Ashbritt, Inc. v. United States

87 Fed. Cl. 344, 2009 WL 1872153
CourtUnited States Court of Federal Claims
DecidedJune 25, 2009
DocketNo. 08-473C
StatusPublished
Cited by98 cases

This text of 87 Fed. Cl. 344 (Ashbritt, 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
Ashbritt, Inc. v. United States, 87 Fed. Cl. 344, 2009 WL 1872153 (uscfc 2009).

Opinion

OPINION AND ORDER GRANTING PLAINTIFF’S MOTION FOR JUDGMENT ON THE ADMINISTRATIVE RECORD IN PART AND ENTERING INJUNCTION

WILLIAMS, Judge.

In this post-award bid protest, Plaintiff, AshBritt, Inc. (“AshBritt”) challenges the awards of several contracts by the United States Army Corps of Engineers under its Advance Contracting Initiative (“ACI”) program, assigning debris removal contractors for designated regions of the country in anticipation of a natural or man-made disaster. This matter comes before the Court on the parties’ cross-motions for judgment on the Administrative Record (“AR”) and on Ash-Britt’s motion for a permanent injunction.2

Under the ACI program, the agency awarded a primary contract for ten geographic regions and a back-up assignment, known as a “reach back” assignment, for nine regions. The reach back assignee could be activated in the event of a major disaster, or a failure on the part of the primary contractor either to provide adequate services or to negotiate fair and reasonable task order pricing. Offerors could submit proposals for any or all regions and were eligible to receive multiple awards, subject to a proscription against awardees receiving contracts in adjacent regions.

AshBritt challenges the primary awards in three regions and the reach back assignments in five regions, alleging numerous illegalities in the selection process.3 First, Ash-[350]*350Britt argues that the agency’s evaluation of subcontracting plans was arbitrary and capxd-cious in three respects. AshBritt, which received the second highest rating of “Good,” alleges that it received lower scores on its small business subcontracting plan than another offeror with a comparable plan, that discussions concerning subcontracting goals for Historically Black Colleges and Universities / Minority Institutions (“HBCU/MIs”) were unequal and misleading, and that Ash-Britt received no credit for revisions made to its subcontracting plan. Second, AshBritt argues that the agency engaged in unequal and misleading discussions regarding the prices for several contract line item numbers (“CLINs”) and claims that these discussions induced AshBritt to offer higher prices than its competitors in relation to the Independent Government Estimate (“IGE”). Third, Ash-Britt submits that the agency revised the IGE without advising offerors or reopening-discussions. Fourth, AshBritt contends that the agency conducted inadequate discussions regarding the pricing of an automated ticketing and tracking system to be employed during debris removal. Fifth, AshBritt argues that the agency departed from the tenias of the solicitation by failing to evaluate price in its selection of reach back assignments. Finally, AshBritt contends that the agency disregarded the evaluation criteria in the solicitation by failing to reject offers containing unburdened pricing.

The Court concludes that the agency’s discussions regarding HBCU/MIs and pricing were unfair and misleading, that the agency failed to document its evaluation of Ash-Britt’s revised subcontracting plan, and that the agency departed from the solicitation by failing to evaluate price in awarding reach back assignments. Finding that these errors were prejudicial and that AshBritt has satisfied the requirements for injunctive relief, the Court grants Plaintiffs motion for a permanent injunction, directing the agency to reprocure the services at issue in accordance with statute and regulation. However, recognizing the critical need that contractors remain in place while the agency takes corrective action, the Court does not enjoin performance of the ongoing contracts pending-completion of any reprocurement.

Findings Of Fact4

The Solicitation

On June 23, 2007, the agency issued Request for Proposals (“RFP”) number W912P8-07-R0101 seeking specified equipment, operators, and laborers for the removal of debris originating from any natural or man-made catastrophe or disaster in 10 geographic regions and sub-regions. AR at 209, 218. For each region, an Indefinite Delivery/Indefinite Quantity (“ID/IQ”) contract would be awarded at a firm-fixed-price for a single base year with four one-year option periods, limited to a maximum of $50 million per year and $250 million over the life of the contract. AR at 210-11, 218, 317. The solicitation also provided a minimum guarantee of $10,000 for the life of each regional contract awarded, regardless of whether any services were ordered. AR at 232.

The geographic areas for which contracts were to be awarded were:

North Atlantic Division
Region 1: New Jersey, New York, Pennsylvania, Connecticut, Rhode Island, Massachusetts, Vermont, New Hampshire, Maine, Maryland, Delaware, District of Columbia, Virginia, West Virginia
South Atlantic Division
Sub-Region 2A: Alabama, Florida
Sub-Region 2B: Georgia, North Carolina, South Carolina
Sub-Region 2C: Puerto Rico
Sub-Region 2D: Virgin Islands
Mississippi Valley Division
Region 3: Louisiana, Mississippi
Southwestern Division
Region 4: Texas, Oklahoma, Arkansas
South Pacific Division
Region 5: California, Utah, Nevada, Arizona, New Mexico
Pacific Ocean Division
Sub-Region 6A: Hawaii
Sub-Region GB: Alaska

AR at 233.

Prospective offerors were permitted to compete for any region. Id. However, the solicitation imposed geographic limitations on the award of multiple contracts. First, no [351]*351single offeror could receive awards for adjacent regions, Id.5 Second, as clarified in Amendment 0001 to the solicitation, offerors were limited to the award of a single primary contract for each geographic division — i.e., in the South Atlantic Division, which encompassed Regions 2A, 2B, 2C, and 2D, an offer- or could only receive one primary contract. AR at 339.

Award was to be made using the “best value” tradeoff process. AR at 317-18. The solicitation stated that, “[pjroposal evaluation factors shall be rated in accordance with the criteria set forth in the Army Source Selection Manual” and provided an internet link to this document. AR at 317. The Army Source Selection Manual, Appendix AA to the Army Federal Acquisition Regulation Supplement (“AFARS”), explained the source selection authority’s assessment of best value as follows: “To determine which proposal provides the best value, the [source selection authority] must analyze the differences between competing proposals. This analysis must be based on the facts and circumstances of the specific acquisition.” AFARS Appendix AA at 39. The Army Source Selection Manual further provided:

The tradeoff process, or tradeoff analysis, compares the strengths and weaknesses of the competing proposals to determine which proposal(s) represent(s) the best value to the Government and thus shall receive contract award....

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
87 Fed. Cl. 344, 2009 WL 1872153, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ashbritt-inc-v-united-states-uscfc-2009.