Aecom Management Services, Inc v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 11, 2020
Docket19-1176
StatusPublished

This text of Aecom Management Services, Inc v. United States (Aecom Management Services, Inc v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Aecom Management Services, Inc v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 19-1176 Filed: February 20, 2020 Reissued: March 11, 20201

) AECOM MANAGEMENT SERVICES, ) INC., ) ) Plaintiff, ) ) v. ) ) Post-Award Bid Protest; Judgment on the THE UNITED STATES, ) Administrative Record; RCFC 52.1; ) Tucker Act; Multiple Award Task Order Defendant, ) Contract; Indefinite-Delivery ) Indefinite-Quantity Contract; Task Order and ) Contract; Administrative Procedure Act; ) Arbitrary and Capricious; KELLOGG, BROWN & ROOT ) Technical/Management Approach; Labor SERVICES, INC., VECTRUS SYSTEMS ) Staffing Model. CORPORATION, FLUOR ) INTERCONTINENTAL, INC., and ) PAE-PARSONS GLOBAL LOGISTICS ) SERVICES, LLC, ) ) Defendant-Intervenors. ) )

Jeffery Mitchell Chiow, Rogers Joseph O’Donnell, PC, Washington, DC, for plaintiff.

Vincent de Paul Phillips, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

Andrew Emil Shipley, Wilmer Cutler, et al., LLP, Washington, DC, for defendant-intervenor, Fluor Intercontinental, Inc. Anuj Vohra, Crowell & Moring LLP, Washington, DC, for defendant-intervenor, PAE-Parsons Global Logistics Services, LLC. Kevin Patrick Mullen, Morrison & Foerster, LLP, Washington, DC, for defendant-intervenor, Vectrus Systems Corporation. Lee Paul Curtis, Perkins Coie, Washington, DC, for defendant-intervenor, Kellogg, Brown & Root Services, Inc.

1 An unredacted version of this opinion was issued under seal on February 20, 2020. The parties were given an opportunity to propose redactions, but no such proposals were made. OPINION AND ORDER

SMITH, Senior Judge

The central purpose of federal procurement law is to ensure that competition for government contracts, which are funded by tax payer dollars, is fair to both the government and to contractors. Only when competition is fair and open can the government get what it pays for, and can the contractor receive fair value for the work and goods it provides. If the system is not fair, the tax payer will be cheated, and honest contractors will be unwilling to contract with the government. Accordingly, procurement law is designed to insure against corruption of the process, be it through bribery, government favoritism, or poor management of the procurement processes. The law in turn provides disappointed bidders with an avenue through which they can challenge arbitrary and irrational government decisions, where disappointed bidders effectively act as “private attorney generals,” keeping the system under perpetual scrutiny, ferreting out mistakes, and bringing to light bad government practices that impact their chances of receiving contract awards. This the creates an effective system by which disappointed bidders keep in check the natural human tendency to award contracts based on favoritism. So far, the system has worked rather effectively, though of course, any effectively run system has its associated costs. Congress has, however, decided that the cost of expensive bid protest litigation is less than the cost of a corrupt or irrational decision-making process dealing with tens of billions of dollars. As such, the Court must understand the broad purposes behind procurement law to effectively handle procurement cases. The close scrutiny of disappointed bidders is balanced out by the deference afforded to Agencies. We must remember that it is the agencies that have the authority, bestowed upon them by Congress and the President, to manage the procurement system. The Court’s role is to ensure fair and rational review by the agency in following the law in its decision-making processes.

