Asset Protection & Security Services, L.P. v. United States

CourtUnited States Court of Federal Claims
DecidedOctober 1, 2020
Docket20-449
StatusPublished

This text of Asset Protection & Security Services, L.P. v. United States (Asset Protection & Security Services, L.P. 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
Asset Protection & Security Services, L.P. v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 20-449C Filed: September 12, 2020 Redacted Version Issued for Publication: October 1, 20201

* * * * * * * * * * * * * * * * ** * * ASSET PROTECTION & SECURITY * SERVICES, L.P., * * Protestor, * v. * * Post-Award Bid Protest; Motion to UNITED STATES, * Dismiss; Standing; Trade-Off Defendant, * Analysis. * v. * * * AKIMA GLOBAL SERVICES, LLC, * Defendant-Intervenor. * * * * * * * * * * * * * * * * * * ** *

David T. Ralston, Jr. Foley & Lardner LLP, Washington, DC for protestor. With him were Julia Di Vito and Frank Murray, Foley & Lardner LLP, Washington, DC.

Daniel B. Volk, Senior Trial Counsel, Commercial Litigation Branch, Civil Division, Department of Justice, Washington, DC, for defendant. With him were Douglas K. Mickle, Assistant Director, Commercial Litigation Branch, Robert E. Kirschman, Jr., Director, Commercial Litigation Branch, and Ethan P. Davis, Acting Assistant Attorney General, Civil Division. Of counsel was Javier A. Farfan, Associate Legal Advisor, United States Immigration and Customs Enforcement.

C. Peter Dungan, Miles & Stockbridge P.C., Washington, DC for defendant- intervenor. With him were Alfred M. Wurglitz and Annie M. McGuire, Miles & Stockbridge P.C.

1 This Opinion was issued under seal on September 12, 2020. The parties were asked to propose redactions prior to public release of the Opinion. This Opinion is issued with the redactions that the parties proposed in response to the court’s request. Words which are redacted are reflected with the notation: “[redacted].” OPINION

HORN, J.

In the above-captioned, post-award bid protest, protestor Asset Protection & Security Services, L.P. (Asset, also referred to as APSS) challenges the decision by the Department of Homeland Security, United States Immigration and Customs Enforcement (ICE) to award a contract to intervenor Akima Global Services, LLC (Akima, also referred to as AGS), arguing that the award was unreasonable, irrational, and arbitrary and capricious.

FINDINGS OF FACT

On August 22, 2016, ICE issued a request for proposals for services, Solicitation No. HSCEDM-16-R-00001 (the Solicitation), to operate a detention center in Florence, Arizona. The Solicitation begins:

SOLICITATION FOR GUARD, FOOD AND TRANSPORTATION SERVICES – FLORENCE SERVICE PROCESSING CENTER, FLORENCE AZ

*Offerors must propose price/cost in order to be considered for award. Offerors who fail to propose price/cost will be eliminated from competition and will not be considered for award.

(capitalization in original).

The August 22, 2016 Solicitation indicated that “[t]he price/cost will consist of one (1) Two-month transition period and one (1) Ten-month base period with seven (7) one- year option periods, followed by a six (6) months extension in accordance with FAR 52.217-8.” The Solicitation, as evaluated, had four evaluation factors: (1) Demonstrated Technical/Management Capability, (2) Past Performance, (3) Administration, and (4) Price.2 The December 19, 2019 Source Selection Award Decision Memorandum, as issued by the agency and signed by contracting officer serving as the source selection authority, explained:

The four evaluation factors for this procurement are in descending order of importance.

1) Demonstrated Technical/Management Capability 2) Past Performance,

2 The August 22, 2016 Solicitation indicated that “[t]here are three evaluation factors for this procurement: 1) Demonstrated Technical/Management Capability, 2) Past Performance, and 3) Price.” Although the Solicitation, as amended, included four evaluation factors, with the addition of the evaluation factor of Administration, price was always an evaluation factor.

2 3) Administration, and 4) Price[.]

