendered  key  personnel other  than  those included  in  its
   proposal.
 
        Protester has filed a motion for summary relief. The premise
   of the motion is that documents and statements made by the agency
   in discovery establish that --
 
             Either  USGS  awarded  the   contract  to  an
             offeror whose proposal did not meet the RFP's
             [request  for   proposal's]  stated   minimum
             requirements,  or  the  RFP  did not  express
             USGS's actual minimum needs; and
 
             The  "acceptable/not  acceptable"   technical
             evaluation scheme  actually used by  USGS was
             inconsistent with the "greatest value" scheme
             set forth in the RFP.
 
        Although we agree with some of protester's contentions as to
   the legal import of solicitation provisions, we are persuaded  by
   the agency and the awardee  (which has intervened in the protest)
   that the motion should be denied.
 
        The acronyms  generally used to  represent the names  of the
   protester (CBIS) and the awardee (CBSI) are so similar that their
   use in  this protest has proved  confusing.  For  this reason, in
   this opinion, we  refer to protester, whose  parent is Cincinnati
   Bell Information Systems, as "Cincinnati Bell."
 
                               Background
 
        1.   On  May 11, 1992, USGS issued a solicitation requesting
   proposals  to supply automatic  data processing  (ADP) facilities
   management services to the agency's facility in Reston, Virginia,
   over a five-year period.   Protest File, Exhibit 1 at  2, 8, 234-
   40.  
 
        2.   The solicitation states  two kinds of requirements  for
   staff  positions.   First, it  lists numerous types  of positions
   "which are  required under  this [statement  of work]."   Protest
   File, Exhibit 1 at 13.  There  are  thirteen of these categories,
   which bear titles such as "Computer Operations/Production Control
   Overall  Site  Manager,"  "Shift  Supervisor,"  "Senior  Computer
   Operator," and "Supervisory Computer Support Specialist."  Id. at
   15-20, 220-21.  For each of the  positions, a job description and
   statement of minimum required experience  is prescribed.  Id.  As
   an example of  the statement of  experience, for the  supervisory
   computer support  specialist  position,  the  solicitation  says:
   "This position requires six (6) years ADP experience with two (2)
   years  as a  supervisor  in  Computer  Operations  or  Production
   Control in a  mainframe environment."  Id. at  17.  Additionally,
   for  all positions  other than  computer  operator trainee,  "all
   proposed individuals  must have  received their experience  while
   working in a large mainframe  computer environment similar to the
   USGS GPCC [General Purpose Computer Center]."  Id. at 13.
        3.   The second kind of experience requirement contained  in
   the  solicitation does not pertain to any particular individuals.
   It  states that "contractor  personnel shall have"  experience in
   twelve general and  fourteen specific areas.   The general  areas
   include "Data processing," "Large scale third generation computer
   systems," and "Production  Control work in large  data processing
   computer centers."   The specific areas include "Operation of IBM
   370  architecture  and  analogous  systems  operating  under  IBM
   Multiple  Virtual  Storage  (MVS),"  "Operation  of  Amdahl  5890
   mainframe  computer with  Multiple Domain  Feature  [(]MDF)," and
   "IBM  Job Control  Language  (JCL)  knowledge."    Protest  File,
   Exhibit 1 at 14.
 
 
        4.   Among the  thirteen categories  of positions,  seven --
   involving seventeen  people --  are  designated "key  personnel."
   Protest File,  Exhibit 1  at 79, 229.   For  evaluation purposes,
   each offeror  was to supply  resum s for individuals  proposed to
   fill  these positions.  Id. at 121-23; see also id. at 129.  Each
   resum   was  to  "be  evaluated  to  determine  the  Contractor's
   compliance  with the  minimum  qualifications for  each indicated
   skill level as  required in the Position  Description" (see   2).
   Id. at 121.  The solicitation goes on to say:
 
             Qualified resumes  will be scored  for degree
             of  significant   experience.     Significant
             experience  is  that  specialized  experience
             which,  (1)  includes  direct,  participatory
             involvement; (2) was of duration to achieve a
             continuing expertise; and, (3) was of a level
             of  responsibility appropriate  to the  skill
             level for which the resume is offered.
 
   Id.  
 
