Bannum, Inc. v. United States

69 Fed. Cl. 311, 2006 U.S. Claims LEXIS 8, 2006 WL 148893
CourtUnited States Court of Federal Claims
DecidedJanuary 18, 2006
DocketNo. 03-1751C
StatusPublished
Cited by2 cases

This text of 69 Fed. Cl. 311 (Bannum, 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
Bannum, Inc. v. United States, 69 Fed. Cl. 311, 2006 U.S. Claims LEXIS 8, 2006 WL 148893 (uscfc 2006).

Opinion

OPINION

CHRISTINE O.C. MILLER, Judge.

Following remand by the United States Court of Appeals for the Federal Circuit, this post-award bid protest action is before the court after argument on the parties’ cross-motions for judgment on the administrative record pursuant to RCFC 56.1(b)(1). See Bannum, Inc. v. United States & Dismas Charities, Inc., 126 Fed.Appx. 958 (Fed.Cir. 2005) (unpubl.) (“Bannum II”), rev’g and remanding Bannum, Inc. v. United States & Dismas Charities, Inc., 60 Fed.Cl. 718 (2004) (“Bannum I”). The order of remand called for further proceedings consistent with the decision of the Federal Circuit issued on the same date in a companion ease, see Bannum, Inc. v. United States, 404 F.3d 1346 (Fed.Cir. 2005) (“Bannum IV”), aff'g Bannum, Inc. v. United States, No. 03-1284C (Fed.Cl. Aug. 7, 2003) (“Bannum III”) (entering judgment on Transcript of Proceedings at 76-84, Bannum, Inc. v. United States, No. 03-1284 (Fed.Cl. Aug. 6, 2003) (the “bench ruling”)). Plaintiffs successful challenge to the review process for proposals for contracts administered by the Bureau of Prisons (“BOP”) for Community Corrections Center (“CCC”) services now calls for a determination of whether the violation of Federal Acquisition Regulation (FAR), 48 C.F.R. § 42.1503(b) (2000)-the failure to have the appropriate supervisory agency official undertake the review-would have affected, to a prejudicial extent, the scoring that had been assigned to plaintiffs proposal.

FACTS

The background to this proceeding was chronicled in Bannum I. See 60 Fed.Cl. at 719-22. The pertinent facts are restated below.

From August 2001 to April 2002, the BOP issued three solicitations for CCC services, encompassing the supply of personnel, management, equipment, and supplies, among other essential services. Solicitation No. 200-0697-SE, issued August 6, 2001, sought CCC services for Hattiesburg, Mississippi (“Hattiesburg Solicitation”); Solicitation No. [313]*313200-0721-SC, issued January 11, 2002, requested CCC services for Laredo, Texas (“Laredo Solicitation”); and Solicitation No. 200-0743-MA, issued April 29, 2002, sought CCC services for Greensboro, North Carolina (“Greensboro Solicitation”).

The solicitations provided that the bids would be evaluated with regard to the particular needs of the BOP and best value for price. As part of this analysis, the BOP looked to past performance, community relations, technical, management, and cost.1 Each solicitation apportioned the greatest weight to past performance.

The BOP’s past-performance analysis utilized a five-step review process. The procedure was to involve a “subjective assessment based on consideration of all relevant factors and circumstances” and noted that “offerors would be well served to be aware of possible dissatisfied customers and address the issues in initial proposal submissions.” Laredo Solicitation, at § M.5 Factor 1(b) “Past Performance,” at 67; Hattiesburg Solicitation, at § M.5 Factor 1(b) “Past Performance,” at 75; Greensboro Solicitation, at § M.5 Factor 1(b) “Past Performance,” at 65-66.