For Evaluation Factor 1 - Demonstrated Technical/Management Capability, offerors’ proposals were to be evaluated on the “ability to fulfill the technical requirements while meeting quality requirements and the Offeror’s business approach.” Evaluation Factor 1 - Demonstrated Technical/Management Capability had four sub-factors: Sub- factor 1: Performance Work Statement; Sub-factor 2: Quality Control Plan; Sub-factor 3: Transition Plan; and Sub-factor 4: Staffing Plan. Evaluation Factor 1 and the Sub-factors for Evaluation Factor 1 were to be evaluated as: Outstanding, Good, Acceptable, Marginal, and Unsatisfactory. For Evaluation Factor 2 – Past Performance, offerors were required to submit three past performance contracts. Past Performance was to be evaluated as: Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. Evaluation Factor 3 – Administration had four sub- factors: Sub-factor 1: Offer Letter; Sub-factor 2: Signed Solicitation Documents; Sub- factor 3: Small Business Subcontracting Plan; and Sub-factor 4: Key Personnel/Resumes. For Evaluation Factor 3 – Administration the offerors’ proposals were evaluated for compliance with the four Sub-factors. Evaluation Factor 3 was to be rated as Pass, Fail, or Not Applicable. The final Evaluation Factor was Evaluation Factor 4 – Price, which “was not adjectively rated but considered a factor in the best value determination,” and according to the Solicitation, “[o]fferors who failed to propose pricing were eliminated from competition and were not considered for award.”

Consistent with the above, the Solicitation, as amended by Amendment 17, which was issued on May 28, 2019, indicated:

Pricing

The government is requesting a pricing quote from Offerors. Offerors are encouraged to provide reasonable, but competitive prices and submit pricing structures in accordance with the PWS [Performance Work Statement].

The pricing structure consists of one (1) sixty (60) day transition, One (1) ten (10) month base period and seven (7) one year options, followed by a six (6) month extension in accordance with FAR 52.217-8. If an award results from this solicitation, the Government intends to fund any Task Orders through annually appropriated funds.

Note: Pricing shall be submitted in the following two (2) areas:

1.) Section B of the solicitation (Standard Form 33/Optional Form 336); 2.) Attachment 5 CLIN [Contract Line Item Number] Summary

The Government expects that adequate price competition will result from this solicitation thereby negating the need for Offerors to submit certified

3 cost and pricing data (See FAR 15.403-1). A price analysis will be performed to assess the reasonableness of the proposed prices under the firm fixed price contract. The Government will conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b). However, in order to determine a fair and reasonable price in accordance with FAR 15.403-3(a)(1)(ii) and 15.403-5(b)(2), the Government shall require other than certified cost and pricing data in responses to this RFP.

....

Contingency Pricing: All proposed pricing must be accordance with [FAR] 52.222-43. Any form of contingency pricing is unacceptable and your proposal will be removed from competition as unresponsive.

(emphasis in original) (brackets added).

As indicated in the Source Selection Award Decision Memorandum:

All Sub-factors under Factor 1 were rated with equal importance. The Demonstrated Technical/Management Capability (Factor 1) is more important overall than Past Performance (Factor 2). Evaluation Factors 1 and 2 are more important that Evaluation Factor 3 (Administration). When combined, Demonstrated Technical/Management Capability, Past Performance, and Administration, are significantly more important than Price (Factor 4).

On December 5, 2016, the agency issued Amendment No. 5 to the Solicitation, which answered questions raised by prospective offerors.

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

Related

Hertz Corp. v. Friend
559 U.S. 77 (Supreme Court, 2010)
United States v. Cotton
535 U.S. 625 (Supreme Court, 2002)
Arbaugh v. Y & H Corp.
546 U.S. 500 (Supreme Court, 2006)
Henderson v. Shinseki
131 S. Ct. 1197 (Supreme Court, 2011)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Rick's Mishroom Service, Inc. v. United States
521 F.3d 1338 (Federal Circuit, 2008)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)
Todd Construction, L.P. v. United States
656 F.3d 1306 (Federal Circuit, 2011)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
Pikulin v. United States
425 F. App'x 902 (Federal Circuit, 2011)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)

Cite This Page — Counsel Stack

Bluebook (online)
Asset Protection & Security Services, L.P. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/asset-protection-security-services-lp-v-united-states-uscfc-2020.