In this case, as well as the other cases related to Request for Proposal No. W52P1J-16-R-0001 (“RFP” or “Solicitation”), the six offerors spent many months and a large amount of money developing their proposals. In general, the evaluation process worked well. However, perhaps as a result of the inherent subjectivity and discretion in government contracting, a number of procurement ambiguities led to this extensive and expensive litigation. The weight afforded by the United States Department of the Army (“Agency” or “Army”) to each of the four evaluation factors led to many of the alleged issues currently in dispute. The Solicitation prescribed the following evaluation factors, listed in descending order of priority: (1) Technical/Management Approach; (2) Past Performance; (3) Small Business Participation; and (4) Cost/Price. Administrative Record (hereinafter “AR”) 2624. The ultimate award decisions confirm what the Solicitation stated—that the Technical/Management Approach was not just the most important factor, but that it was overwhelmingly more important than the other three factors. While the Agency’s emphasis on the Technical/Management Approach was neither arbitrary nor capricious, the Court believes the uncertain level of priority afforded that factor played a significant role in each offeror’s decision to litigate this procurement, as did, of course, the huge amount of money at stake.

2 A final point. This litigation involves contracts worth up to $82 billion for work to be performed over the next decade. While the Court detailed the reasons it has jurisdiction over these protests in PAE-Parsons Global Logistics Services, LLC v. United States, 145 Fed. Cl. 194 (2019), the Court finds that each of the protests related to this procurement concern disputes over the evaluation of offerors for the award of Indefinite-Delivery Indefinite-Quantity (“IDIQ”) contracts, not disputes related to future task orders. To hold that this Court lacks jurisdiction over this massive IDIQ procurement would effectively gut a significant part of federal procurement law by using the Federal Acquisition Streamlining Act (“FASA”), 10 U.S.C. § 2304c(e) (2018), to nullify a broad area of contract scrutiny. This misuse of FASA would not streamline the procurement and protest process, but, rather, would eliminate a significant part of it, directly contradicting the legislative intent behind both FASA and the Competition in Contracting Act.

This action is before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, AECOM Management Services, Inc. (“AECOM”), challenges the Army’s decision to award IDIQ contracts to defendant-intervenors, Fluor Intercontinental, Inc. (“Fluor”), PAE-Parsons Global Logistics Services, LLC (“P2GLS”), Kellogg, Brown & Root Services, Inc. (“KBR”), and Vectrus Systems Corporation (“Vectrus”), under the RFP. Complaint (hereinafter “Compl.”) at 1. Plaintiff asks this Court to do the following: (1) “[e]nter a declaratory judgment that the awards to KBR, Vectrus, Fluor and P2GLS are arbitrary and capricious”; (2) “[e]nter a declaratory judgment that the evaluation under the Technical Factor was disparate, based on unstated criteria[,] and arbitrary and capricious”; (3) “[e]nter a declaratory judgment that the evaluation under the Past Performance Factor was disparate, based on unstated criteria[,] and arbitrary and capricious”; (4) “[e]nter a declaratory judgment that the Agency failed to properly evaluate cost/price”; (5) “[e]nter a declaratory judgment that the evaluation under the Small Business Factor was arbitrary and capricious”; (6) “[e]njoin the Army from proceeding with the current awards to KBR[,] Vectrus, Fluor[,] and P2GLS”; and (7) award “[a]ny other relief that the Court deems appropriate.” Compl. at 44–45. For the following reasons, plaintiff’s Motion for Judgment on the Administrative Record is denied, and defendant and defendant-intervenors’ Cross-Motions for Judgment on the Administrative Record are granted.

I. Background

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
Gould, Inc. v. The United States
935 F.2d 1271 (Federal Circuit, 1991)
Nvt Technologies, Inc. v. United States
370 F.3d 1153 (Federal Circuit, 2004)
York Telecom Corporation v. United States
130 Fed. Cl. 186 (Federal Claims, 2017)
Mobile Medical International Corp. v. United States
95 Fed. Cl. 706 (Federal Claims, 2010)
Linc Government Services, LLC v. United States
96 Fed. Cl. 672 (Federal Claims, 2010)
Furniture By Thurston v. United States
103 Fed. Cl. 505 (Federal Claims, 2012)

Cite This Page — Counsel Stack

Bluebook (online)
Aecom Management Services, Inc v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/aecom-management-services-inc-v-united-states-uscfc-2020.