Valiant Government Services, LLC (B-423740, B-423740.2)

Valiant Government Services, LLC (B-423740, B-423740.2)
Photo by Edurne Tx / Unsplash

You should not care.

Categories: Technical evaluation, disparate treatment, amendments

Date: 26 November 2025

URL: https://www.gao.gov/products/b-423740,b-423740.2

Valiant Government Services, the incumbent linguist services contractor for US European Command, protests the issuance of a task order to Mission Essential under the DLIITE II IDIQ contract. The EUCOM III task order consolidates two existing linguist requirements—Valiant's EUCOM II contract and Mission Essential's Kosovo task order—into a single order valued at over $208 million for Mission Essential versus Valiant's $234 million. Both offerors received good under the continuity and transition plan factor; Mission Essential received substantial confidence for past performance versus Valiant's satisfactory confidence.

Valiant raised four principal challenges, all denied.

Failure to assign strengths: Valiant argued the agency overlooked multiple strengths in its continuity plan, including low attrition rates, a rapid mobilization team, and signed letters of commitment from incumbent personnel. GAO found the agency reasonably concluded these did not exceed requirements. The agency viewed Valiant's retention approach as "typical industry practices" and treated historical attrition data as past performance rather than a technical discriminator. Valiant's mobilization team description lacked detail on how it delivered claimed benefits. The letters of commitment were properly attributed to the transition plan subfactor, not continuity.

Disparate treatment on pipeline size: Valiant argued the agency considered Mission Essential's pipeline size but not its own. GAO found the record showed the agency equally considered both offerors' pipeline information in concluding each met requirements.

Failure to amend the RTOP: After the RTOP was issued, the number of FTEs required under the existing EUCOM II task order decreased from the baseline listed in the RTOP technical exhibit. Valiant argued this constituted a material change requiring amendment. GAO disagreed—the RTOP expressly contemplated ongoing fluctuations in linguist requirements through amendments to the technical exhibit, and multiple PWS provisions warned offerors that FTE numbers would change based on evolving mission needs.

Best value tradeoff: GAO found the SSA qualitatively considered the proposals and did not rely solely on adjectival ratings.

The protest is denied.

Digest

  1. Protest alleging the agency unreasonably failed to assign strengths to the protester's proposal is denied where the agency's evaluation was reasonable and in accordance with the solicitation.
  2. Protest that the agency disparately evaluated the proposals of the protester and the awardee is denied where the record shows that the agency equally evaluated the proposals in accordance with the terms of the solicitation.
  3. Protest alleging that the agency was required to amend the solicitation due to material changes in the agency's requirements is denied where the solicitation contemplated ongoing fluctuations of requirements and such fluctuations occurred after the solicitation was issued.