Braseth Trucking, LLC v. United States

124 Fed. Cl. 498, 2015 WL 8742689
CourtUnited States Court of Federal Claims
DecidedDecember 14, 2014
DocketNo. 15-837C/15-844C
StatusPublished
Cited by3 cases

This text of 124 Fed. Cl. 498 (Braseth Trucking, LLC 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
Braseth Trucking, LLC v. United States, 124 Fed. Cl. 498, 2015 WL 8742689 (uscfc 2014).

Opinion

Keywords: Bid Protest; Standing; Past Performance Evaluation; FAR 15.305(a)(2)(iv); Adjectival Ratings; Trade-off Analysis; FAR 15.308; Remand to Agency

OPINION AND ORDER

KAPLAN, Judge.

Before the Court are Plaintiffs’ motion for judgment on the administrative record and Defendant’s motion to dismiss and cross-motion for judgment on the administrative record. For the reasons set forth below, the Court GRANTS the government’s motion to dismiss as to Corwin Company, Inc. (“Cor-win”) but DENIES that motion as to Braseth Trucking, LLC (“Braseth”). Further, because the Court finds that the stated rationales for the agency’s decision in this matter appear to be internally inconsistent, it has concluded that further explanation and clarification by the agency is necessary to facilitate its review of Braseth’s claims. Accordingly, the Court REMANDS this matter to the agency and STAYS the cross-motions for judgment on the administrative record pending the agency’s remand decision.

BACKGROUND

I. The United States Forest Service and its Fire-Fighting Responsibilities

Founded in 1905, the United States Forest Service (USFS) manages and administers roughly 188 million acres of public lands, mainly in the western states. See 36 C.F.R. § 200.3; About the Agency, U.S. Forest Service, http://www.fs.fed.us/about-agency. USFS has divided the lands it manages into nine geographic regions. See 36 C.F.R. § 200.2(a). Region 6, the Pacific Northwest Region, includes public lands in the states of Oregon and Washington. Id § 200.2(e).

Wildfires are endemic to the public lands in the western states and USFS plays a key role in managing wildfires on the lands it administers. See Fire, U.S. Forest Service, http://www.fs.fed.us/managing-land/fire. To prepare for the inevitable fires in Region 6, USFS stocks caches of firefighting equipment across the region. See Administrative Record (AR) Tab 4 at 10 § C-l. USFS then [501]*501contracts with local trucking outfits to transport this equipment to the locations where it is needed when a fire erupts. Id.; see also AR Tab 1 at 1 (file memo discussing the region’s transportation needs). Region 6 has historically awarded these contracts on three-year contract cycles. AR Tab 1 at 1.

II. The Solicitation

On March 11, 2015, USFS issued a pre-solicitation notice regarding an upcoming solicitation for contractors to provide “Fire Cache Freight Services” in Region 6. AR Tab 3-at 3-5. These services would include “the delivery of emergency supplies and •equipment by tractor-trailer for wild land fire suppression and all-hazard emergencies to various locations in the western United States.” Id. at 3.

. On March 30, USFS followed up with an official solicitation, numbered AG04H1-S-15-0006. AR Tab 4 at 6-45. The method of solicitation was an “RFQ” — i.e., “Request for Quotations,” id. at 6, and the government expected to award a “Firm-Fixed Price Multiple Award IDIQ contract” for the freight cache services, id. at 34 § 1-13. The solicitation requested quotations for three cache locations: La Grande, OR; Redmond, OR; and East Wenatchee, WA. Id. at 7-9. For the La Grande cache (which is at issue in this case), the solicitation indicated that the government intended to award up to three contracts. Id. at 7. The contractors would be required to “[h]ave [a] 24 hour per day, 7 day per week communication system in place to allow the Government to place oral orders” and to “[fjurnish tractor(s) or a tractor(s) with trailer(s) and dollies as required, with driver(s) ... within 1-1/2 hours ... after placement of [an] order by the Government.” Id. at 11 § C-3. In addition, “the inside of the trailers shall be swept clean.” Id. ■

According to the solicitation, the government would award a contract to “the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.” Id. at 45 § M. The “[b]asis of [the] [a]ward” would be a combination of price and two other factors: past performance and availability of tractor-trailers within 50 miles of the relevant equipment cache. Id. at 7, 45.

In terms of price, offerors were to provide quotations for two contract items: transportation services using the company’s own tractor-trailers, and transportation services using “Government-owned Cache Vans.” Id. at 7-9. For each of these items, offerors were to provide per-mile prices for three distance ranges in each of three years: the base year (July 1, 2015 through June 30, 2016) and two option years. Id. The distance ranges were “1 to 100 miles,” “101 to 300 miles,” and “301+ miles.” Id.

The solicitation stated that the “[b]asis for determining low, second low, third low etcet-era for ordering purposes” would be “the average cost per mile” for all three distance ranges over the three-year life of the contract “for [i]tem 01 for each location.” Id. The solicitation provided the following example of this calculation:

LA GRANDE INTERAGENCY FIRE CACHE

BASE Option 1 Option 2

1 to 100 miles $3.00 $3.03 $3.08

101 to 300 miles $2.77 $2.80 $2.85

301 + miles $2.00 $7.77 $2.04 $7.87 $2.08 $8.01 divided by 3 = $7,883

Id.

As for the non-price factors, past performance would be considered more important than availability. See id. at 45. Moreover, when assessing an offer as a whole, the non-price factors, when combined, would be considered “approximately equal to price" in importance. Id. at 7, 45.

In its description of the contract’s specifications, the solicitation set forth a “Rotation Schedule” describing how orders would be placed among the successful offerors. Id. at [502]*50210 § C-2. The schedule divided the contract year into twenty periods of seven to ten days.1 Id. The solicitation explained that the g-ovemment would “place orders on a rotation basis with the vendor having the lowest average mileage rate being scheduled first” on the schedule. If a vendor could not perform during its scheduled week, the order would be “placed with the next scheduled vendor.” Id.

The solicitation incorporated by reference several provisions of the Federal Acquisition Regulations (FAR) and the Agriculture Acquisition Regulations (AGAR). See id. at 6, 19-37. Among these were FAR 52.212-1 (“Instructions to Offerors — Commercial Items”), FAR 52.212-4 (“Contract Terms and Conditions — Commercial Items”), and AGAR 452.216-73 (“Minimum and Maximum Contract Amounts”), which specifies that that government will not place orders “in excess of $150,000 per year” over the course of the contract. Id. at 32 § 1-9. The solicitation was also “set aside 100% for small business.” Id. at 6 § 10.

III. Quotations and Awards

USFS considered five quotations received in response to the solicitation for freight cache services at the La Grande cache.2 AR-Tabs 5-9 at 46-58. These

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
124 Fed. Cl. 498, 2015 WL 8742689, Counsel Stack Legal Research, https://law.counselstack.com/opinion/braseth-trucking-llc-v-united-states-uscfc-2014.