        5.   With  additional reference  to  evaluation of  proposed
   personnel,  the solicitation provides, "A college degree, college
   course  work,  specific  training,  and practical  experience  is
   highly desireable [sic]."  Id. at 129.  In response to a question
   about this  statement, the agency  said that these items  are not
   mandatory.  Id. at 253.
 
        6.   The  solicitation states that "[a]ward shall be made to
   that  offeror whose proposal, conforming to this solicitation, is
   determined to  be most  advantageous to  the Government,  cost or
   price and other factors considered."   Protest File, Exhibit 1 at
   130.  The principal "other factor" is "[t]he offeror's  technical
   evaluation  and  score;"  within   that  factor,  "Personnel  and
   Experience" was the  most important subfactor.  Id.  at 129, 130.
   The solicitation explains:
 
             In  determining  which  proposal  offers  the
             greatest   value   or    advantage   to   the
             Government, overall  technical merit  will be
             considered more important than price or cost.
             The  degree of importance of price or cost as
             an evaluation  factor will increase  with the
 
             degree of equality in the technical merits of
             the proposals.   Between acceptable proposals
             with  a significant  difference in  technical
             rating, a  determination will be  made as  to
             whether  the  additional technical  merit  or
             benefits   reflected  by   a  higher   priced
             proposal warrants  payment of  the additional
             price or cost.
 
   Id. at 130.
 
        7.   Cincinnati Bell  and CBSI  both submitted  proposals in
   response  to  this  solicitation.    Protest  File,  Exhibit  2a.
   Cincinnati  Bell received the  maximum possible number  of points
   for its technical proposal.   CBSI received slightly less; it was
   given less  than the maximum for its  proposed personnel.  Id. at
   305-08.   Cincinnati Bell's  evaluated price was  slightly higher
   than CBSI's  evaluated price  of $8,857,927.   Id., Exhibit  5 at
   626-28, 631.  USGS awarded the contract to CBSI after determining
   that there was no significant difference between the proposals in
   terms of  technical merit.   Id. at 631; Respondent's  Answers to
   Protestor's  First  Set  of   Interrogatories  and  Request   for
   Production of Documents at 5 (  2(b)).
 
        8.   In response to a request  by Cincinnati Bell, USGS  has
   admitted that "USGS awarded maximum points to proposals that  met
   the RFP's  minimum requirements  for  required staff  positions."
   Government's   Responses  to   Protestor's   First  Request   for
   Admissions at 3-4 (  9).
 
        9.   The  evaluators'   scoresheets  show  that   all  three
   evaluators rated several of CBSI's proposed key personnel at less
   than the  maximum possible  score.  Protest  File, Exhibit  2b at
   329-30, 428-31, 540-41.   Based solely on our  deciphering of the
   scoresheets,  however,  we cannot  conclude that  the evaluators'
   concerns  relate specifically  to the  requirements  described in
   paragraph  2  above.    Rather,  they appear  to  relate  to  the
   requirements  described  in  paragraph 3  above.    The technical
   evaluation  committee's   report  states  that   CBSI's  proposed
   personnel  "meet and some  exceed the criteria"  expressed in the
   solicitation.  Id., Exhibit 2a at 307.
 
        10.  Some  of the  evaluators' scoresheets  contain comments
   that  portions of Cincinnati  Bell's technical  proposal exceeded
   the solicitation's  minimum requirements.  Protest  File, Exhibit
   2b at 349, 459, 462.  The technical evaluation committee's report
   states  that Cincinnati Bell's proposed personnel "either meet or
   exceed the criteria."  Id., Exhibit 2a at 305.
 
        11.  Four  other firms  also  submitted  proposals  in  this
   procurement.    Protest File,  Exhibit  5  at 612.    Two of  the
   technical  proposals were  considered acceptable  by  USGS.   Id.
   Neither of these was rated as highly  as Cincinnati Bell or CBSI.
   Id., Exhibits 2a, 5 at 613.
 
