Afghan American Army Services Corp. v. United States

90 Fed. Cl. 341, 2009 WL 3768441
CourtUnited States Court of Federal Claims
DecidedNovember 4, 2009
DocketNo. 09-388 C
StatusPublished
Cited by85 cases

This text of 90 Fed. Cl. 341 (Afghan American Army Services Corp. 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
Afghan American Army Services Corp. v. United States, 90 Fed. Cl. 341, 2009 WL 3768441 (uscfc 2009).

Opinion

OPINION AND ORDER

GEORGE W. MILLER, Judge.

This case is a post-award bid protest arising out of a solicitation for trucking services to provide transportation of goods for the multi-national forces in Afghanistan and surrounding countries which constitute the Afghanistan Theater of Operations. Plaintiff Afghan American Army Services Corporation (“AAA”) contends that the award was fatally flawed due to (1) the agency’s failure to conduct an adequate price realism analysis; (2) the agency’s failure to conduct a sufficient best-value analysis; (3) the agency’s award of a contract to an offeror who failed to meet material solicitation requirements; (4) the agency’s failure to reasonably evaluate AAA’s past experience; and (5) the agency’s failure to reasonably evaluate AAA’s past performance. For the reasons discussed below, plaintiffs Motion for Judgment on the Administrative Record is GRANTED. Defendant’s Motion for Judgment on the Administrative Record and the similar motion of the intervenor are DENIED. Rule 52.1(c) of the Rules of the Court of Federal Claims (“RCFC”).

I. Background1

The military operations in Afghanistan obviously require the movement of various vital war materials between military bases and troops in combat. Defendant’s Motion for Judgment Upon the Administrative Record at 2 (docket entry 32, Aug. 25, 2009) (“Def.’s Br.”); see also Administrative Record (“AR”) Tab 175 at 2373. The Joint Contracting Command for Iraq and Afghanistan (“JCC-IA” or “agency”) had previously obtained this transportation, which it called “Host Nation Trucking” services (“HNT”), through Blanket Purchase Agreements (“BPAs”) with seven companies. AR Tab 175 at 2373; AR Tab 241 at 3442. By 2008, AAA had been successfully providing trucking services as a BPA holder since 2006. Plaintiffs Memorandum in Support of Its Motion for Judgment on the Administrative Record at 2 (docket entry 30-2, July 28, 2009) (“PL’s Br.”). AAA therefore believed that it possessed the appropriate trucks, equipment, and personnel for this kind of work, and was aware of the [347]*347required security costs, “topographical challenges and security risks” involved. Id.

In 2008, the Army decided to switch its acquisition of HNT from the BPAs to an Indefinite Delivery/Indefinite Quantity (“IDIQ”) contract with multiple awardees who would receive firm fixed-price task orders. AR Tab 175 at 2373; AR Tab 241 at 3442. The JCC-IA therefore issued a Request for Proposals (“RFP”) numbered W91B4N-08-R-0022. AR Tab 1. The contract was to be for a base period of one year, with a one-year option, AR Tab 5 at 99, and the total contract price for each awardee was to be $30 million. AR Tab 228 (Notice of Award).

The Statement of Work (“SOW”) mandated that offerors were to be able to supply “all resources including logistics support and management necessary to provide up to 100 trucks per day (estimated) for the secure long haul distribution of reconstruction, security and life support assets from Forward Operating Bases (FOB) and distribution sites located throughout the Afghanistan Theater of Operations.”2 AR Tab 1 at 57. Furthermore, “[a]U vehicles, associated equipment and services provided shall be safely operable; shall meet the intended functions and operations of like new conditions; and be in accordance with the contract, local laws, and regulations.” AR Tab 1 at 57. Contractors had to ensure 24-hour-a-day availability of personnel, trucks and equipment, 365 days a year. AR Tab 1 at 57-58, 62-63. Vehicle operators had to be trained, qualified and properly licensed. AR Tab 1 at 57.

A major difference between the BPAs and the proposed IDIQ contract was that the new contract would require the awardees to provide an “In-Transit Visibility” (“ITV”) system that would permit the location tracking of each truck at all times. AR Tab 1 at 60-61. A subsequent amendment to the RFP required that the “ping rate”3 for the ITV system be less than five minutes for voice systems and less than fifteen minutes for tracking devices. AR Tab 13 at 146. The RFP required that “[f]or each convoy that exceeds four vehicles” (1) “there must be two vehicles equipped with [a] panic button and two-way voice capability”; (2) “[a]ll other vehicles (excluding security vehicles) must be equipped with [a] GPS tracking device”; (3) “the systems with the panic button and two-way voice capability must have a ping rate of no less than five minutes”; and (4) “the tracking devices must have a ping rate of no less than 15 minutes.” AR Tab 13 at 146.

In another major change from the BPAs, the RFP required the offerors to provide Convoy Escort Teams (“CETs”) to include “as a minimum requirement one lead and one trail vehicle and one vehicle for every set of five vehicles.” AR Tab 1 at 64-65 (“As an example, if there is a 20 vehicle convoy, the contractor will provide a total of six armed security escort vehicles, one lead, one tail and four additional security vehicles.”). The contractor could provide extra security if it wished, according to its security plan. Id. A later amendment to the RFP made “security approach” a separate evaluation factor. AR Tab 8 at 127-28.

A. Evaluation Factors

Each proposal was to be evaluated in five categories: (1) technical capability; (2) past performance; (3) past experience; (4) price; and (5) security approach. AR Tab 8 at 126. All proposals would first be examined to determine if they were technically acceptable, and among those passing this first test, awards would be made on a “best value” basis. Id. In determining the “best value,” the JCC-IA announced that price would be considered as approximately half of the award decision, with the non-price categories [348]*348(past performance, past experience, and security approach) given equal weight in the remaining half. Id. Offerors were “cautioned that award may not necessarily be made to the lowest priced offer.” Id.

1. Technical Capability

The JCC-IA proposed to evaluate technical capability in five sub-areas.4 AR Tab 1 at 52. Each offeror’s technical capability would first be rated as acceptable or unacceptable, based on the feasibility and completeness of the offeror’s proposal as a means of measuring the offeror’s “understanding of the requirement and its ability to successfully complete contract requirements.” AR Tab 1 at 52. The JCC-IA would not further consider any offerors that did not achieve an “acceptable” rating. AR Tab 8 at 126.

2. Past Performance

Each offeror was asked to provide up to three references to demonstrate “the degree to which ... [it] has in the past three years ... satisfied its customers, and efficiently and effectively managed [its] contracts, on projects of similar scope and magnitude.” AR Tab 1 at 49. The solicitation provided that each reference would be evaluated as relevant, somewhat relevant, or not relevant. AR Tab 1 at 53. Relevant experience “involved the magnitude of effort and complexities which are essentially what the solicitation requires.” Id. Somewhat relevant experience “involved the magnitude of effort and complexities including some of what the solicitation requires.” Id. “Not relevant” experience “did not involve any significant aspects of what the solicitation requires.” Id.5

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
90 Fed. Cl. 341, 2009 WL 3768441, Counsel Stack Legal Research, https://law.counselstack.com/opinion/afghan-american-army-services-corp-v-united-states-uscfc-2009.