Amidon, Inc. v. United States

124 Fed. Cl. 517, 2015 WL 9653075
CourtUnited States Court of Federal Claims
DecidedJanuary 7, 2016
Docket15-1405C
StatusPublished
Cited by7 cases

This text of 124 Fed. Cl. 517 (Amidon, 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
Amidon, Inc. v. United States, 124 Fed. Cl. 517, 2015 WL 9653075 (uscfc 2016).

Opinion

The Tucker Act, 28 U.S.C. § 1491(b)(1); Post-Award Bid Protest; Motion for Preliminary Injunction, RCFC 65.

MEMORANDUM OPINION AND ORDER

LYDIA KAY GRIGGSBY, Judge

I. INTRODUCTION

Plaintiff, Amidon, Inc. (“Amidon”), brought this post-award bid protest challenging the United States Department of Defense, United States Army Special Operations Command’s (“Army”) decision to award a contract to provide medical training services to Advanced Computer Learning Company, LLC (“ACLC”). Amidon is the incumbent contractor under a prior contract to provide these services. Amidon has filed a motion for a preliminary injunction requesting that the Court enjoin ACLC’s performance under the contract and direct the government to extend the time period for Amidon to continue performance under the existing contract until the Court resolves this matter. For the reasons set forth below, the Court DENIES Amidon’s motion for a preliminary injunction.

II. PROCEDURAL AND FACTUAL BACKGROUND 1

A. Factual Background

Plaintiff, Amidon, is the incumbent contractor under a government contract to provide medical training services at the Joint Special Operations Medical Training Center located in Fort Bragg, North Carolina. Comp, at 1. Amidon and Advanced Computer Learning Company submitted the top two proposals to the Army to provide these services under a subsequent contract. Id. On July 23, 2015, the Army awarded that contract to ACLC. Def. App. at 81. Amidon subsequently protested the Army’s award decision before the Government Accountability Office (“GAO”) and thereafter, the Army extended the period for Amidon to perform under its predecessor contract until November 30, 2015. Id. at 3.

In its motion for a preliminary injunction, Amidon seeks a preliminary injunction “directing that Defendant United States of America acting through the Department of Defense be required to permit Amidon to continue its performance [under its predecessor contract] until the merits of this dispute can be considered.” PI. Mot. at 1. In addition, Amidon seeks to enjoin ACLC’s performance under the contract. Def. Resp. at 2-3.

1. The Request For Proposals

The Joint Special Operations Medical Training Center contracts for training support and medical instructors for certain courses conducted at its United States Army John F. Kennedy Special Warfare Center and School, United States Army Special Operations Command, located in Fort Bragg, North Carolina. Def. App. at 88. On May 7, 2015, the Army issued a Request for Proposals (“RFP”) for a contract to provide these medical training services. Id. at 87-185. The RFP called for a contract with an initial one-year period of performance and two one-year option periods. Id. at 79.

The RFP provided that the government would conduct the solicitation as an 8(a) competitive, best value, source selection in accordance with Federal Acquisition Regulation Part 15 and Subpart 19.8. Id. at 79. The RFP also identified four factors that the Army would evaluate in determining award: (1) qualifying criteria; (2) management/technical plan; (3) past and present performance; and (4) price. Id. at 181. The management/technical plan and past and present performance factors contained in the RFP *520 were specified as being significantly more important than price. Id. In addition, the managemenVtechnical plan factor consisted of three subfactors, which were to be considered in descending order of importance: (1) management plan; (2) technical approach; and (3) documented corporate experience. Id. at 79,181-83.

Of particular relevance to this dispute, the RFP also specified that offerors shall provide a proposal with a technical approach that addresses live tissue laboratory training. Id. at 173. The RFP further instructed that offerors were to demonstrate the “relevancy of corporate experience and core competency in conducting the required training.” Id.

Amidon, ACLC, and six other offerors submitted proposals pursuant to the RFP. Id. at 80. The Source Selection Evaluation Board completed the initial evaluation of the proposals on June 11, 2015. Id. at 236-37. Subsequently, on July 13, 2015, the contracting officer sent all offerors, including Amidon and ACLC, a request for a Best and Final Offer. Id. at 237-40. On July 17, 2015, the Source Selection Evaluation Board completed its evaluation of the revised proposals and made a technical recommendation to award the contract to ACLC. Id. at 250-51.

During the evaluation of the proposals, the Army assigned Amidon a final technical rating of “Good.” Id. at 51 (Source Selection Decision Document). The Army assigned ACLC a final technical rating of “Outstanding.” Id. at 51, 261. In addition, ACLC’s proposed price was [* * *] less than Ami-don’s proposed price. Id. at 264.

The Army’s Source Selection Decision Document describes the agency’s best value determination for the contract as follows:

4. SOURCE SELECTION DECISION. When combining technical and confidence ratings outstanding is defined as having an exceptional approach and understanding of the requirements and strengths far outweigh any weaknesses. As defined Ami-don was determined outstanding. Amidon and ACLC after providing their BAFO and responses to clarifications and discussions were determined equally technically acceptable with the lowest prices. I have independently reviewed the various elements of the proposal and the discussion results and have determined that an award to ACLC with an overall price [* * *] less than Amidon represents the lowest priced of the most highly rated technical offerors considering the criteria set forth in the solicitation. An award to ACLC offers the best value to the Government.

Id. at 54, 264. The Army awarded the contract to ACLC on July 23, 2015. Id. at 81.

2. The GAO Bid Protest

On July 28, 2015, Amidon protested the Army’s decision to award the contract to ACLC before the Government Accountability Office. Id. at 82, 339. In that protest, Ami-don alleged that the Army failed to follow the RFP by: (1) ignoring ACLC’s lack of documented corporate experience and ignoring the risk of unsuccessful performance; (2) improperly evaluating ACLC’s past performance, especially its lack of live tissue laboratory training; (3) not conducting a price analysis to determine whether ACLC’s price was unrealistically lúw; and (4) conducting a flawed best value tradeoff analysis. Id. at 69, 342. The GAO denied Amidon’s protest on October 30, 2015. Id. at 339-44. In its denial decision, the GAO held that Amidon’s arguments “do not provide a basis to question the award to ACLC.” Id. at 342.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
124 Fed. Cl. 517, 2015 WL 9653075, Counsel Stack Legal Research, https://law.counselstack.com/opinion/amidon-inc-v-united-states-uscfc-2016.