ATA Defense Industries, Inc. v. United States

41 Cont. Cas. Fed. 77,147, 38 Fed. Cl. 489, 1997 U.S. Claims LEXIS 128, 1997 WL 359959
CourtUnited States Court of Federal Claims
DecidedJune 27, 1997
DocketNo. 97-382C
StatusPublished
Cited by50 cases

This text of 41 Cont. Cas. Fed. 77,147 (ATA Defense Industries, 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
ATA Defense Industries, Inc. v. United States, 41 Cont. Cas. Fed. 77,147, 38 Fed. Cl. 489, 1997 U.S. Claims LEXIS 128, 1997 WL 359959 (uscfc 1997).

Opinion

OPINION

ANDEWELT, Judge.

In this post-award bid protest action, brought pursuant to 28 U.S.C. § 1491(b), plaintiff, ATA Defense Industries, Inc. (ATA), seeks an injunction ordering the Department of the Army to suspend performance of and to terminate a purchase order contract awarded to Caswell International, Inc. (Caswell), on May 13,1997. Pursuant to the requests of the parties, this case was handled on an expedited basis. Plaintiff filed its complaint on May 30, 1997, and on June 24, 1997, after the parties conducted discovery, this court held a trial on the merits. For the reasons set forth below, plaintiffs request for a permanent injunction is granted.

I.

The purchase order contract in issue covers the upgrading of two target ranges at [492]*492Fort Stewart, Georgia, used for training and qualification of tanks and infantry fighting vehicles. The contract lists separately the prices for the different products and services required for the upgrade. The total dollar value of the contract is $673,376. Certain products included on the purchase order, amounting to approximately 65 percent of the total contract value, were covered in an existing General Services Administration (GSA) Federal Supply Schedule (FSS) agreement between Caswell and the GSA. The products and services covering the remaining 35 percent of the contract value were not covered in the FSS agreement.

The contracting officer ultimately limited his search for potential suppliers to those with FSS agreements and concluded that Caswell was the only firm with an FSS agreement that met the Army’s minimum requirements for the upgrade. The contracting officer selected Caswell to supply these FSS-covered products as well as the remaining required products and services not covered in the FSS agreement. Prior to awarding the contract, the contracting officer issued a “Justification and Approval for Other than Full and Open Competition” in which he explained his rationale for choosing Caswell as follows:

Caswell International was the only contractor on the [FSS] which met the minimum requirements of the Government. Since the [FSS-covered] hardware being purchased is unique and proprietary to Caswell International, the associated installation hardware and rail kits [not listed on the FSS] must [also] be acquired from Caswell International.

Plaintiff is a competitor of Caswell in the sale of products and services used in upgrading target ranges for the Army. At the time of the purchase order agreement, plaintiff did not have an FSS contract covering its target-related products. The essence of plaintiffs complaint is that plaintiff was in a position to compete with Caswell for the products and services required to upgrade the target ranges at Fort Stewart but that the Army, in violation of 10 U.S.C. § 2304, denied plaintiff the opportunity to compete.

Indeed, plaintiff had made the Army aware of its intent to compete for the upgrade work. In response to a March 5, 1997, Commerce Business Daily notice of the Army’s requirement for a target system upgrade at Fort Stewart, ATA submitted a letter to the Army stating that ATA was a “manufacturer of range and target systems” and requesting that it be added to the bidders’ mailing list. When the Army later announced in the Commerce Business Daily its intent not to purchase the upgrade products and services through a solicitation requesting bids or proposals but rather to order the products and services against the GSA’s FSS, ATA submitted a letter arguing that only a fraction of the contract work was covered in the FSS and requesting that instead of using the FSS, the Army adopt “a proper competitive procurement strategy.” The Army, however, did not solicit a proposal from ATA.- Instead, the Army issued a 15-page, highly detailed statement of work (SOW) setting forth the technical and performance specifications for the Fort Stewart upgrade. Caswell submitted a technical proposal in response to the SOW and the Army issued Caswell the disputed purchase order contract.

