Al Ghanim Combined Group Co. Gen. Trad. & Cont. W.L.L. v. United States

56 Fed. Cl. 502, 2003 U.S. Claims LEXIS 130, 2003 WL 21302931
CourtUnited States Court of Federal Claims
DecidedMay 22, 2003
DocketNo. 03-271C
StatusPublished
Cited by74 cases

This text of 56 Fed. Cl. 502 (Al Ghanim Combined Group Co. Gen. Trad. & Cont. W.L.L. 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
Al Ghanim Combined Group Co. Gen. Trad. & Cont. W.L.L. v. United States, 56 Fed. Cl. 502, 2003 U.S. Claims LEXIS 130, 2003 WL 21302931 (uscfc 2003).

Opinion

OPINION

MILLER, Judge.

This case comes for decision after argument on the parties’ cross-motions for judgment on the administrative record. Pursuant to 28 U.S.C. § 1491(b)(1) (2002), plaintiff contractor initiated a post-award protest seeking injunctive relief requiring the U.S. Army to resolicit a construction contract. Plaintiff bases its protest on alleged flaws in the agency’s evaluation of the proposal submitted by the awardee. Defendant denies that the procurement process was conducted contrary to any applicable regulations or statutes or was arbitrary and capricious.

FACTS

The following facts derive from the administrative record. On November 22, 2002, Col. Charles O. Smithers III, U.S. Army Central Command-Kuwait, issued a memorandum to the Gulf Regional Engineer of the U.S. Army Corps of Engineers (the “Corps”). Col. Smithers requested that the Corps provide “contracting and construction management support to execute a limited competition” indefinite delivery/indefinite quantity (“IDIQ”) contract, performance of which would take place in Kuwait. This “very unusual requirement” was necessary owing to the “war on terrorism, Operation Enduring Freedom, and pending armed conflict with Iraq. Thousands of soldiers are expected to be transported to a desert environment which currently has no facilities to receive or house them.” Consequently, competition for [504]*504the contract would be limited to “local Kuwaiti firms” that had completed prior contracts for the U.S. military satisfactorily.

Bunnatine H. Greenhouse, the Corps’s Principal Assistant Responsible for Contracting, executed a “Memorandum for Commander” on December 29, 2002, approving the request for limited competition on the IDIQ contract. Although Ms. Greenhouse opined that this project was “not the proper use of the IDIQ contract,” she determined that granting the request was in the best interest of the Corps “because of the [project’s] national security implications.”

On December 9, 2002, the Camp Doha Installation Support Office of the Corps issued a request for proposals for solicitation No. DACA78-03-R-0008, covering primarily the construction of hardstands and support facilities to house temporary personnel at various locations in Kuwait. The deadline for submissions was December 17, 2002, and the resultant contract would be for a one-year term.

Section 000102 of the solicitation contained 59 contract line item numbers, or “CLINs,” which detailed the various tasks required to complete the project. The CLINs were divided into eight categories, including general site work, roads and hardstands, and miscellaneous structures. Attachment 2 to the solicitation was an IDIQ sample pricing schedule, where 52 representative CLINs from Section 00010 were listed. None of the seven CLINs for engineering services, grouped under 0001 in Section 00010, appeared in Attachment 2.

After opening the project for proposals, the Corps issued Amendment 0001 to the solicitation on December 11, 2002. The amendment altered the language appearing in part A of Section 00010 of the solicitation, captioned Evaluation Criteria for Award.3 The preface to part A stated that the Corps would engage in a two-part analysis when reviewing proposals: “Award will be made to the responsible offeror who submits the lowest priced offer, which is also technically acceptable to the Government.” The contracting officer and her staff intended “to evaluate only the three lowest priced proposals for technical acceptability;” if one of these proposals proved deficient, then the fourth-lowest priced proposal would be reviewed for technical acceptability. This process would continue until the Corps found three technically competent proposals. “Award will then be made to the lowest-priced, technically acceptable offeror.”

Following this introduction, part A was subdivided into two headings: Technical (Non-Pricing Criteria) and Pricing Criteria. Three subheadings were included in the technical section: Past Performance, Experience, and Management Capability. Only one subheading, Price, appeared in the Pricing Criteria section. This section explained that the lowest priced offer would be determined by the CLIN prices submitted in the IDIQ Sample Pricing Schedule at Attachment 2. It also advised that the unit quantities in Attachment 2 did not reflect a “typical” scope of work under the contract. The following language, the meaning of which the parties heatedly dispute, then appeared:

Each price will be evaluated to assess the offeror’s understanding of the scope of work for the ... sample4 task project included in the solicitation. Each offeror’s proposed price will be compared to one another in order to establish the order of the lowest priced proposals. In addition, each offeror’s proposed price will be compared with the Government Estimate.

The parties manifest similar disagreement as to how the Corps evaluated the proposals. The Corps received 21 proposals by the December 17, 2002 deadline, but only 20 were reviewed owing to the Corps’s determination [505]*505that the twenty-first proposal was non-responsive. A1 Ghanim Combined Group Co. Gen. Trad. & Cont. W.L.L. (“plaintiff’), a commercial entity organized under the laws of Kuwait, timely submitted a proposal. Plaintiff previously had performed large construction contracts for the U.S. Navy, Marines, and Army.

The parties agree that the Corps first engaged in a technical evaluation of the submitted proposals. The Technical Evaluation Team (the “TET”) assigned to the solicitation was comprised of five members. Four of these members constituted the Non-pricing Evaluation Team (the “NET”), but only three members had voting rights; the fourth, Margaret A. Jones, was the chair of the TET and a Project Manager for the Corps. According to a December 19, 2002 memorandum for record executed by the four NET members, the NET performed the technical evaluation on December 18-19, 2002. The NET first reviewed the evaluation criteria from Section 00010, the source selection plan, and the worksheets to be used to assess a proposal’s technical sufficiency. From this review the NET determined that “there was a requirement for each of the evaluators to first perform an independent and separate review of the offer[or’s] submission and then to conduct a consensus of the evaluations.” Consequently, each member first would evaluate a proposal independently, after which the members would reach a consensus regarding the proposal.

The NET used worksheets to evaluate the proposals. Each proposal was assessed on a pass/fail basis, which the NET, as reflected in its December 19 memorandum for record, took “literally, [ie.,] [tjhere should not be an evaluation of the ‘quality5 of the offeror’s submission____” The worksheets were divided into a number of categories, and an evaluator would indicate for each of these categories whether a proposal warranted a “pass” or “fail,” with some categories offering an additional choice of “neutral.” The evaluator then would complete a ratings summary for the proposal, where he or she would pass or fail the proposal on the three primary technical factors: Past Performance, Experience, and Management Concepts.5 Although the worksheets provided space for a NET member to supply narrative justification for each choice, none of the NET members did so.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
56 Fed. Cl. 502, 2003 U.S. Claims LEXIS 130, 2003 WL 21302931, Counsel Stack Legal Research, https://law.counselstack.com/opinion/al-ghanim-combined-group-co-gen-trad-cont-wll-v-united-states-uscfc-2003.