        12.  The solicitation provides that  "[d]uring the first  90
   days of performance,  the Contractor shall make  no substitutions
   of  key  personnel  unless the  substitution  is  necessitated by
   illness, death,  or termination  of employment."   Protest  File,
   Exhibit 1 at 79.  The contract was awarded on September 28.  Id.,
   Exhibit 9 at  1.  On October 7, CBSI asked USGS for permission to
   substitute purportedly  better-qualified individuals for  five of
   the people  named in the firm's  proposal as key personnel.   The
   contractor  stated, "If these  are not satisfactory replacements,
   CBSI will provide the individuals that were originally proposed."
   Respondent's  Production of  Documents,  Exhibit 8  (supplied  by
   protester).
 
                               Discussion
 
        Cincinnati  Bell asks us  to conclude from  the facts stated
   above  that CBSI  was ineligible  for award  because some  of the
   individuals  it proposed  as key  personnel did not  meet minimum
   mandatory  requirements.    The principal  reason  suggested  for
   reaching this result  is that USGS  admitted it "awarded  maximum
   points  to proposals that met the  RFP's minimum requirements for
   required  staff  positions;"  some of  CBSI's  proposed personnel
   received less than  maximum scores from the  agency's evaluators;
   and  CBSI's overall personnel  score in the  technical evaluation
   was less than optimum.  See Background,    7-9.
 
        USGS responds that the  citation to the agency admission  is
   misleading, and  CBSI says  that the  admission itself  should be
   disregarded because it is contrary to fact.  USGS argues further:
 
             None  of   the  stated   qualifications  were
             mandatory requirements or  qualifications but
             set forth general qualifications to be met by
             the   offeror's   personnel.       Government
             witnesses will testify that if an offeror did
             not  meet  the   stated  qualifications  [it]
             simply received less points in this category.
             However, [it was] not in any way disqualified
             from receiving the award.
 
   Government's  Opposition  to   Protester's  Motion  for   Summary
   [Relief] at 4.
 
        In  our judgment, all  three parties have  misunderstood the
   situation.  The  admission is a red herring;  Cincinnati Bell and
   CBSI  have read it to say that  the agency awarded maximum points
   to all proposals that met  the minimum requirements, but the word
   "all" is clearly not present.   The statement can just as  easily
   be read to say merely that some of the proposals that met minimum
   requirements got maximum  scores -- and on protester's motion for
   summary relief, we must give it  this reading.  A. B. Chance  Co.
   v. RTE  Corp., 854  F.2d 1307, 1310-11  (Fed. Cir.  1988); Armco,
   Inc. v. Cyclops  Corp., 791 F.2d  147, 149  (Fed. Cir. 1986)  (on
   such a motion, all reasonable inferences to be drawn  in favor of
   non-movant).   Indeed, the fact  that two other  firms' proposals
   were  considered acceptable, though  they received  lesser scores
   than either  Cincinnati Bell or  CBIS, indicates that  the second
   interpretation is likely correct.  See Finding 11.  Consequently,
   the  fact  that CBSI  did  not  receive  maximum points  for  its
   proposed  personnel does not  render its proposal  ineligible for
   award.
 
 
        We can  conclude as  a matter of  law that  the solicitation
   established minimum  mandatory requirements for  key individuals.
   Sysorex Information Systems, Inc., GSBCA 10642-P et al., 90-3 BCA
     23,181, at 116,371-72,  1990 BPD   193, at 20,  aff'd, sub nom.
   SMS Data Products Group, Inc. v. Austin, 940 F.2d 1514 (Fed. Cir.
   1991).   USGS's statement  that no  such requirements existed  is
   plainly  refuted by  the language  of the  document itself.   The
   requirements were  of  two varieties  -- specific  qualifications
   which  each individual  had to meet  (Background,   2)  and other
   prerequisites which the  proposed key personnel had to  meet as a
   team (Background,   3).  As to  the second category, we note that
   the  qualifications  are  for  "contractor  personnel,"  not  any
   particular (or each)  position, and that there are  so many areas
   listed (twenty-six,  of which  twelve are  highly specific)  that
   expecting each  person to have experience in all of them would be
   unreasonable.  
 