As part of its response to the Laredo Solicitation, plaintiff provided Contractor Evaluation Forms (“CEFs”) for certain current and prior BOP contracts. In Bannum I this court found incredible plaintiff’s assertion that it submitted detailed rebuttals addressing all unfavorable comments contained in the CEFs, because plaintiff did “not cite to any page in the administrative record pertaining to the Laredo solicitation to substantiate its submission.” Bannum I, 60 Fed.Cl. at 721. Following consideration of plaintiffs past performance, as well as the other evaluation factors, the BOP determined that inter-venor’s offer provided the best value and awarded the contract to Dismas Charities, Inc. (“Dismas” or “intervenor”).

Almost the same scenario occurred with respect to both the Greensboro and Hattiesburg solicitations. See Bannum I, 60 Fed.Cl. at 721-22. For the solicitations plaintiff submitted select copies of CEFs, which it claims — but cannot support — were accompanied by rebuttal comments. See id. at 722. The BOP determined that plaintiffs offers were not the best value for price and awarded the Greensboro and Hattiesburg contracts to Dismas.

PROCEDURAL HISTORY

Plaintiff filed suit in Bannum l on July 22, 2003, asserting that the BOP violated regulations concerning past performance evaluations when it awarded CCC contracts for Laredo, Hattiesburg, and Greensboro. Plaintiff argued that the FAR required that its CEFs and rebuttals be reviewed by a supervisory contracting officer (“SCO”), and that plaintiff was prejudiced when the reviewer was a management center administrator (“MCA”).

Initially, plaintiff sought a judgment declaring that the BOP “acted arbitrarily, capriciously, and in violation of the law and terms of the subject [requests for proposals (“RFPs”) ] in awarding the contracts protested herein,” a temporary restraining order, a preliminary and permanent injunction, bid preparation costs, costs and attorneys’ fees, and any other relief deemed proper. Compl. filed July 22, 2003, ¶¶ 11-12. When plaintiff did not pursue its requests for emergency and interim injunctive relief, defendant moved on September 22, 2003, for judgment on the administrative record. After requesting and receiving three enlargements of time, plaintiff ultimately cross-moved for judgment in its favor on January 29, 2004. Plaintiff requested award of contracts for CCC services in Laredo, Greensboro, and Hattiesburg; alternatively, plaintiff sought an order requiring the BOP to re-evaluate the proposals in accordance with the law on the ground that the awards were arbitrary, capricious, or in violation of the law. Plaintiff also requested its proposal preparation costs for the three RFPs.

Bannum I explored whether the decision of the BOP was “arbitrary, capricious, an abuse of discretion, or otherwise not in aecor-[314]*314dance with the law[,]” 5 U.S.C. § 706(2)(A) (2000), pursuant to the test expressed by the Federal Circuit in Banknote Corp. of Am. v. United States, 365 F.3d 1345, 1351 (Fed.Cir. 2004). The required determination is “ “whether the contracting agency provided a coherent and reasonable explanation of its exercise of discretion, and the disappointed bidder bears a “heavy burden” of showing that the award decision had no rational basis.’ ” Id. (quoting Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324, 1332-33 (Fed.Cir.2001)).

On May 24, 2004, this court issued its opinion in Bannum I, granting defendant’s and intervenor’s motions for judgment upon the administrative record and denying plaintiffs cross-motion.2 The rejection of injunc-tive relief was based on two findings and conclusions: First, the evaluation process substantially complied with the applicable provision of the FAR, and, second, even assuming that a violation occurred, plaintiff did not establish any prejudice because, inter alia,

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

Related

Public Warehousing Co. K.S.C. v. Defense Supply Center Philadelphia
489 F. Supp. 2d 30 (District of Columbia, 2007)
Bannum, Inc. v. United States
214 F. App'x 989 (Federal Circuit, 2007)

Cite This Page — Counsel Stack

Bluebook (online)
69 Fed. Cl. 311, 2006 U.S. Claims LEXIS 8, 2006 WL 148893, Counsel Stack Legal Research, https://law.counselstack.com/opinion/bannum-inc-v-united-states-uscfc-2006.