American Relocation Connections, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 10, 2020
Docket19-1874
StatusPublished

This text of American Relocation Connections, LLC v. United States (American Relocation Connections, LLC 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
American Relocation Connections, LLC v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 19-1874 (Filed: 10 April 2020 ∗)

*************************************** AMERICAN RELOCATION * CONNECTIONS, LLC, * dba ARC RELOCATION, LLC, * Post-award bid protest; best-value trade off; * FAR Subpart 8.4; RCFC 52.1; judgment on Plaintiff, * the administrative record; equally-weighted * subfactors. v. * * THE UNITED STATES, * * Defendant, * * and * * RELIANCE RELOCATION SERVICES, * INC., dba RELO DIRECT, INC., * * Defendant-Intervenor. * * ***************************************

W. Barron A. Avery, of Baker & Hostetler, LLP, with whom was Brian V. Johnson, both of Washington, DC, for plaintiff.

Shari A. Rose, Senior Trial Attorney, Commercial Litigation Branch, Civil Division, Department of Justice, with whom were Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Douglas K. Mickle, Assistant Director, all of Washington, DC, for defendant.

William F. Savarino, of Cordatis LLP, with whom were John J. O’Brien and Joshua Schnell, all of Arlington, VA, for defendant-intervenor.

OPINION AND ORDER

∗ This opinion was originally filed under seal on 8 April 2020 pursuant to the protective order in this case. The Court provided the parties two days to review this opinion for any proprietary, confidential, or other protected information, and submit to the Court proposed redactions, if any, before the opinion is released for publication. Plaintiff and intervenor proposed minimal redactions. The Court accepts plaintiff’s and intervenor’s redactions, with redacted language replaced as follows: [XXX]. HOLTE, Judge.

Plaintiff, American Relocation Connections, LLC, doing business as ARC Relocation, LLC (“plaintiff”) protests the decision of the U.S. Department of Homeland Security, Customs and Border Protection (“CBP” or “Agency”) to award an employee relocation services contract to defendant-intervenor, Reliance Relocation Services, Inc., doing business as RELO Direct, Inc. (“intervenor” or “awardee”). Pending before the Court is: (1) plaintiff’s motion for judgment on the administrative record; (2) the government’s cross-motion for judgment on the administrative record; (3) intervenor’s cross-motion for judgment on the administrative record; (4) plaintiff’s motion to withdraw its motion for preliminary injunction; and (5) plaintiff’s motion to supplement the administrative record. For the following reasons, the Court: (1) DENIES plaintiff’s motion for judgment on the administrative record; (2) GRANTS the government’s cross-motion for judgment on the administrative record; (3) GRANTS intervenor’s cross-motion for judgment on the administrative record; (4) GRANTS plaintiff’s motion to withdraw its motion for preliminary injunction; and (5) DENIES AS MOOT plaintiff’s motion to supplement the administrative record.

I. Background

A. The Solicitation

On 19 January 2018, CBP issued Request for Quotation (“RFQ” or the “Solicitation”) No. 70B05C18Q00000021 for the procurement of employee relocation services. Admin. Record at 107, ECF No. 30 (“AR”). The procurement was limited to holders of General Services Administration (“GSA”) Schedule 48 contracts. 1 Id. at 8. “The Government contemplate[d] award of a firm-fixed price Blanket Purchase Agreement [“BPA”] resulting from this solicitation.” Id. at 125. The RFQ provided for a 12-month base period with four 12-month options. Id. at 109. The government would award the BPA “to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.” Id. at 128.

The RFQ listed three factors, “in descending order of importance,” the government would use to evaluate offers: (1) technical capability; (2) past performance; and (3) price. Id. The first factor, technical capability, comprised five sub-factors “of equal weight:” (A) “Home Sale Services;” (B) “Move Management Services;” (C) “Financial Capability and Financial Resources;” (D) “Property Management and Internal Key Controls;” and (E) “Reporting & Online Capabilities and Security.” AR at 128.

The RFQ provided “evaluation will be based on a Best Value trade-off process.” Id. Specifically:

When combined, Technical Capability and Past Performance are more important than Price. As the technical evaluation of quotes approaches equality, price

1 Plaintiff was “the incumbent contractor on Agency Contract No. HSB1014A00027 . . . to provide relocation and related services to employees of the CBP.” Pl.’s Mot. for J. on the Admin. Record at 3, ECF No. 33. That contract was set to expire fiscal year 2017. See AR at 3.

-2- becomes more important in making the award determination. The importance of price will increase as the difference in technical ratings (Technical Capability and Past Performance) between the Offerors decreases. In the event that two or more quotes are determined not to have any substantial technical differences (i.e. are technically equivalent), award may be made to the lowest priced quote. It should be noted that award may be made to other than the lowest price quote if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quote if the Government determines that a price premium is not warranted.

Id.

B. Contract Evaluation and Award

Four companies holding GSA Schedule 48 contracts submitted quotes, but CBP excluded two offerors from the competitive range due to non-compliance and non-responsiveness. AR at 471. The Agency selected a competitive range comprising plaintiff and intervenor. Id. at 474. “After the Technical Evaluation Team completed its evaluation of the technical quote, a determination was made that discussions were necessary.” Id. at 1038. On 1 March 2019, CBP informed both plaintiff and awardee it “has decided to hold discussions for this acquisition in accordance with FAR [Federal Acquisition Regulation] 15.306(d) with offerors in the competitive range.” AR at 476, 484. By opening discussions, CBP gave plaintiff and intervenor “the opportunity to address, explain or alter identified aspects of [their] quote[s] through discussions in order to maxim[ize] the Government’s ability to obtain best value . . . .” Id.

Following written discussions, on 22 March 2019, plaintiff submitted its final revised quote to CBP, and on 25 March 2019, intervenor submitted its final revised quote. See AR at 861, 926.

Once the offerors submitted their final quotes, the Technical Evaluation Team (“TET”) completed its Final Technical Evaluation Report. See AR Tab 74. The TET used the following adjectival ratings to evaluate the proposals under Factor 1:

Id. at 1042. The TET further used the following terms with the adjectival ratings to evaluate the proposals: Significant Strength; Strength; Weakness; Significant Weakness; and Deficiency. Id.

-3- A “Significant Strength” means “an aspect of the quote which provides significant benefit to the Government.” Id. A “Strength” means “an aspect of the quote which provides benefit to the Government.” Id. A “Weakness” means “a flaw in the quote that decreases the Government’s confidence in the Offeror’s ability to successfully perform the requirements of the contract.” Id. A “Significant Weakness” means “a flaw in the quote that appreciably decreases the Government’s confidence in the Offeror’s ability to successfully perform the requirements of the contract.” AR at 1042. Lastly, a “Deficiency” refers to “a material failure of a quote to meet a Government requirement or a combination of significant weaknesses in the quote that increases the risk of unsuccessful contract performance to an unacceptable level.” Id.

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

Related

Camp v. Pitts
411 U.S. 138 (Supreme Court, 1973)
Tyler Construction Group v. United States
570 F.3d 1329 (Federal Circuit, 2009)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
Timken U.S. Corp. v. United States
421 F.3d 1350 (Federal Circuit, 2005)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Mil-Mar Century Corp. v. United States
111 Fed. Cl. 508 (Federal Claims, 2013)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Blackwater Lodge & Training Center, Inc. v. United States
86 Fed. Cl. 488 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
American Relocation Connections, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/american-relocation-connections-llc-v-united-states-uscfc-2020.