        Based on the scoresheets to which Cincinnati Bell points us,
   we find  that the evaluators  had concerns about  whether various
   members  of the CBSI team  had the kinds  of experience which the
   team as  a whole  had to  have.  Background,    9.   This is  not
   enough to  establish that any  of the individuals  was inadequate
   under the agency's  standards.  If  this is  all that USGS  means
   when it  says  that  "if  an offeror  did  not  meet  the  stated
   qualifications  [it] simply received less points in this category
   . . . [but  was] not in  any way disqualified from  receiving the
   award,"  the evaluation of resum s may have  been proper.  If the
   agency  truly evaluated proposals  under the impression  that the
   solicitation  did not mandate  minimum requirements,  however, it
   was not following its own rules.
 
        Cincinnati   Bell  would  also  have  us  believe  that  its
   technical proposal  should have  received  a considerably  higher
   score  than CBSI's because the evaluators thought that Cincinnati
   Bell's proposed personnel "either meet or exceed the criteria" of
   the  solicitation.    See  Background,    10.    The  reason that
   Cincinnati  Bell is  so  concerned about  the  relative merit  of
   technical  proposals  is   that  although  protester's  technical
   proposal  was rated slightly  preferable to CBSI's,  its proposal
   was also  higher priced, and  the solicitation  makes clear  that
   award  will go to  the lower-priced offeror  unless the technical
   difference is significant.  See Background,    6-7.  
 
        In  response to Cincinnati Bell's contention, CBSI points us
   to another evaluators' statement, that CBSI's personnel "meet and
   some  exceed the criteria."  See  Background,   9.  We agree with
   Cincinnati Bell that the solicitation indicates that resum s will
   be qualitatively scored  -- the document says so  expressly in at
   least   two  places  (Background,     4,  5)  and  implicitly  by
   indicating that a  technical proposal may be superior  to another
   even if both  meet minimum standards (Background,   6).   We have
   been given no reason to  believe, however, that Cincinnati Bell's
   proposed personnel were materially superior to CBSI's; the record
   as established thus far shows only that Cincinnati Bell's  people
   were considered by  USGS to be a  bit better.  The  evaluation of
   resum s of an  offeror's key personnel is  highly subjective, and
   we must consequently give deference to the agency in this matter.
   Computer Sciences  Corp., GSBCA  11497-P, 92-1  BCA   24,703,  at
   123,297, 1992 BPD   6, at 32.  For Cincinnati Bell to  prevail as
   to  this allegation,  it must  prove that  USGS's  evaluation was
   clearly  erroneous  --  an abuse  of  discretion  demonstrating a
   "gross disparity  or unfairness."   Corporate  Jets, Inc.,  GSBCA
   11049-P, 91-2  BCA   23,998, at  120,118, 1991 BPD   111,  at 17;
   Health  Systems   Technology  Corp.,  GSBCA   10920-P,  91-2  BCA
     23,692, at 118,643, 1991 BPD   20, at 13-14.
 
 
        In the motion for summary relief, Cincinnati Bell  states as
   a  material fact  the existence  of  a CBSI  letter proposing  to
   substitute  for key  personnel after  award.   Background,    12.
   Protester  does not  offer argument  as  to this  matter, but  we
   assume it placed the fact before us for the purpose of  seeking a
   ruling as to a count  of the protest.  The solicitation  required
   that with limited  exceptions, key personnel stay on  the job for
   the first ninety days  of contract performance.  Id.   CBSI asked
   USGS for an  exception from this rule,  but told the  agency very
   clearly that if the exception was not granted, CBSI would live up
   to  its contractual  obligations.   Id.   Without  more, this  is
   insufficient to establish the existence  of the sort of "bait and
   switch" scheme that taints a contract award.  See Electronic Data
   Systems Federal Corp., GSBCA 9869-P, 89-2 BCA    21,655, 1989 BPD
     69,  reconsideration denied, 89-2 BCA   21,778, 1989 BPD   111,
   aff'd in part, vacated in  part, sub nom. Planning Research Corp.
   v. United States, 971 F.2d 736 (Fed. Cir. 1992).
 
                                Decision
 
        Protester's motion for summary relief is DENIED.
 
                                      _________________________
                                      STEPHEN M. DANIELS
                                      Board Judge
 
   We concur:
   _________________________          _________________________
   DONALD W. DEVINE                   MARY ELLEN COSTER WILLIAMS
   Board Judge                        Board Judge