II.

Pursuant to 10 U.S.C. § 2304, when procuring products or services, the head of an agency is obliged to use competitive procedures and obtain full and open competition unless one of the exceptions listed therein applies. Section 2304 provides:

Contracts: competition requirements
(a)(1) Except as provided in subsections (b), (c), and (g) and except in the case of procurement procedures otherwise expressly authorized by statute, the head of an agency in conducting a procurement for property or services—
(A) shall obtain full and open competition through the use of competitive procedures in accordance with the requirements of this chapter and the Federal Acquisition Regulation; and
(B) shall use the competitive procedure or combination of competitive procedures that is best suited under the circumstances of the procurement.

[493]*493Defendant contends that it complied fully with the requirements of Section 2804. To support this contention, defendant in effect divides the purchase order contract into two distinct parts: the products covered in the FSS agreement (approximately 65 percent of the total contract value) and the products and services not covered in the FSS (approximately 35 percent of the contract value). With respect to the products that constitute the 65 percent, defendant takes the position that purchasing these products against the FSS qualifies as a competitive procedure that brings the benefits of full and open competition. With respect to the products and services that make up the remaining 35 percent, defendant does not dispute that the Army purchased these products and services without the benefit of full and open competition. Defendant contends, however, that the procurement of these products and services falls within the following exceptions contained in Sections 2304(c)(1) and (c)(2):

(c) The head of an agency may use procedures other than competitive procedures only when—
(1) the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency; [or]
(2) the agency’s need for the property or services is of such an unusual and compelling urgency that the United States would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals____

The Administrative Record, as filed by defendant, contains two written justifications issued by the contracting officer respectively covering the exceptions contained in subsections (c)(1) and (c)(2). The contracting officer based the first justification, referenced above and issued prior to award of the disputed contract, on Federal Acquisition Regulation (FAR) 6.302-1, which implements the exception contained in subsection (c)(1).

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

Related

Attainx, Inc. v. United States
Federal Claims, 2022
McAfee, Inc. v. United States
111 Fed. Cl. 696 (Federal Claims, 2013)
Caddell Construction Co., Inc. v. United States
111 Fed. Cl. 49 (Federal Claims, 2013)
Three S Consulting v. United States
104 Fed. Cl. 510 (Federal Claims, 2012)
Matt Martin Real Estate Management LLC v. United States
96 Fed. Cl. 106 (Federal Claims, 2010)
Pyramid Real Estate Services, LLC v. United States
95 Fed. Cl. 125 (Federal Claims, 2010)
Mobile Medical International Corp. v. United States
95 Fed. Cl. 706 (Federal Claims, 2010)
Academy Facilities Management v. United States
87 Fed. Cl. 441 (Federal Claims, 2009)
Labatt Food Service, Inc. v. United States
84 Fed. Cl. 50 (Federal Claims, 2008)
Career Training Concepts, Inc. v. United States
83 Fed. Cl. 215 (Federal Claims, 2008)
Savantage Financial Services Inc. v. United States
81 Fed. Cl. 300 (Federal Claims, 2008)
Eracent, Inc. v. United States
79 Fed. Cl. 427 (Federal Claims, 2007)
Advanced Systems Development, Inc. v. United States
72 Fed. Cl. 25 (Federal Claims, 2006)
KSD, Inc. v. United States
72 Fed. Cl. 236 (Federal Claims, 2006)
Avtel Services, Inc. v. Unites States
70 Fed. Cl. 173 (Federal Claims, 2005)
KSEND v. United States
69 Fed. Cl. 103 (Federal Claims, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
41 Cont. Cas. Fed. 77,147, 38 Fed. Cl. 489, 1997 U.S. Claims LEXIS 128, 1997 WL 359959, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ata-defense-industries-inc-v-united-states-uscfc-1997.