Atlantic Diving Supply, Inc. v. United States

107 Fed. Cl. 244, 2012 U.S. Claims LEXIS 1240, 2012 WL 4857798
CourtUnited States Court of Federal Claims
DecidedOctober 11, 2012
DocketNo. 11-894C
StatusPublished
Cited by9 cases

This text of 107 Fed. Cl. 244 (Atlantic Diving Supply, 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
Atlantic Diving Supply, Inc. v. United States, 107 Fed. Cl. 244, 2012 U.S. Claims LEXIS 1240, 2012 WL 4857798 (uscfc 2012).

Opinion

[246]*246OPINION

FIRESTONE, Judge.

Plaintiff Atlantic Diving Supply, Inc. (“plaintiff’ or “ADS”) filed this bid protest action against defendant the United States (“the government”), alleging that the government acted arbitrarily and capriciously when it awarded a contract for the provision of civilian uniforms for Department of the Interior (“the Agency” or “DOI”) employees to defendant-intervenor, VP Imagewear, Inc. (“VF”). Pending before the court are the parties’ cross-motions for judgment on the administrative record. For the reasons discussed below, the government’s and VF’s cross-motions are GRANTED, and plaintiffs motion is DENIED.

I. BACKGROUND

A. The Solicitation

The following facts are taken from the administrative record (“AR”). On May 5, 2011, the Agency issued Request for Proposals No. P12PS20001 (“Solicitation”), seeking the provision of civilian uniforms for approximately 30,000 Agency employees. The Solicitation sought a contractor to provide all services related to the purchase, manufacturing, and distribution of over 500 items directly to Agency employees.

The Solicitation provided that the contract award would be based upon the offeror who provided the best value to the government, and established three areas of evaluation— technical, past performance, and price. To evaluate an offeror’s technical capabilities, the Solicitation requested that offerors submit “a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work,” found in Section C of the Solicitation. AR 1011. It further explained that the Agency would evaluate offers “solely on the information provided in the proposal and will not assume that an Offeror possesses any capability unless specified in the proposal.” AR 1020. The Solicitation cautioned that “[o]missions, inaccurate, or inadequate information may have negative effects on the overall evaluation.” Id. The Solicitation made clear that the Agency “reserve[d] the right ... to award a contract based on initial offers received without discussion of such offers.” AR 1021.

The Solicitation contained five different areas of evaluation for the Statement of Work called “Functions,” found in Section L.6.3 of the Solicitation: (I) Project Management and Quality Control, (II) Manufacture and Distribution of Uniforms, (III) Centralized Uniform Allowance Control Database System, (IV) Uniform Inventory and Control System, and (V) Customer Service, Research, and Special Needs. The Functions were evaluated according to three or four different “Factors,” found in Section M.5.2 of the Solicitation: (A) Technical Approach, Program Management and Quality Control and Experience, (B) Personnel/Management Capability, (C) Contract Phase In/Phase Out Plans, and when applicable, (D) Database Screenshots or Samples. In addition, an of-feror was required to submit uniform “like items” for the Agency to evaluate, and a past performance questionnaire was used to collect information about an offeror’s past performance.

Under this evaluation approach, the Agency created a scoring chart to reflect its evaluation of each offeror’s technical proposal, past performance, and uniform samples. An evaluation panel reviewed the technical portions of the responsive proposals according to this scoring chart and provided a written summary of their results to the contracting officer. The evaluation scoring chart, representing the maximum technical score obtainable, was as follows:

[[Image here]]

[247]*247[[Image here]]

AR 1021, 1025.

The maximum score under this system was 1350 points. Past performance was graded based upon a scale of -300 to +300, with 0 representing a neutral score. Uniform samples were assigned one of three scores (0, 75, or 150), Factors A and B categories were assigned one of four scores (0, 25, 50, 75), and Factor C categories were assigned one of four scores (0, 10, 20, 30). A score of 950 points and higher was considered an “acceptable” technical proposal, and a score of less than 950 was deemed “unacceptable.” All “acceptable” proposals would then be evaluated according to price.

In addition to outlining the evaluation approach, the Solicitation described the technical evaluation procedures in Section M.4. This Section stated that after conducting the technical evaluation, the “evaluation team will provide a written summary of the evaluation results to the Contracting Officer.” AR 1021. The Solicitation also noted that “the Contracting Officer along with the evaluation team will make a determination of whether to award without discussions. The Government reserves the right ... to award a contract based on initial offers received without discussion of such offers.” Id.

On February 23, 2011, the contracting officer issued an internal appointment letter (“Appointment Letter”), establishing the Technical Evaluation Panel (“TEP”) that would review each proposal. The Appointment Letter provided guidance as to how the TEP would perform the evaluation of each proposal:

Evaluations will be conducted in accordance with the requirements of the statement of work and as defined in this solicitation .... Evaluators may not use knowledge of proposals from any source other than the proposals themselves, nor may they make any assumptions or extrapolations in areas where the proposals are unclear. A summary of any unclear areas should be included in your evaluation summary. These will be discussed if it is determined that discussions are necessary. ...
Each evaluation panel member ... must evaluate each proposal independently of the other panel members and must document for the record each of their individual findings....
After each of you has fully evaluated each proposal, all members must convene as a team to arrive at a team consensus evaluation for each mandatory requirement and each technical evaluation factor for each proposal.
A Technical Evaluation Report must be prepared for the [Source Selection Official], and include a narrative evaluation specifying the strengths and weaknesses of each proposal and any uncertainties, reservations, qualifications or areas to be addressed, which may affect the selection of the source for award. The report should include specific points and questions to be raised if subsequent discussions are held with the offerors. A determination of technical unaceeptability must be sup[248]*248ported with concrete technical data and must indicate whether the proposal is capable of being made acceptable through discussions. Since the narrative forms the basis for later discussions and debriefings, specific references and terms must be used.

AR 1483-84. The TEP also issued a source selection plan on March 16, 2011, which provided further guidance on how proposals should be scored. The source selection plan stated that “each TEP member [would] independently complete an assessment of each proposal and assign an objective rating to each of the technical evaluation criteria. The TEP, as a whole, [would] then discuss the individual ratings assigned and come to a consensus.” AR 2520. The TEP was instructed to “evaluate each proposal strictly on its content and [] not to assume that performance will include anything not specified in the proposal.” AR 2521.

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

Related

Active Network, LLC v. United States
130 Fed. Cl. 421 (Federal Claims, 2017)
Progressive Industries, Inc. v. United States
129 Fed. Cl. 457 (Federal Claims, 2016)
Spectrum Comm, Inc. v. United States
126 Fed. Cl. 778 (Federal Claims, 2016)
Nve, Inc. v. United States
121 Fed. Cl. 169 (Federal Claims, 2015)
Clinicomp International, Inc. v. United States
117 Fed. Cl. 722 (Federal Claims, 2014)
Preferred Systems Solutions, Inc. v. United States
110 Fed. Cl. 48 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
107 Fed. Cl. 244, 2012 U.S. Claims LEXIS 1240, 2012 WL 4857798, Counsel Stack Legal Research, https://law.counselstack.com/opinion/atlantic-diving-supply-inc-v-united-states-uscfc-2012.