Braseth Trucking, LLC v. United States

126 Fed. Cl. 608, 2016 WL 1634891
CourtUnited States Court of Federal Claims
DecidedApril 25, 2016
Docket15-837C/15-844C (Bid Protest)
StatusPublished
Cited by4 cases

This text of 126 Fed. Cl. 608 (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, 126 Fed. Cl. 608, 2016 WL 1634891 (uscfc 2016).

Opinion

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

OPINION AND ORDER

KAPLAN, Judge.

Before the Court in this post-award bid protest are Plaintiff Braseth Trucking, LLC’s (Braseth) motion for judgment on the administrative record and the government’s combined motion to dismiss and cross-motion for judgment on the administrative record. In a previous Opinion, the Court remanded this case to the United States Forest Service (FS) with instructions that it clarify the basis for its decision to award a contract to provide fire cache freight services to a competing offeror, Connie’s, Inc. (Connie’s), rather than to Braseth. 1 See Opinion and Order, ECF No. 21 (Braseth I).

For the reasons set forth below, the Court concludes that, in light of the Contracting Officer’s clarification of the basis for his decision on remand, Braseth lacks standing to pursue this action. Accordingly, the government’s motion to dismiss is GRANTED and Braseth’s complaint is DISMISSED without prejudice based on lack of jurisdiction.

BACKGROUND 2

I. The Solicitation and Contract Award

Braseth, a trucking company located in northeast Oregon, submitted a quotation in response to an FS solicitation for “Fire Cache Freight Services,” which were to 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.” See Admin. R. (AR) Tab 3 at 3-5, ECF No. 11; see also id. Tab 4 (solicitation); id. Tab 6 (Braseth’s quotation). The contracts at issue in this case involve providing freight services for a fire cache located near La Grande, Oregon. See Compl. ¶¶ 12-15, ECF No. 1.

According to the solicitation, quotations would be evaluated based on three factors: price, past performance, and the availability of tractor/trailers within a 50-mile radius of the .cache (i.e., proximity). See AR Tab 4 at 45. Past performance was considered more important than proximity; and the non-price factors together would be considered “approximately equal to price.” Id.

The FS considered quotations from five companies: Braseth, Corwin, Connie’s, A-Secured Properties, LLC (A-Secured), and Smith Bros. Moving Services (Smith Bros.). AR Tab 12. at 68. A-Secured and Smith Bros, submitted “Past Performance Data Sheets” describing them performance on previous FS contracts as part of their submissions. 3 See AR Tab 5 at 48; id. Tab 9 at 57. The quotations provided by Braseth, Corwin, and Connie’s, however, did not include any information about their past performance. See AR Tabs 6-8.

The FS convened a Technical Proposal Evaluation Committee (TPEC) to evaluate the quotations. AR Tab 12 at 68. The TPEC gave each quotation an adjectival rating of “Excellent” for proximity. Id. at 69. The TPEC also rated A-Secured and Smith Bros. “Excellent” on past performance. Bra-seth, Corwin, and Connie’s, however, re *611 ceived “Satisfactory” ratings on past performance. Id.

In a Memorandum of Negotiation explaining the award decisions, the Contracting Officer (CO) reviewed the TPEC’s ratings. Id. at 69-70. He noted that “although [Braseth, Corwin, and Connie’s] are separate companies, all three are owned by the same person, utilize the same personnel, and use each other’s[] trucks interchangeably.” Id. at 70. He observed that the TPEC assigned Bra-seth, Corwin, and Connie’s “Satisfactory” ratings because of “issues [in] the past two years [involving Connie’s performance] dealing with untimely invoicing, late deliveries, and having to reject a truck since it arrived at the cache full of junk.” Id. The CO agreed with the TPEC that “Connie’s satisfactory rating was appropriate due to the recent performance concerns.” Id. According to the CO, however, Braseth and Corwin “lacked recent past performance with the agency.” Id. The CO noted that, under FAR 15.305(a)(2)(iv), “an offeror without a record of relevant past performance ... may not be evaluated favorably or unfavorably on past performance.” Id. The CO ultimately left Braseth’s and Corwin’s satisfactory past performance ratings in place, though, because “it was considered a neutral rating.” Id.

Turning to price, the CO noted that Connie’s offered the lowest prices, followed by Braseth and Corwin. Id. at 74-75. A-Secured and Smith Bros, offered the highest prices. The variance between the high bid and the low bid, however, was “very tight.” Id. at 74.

Next, to determine the contract awards, the CO conducted a trade-off analysis. Id. at 74-75. “Keeping in mind the combination of past performance and proximity were considered of equal importance to price,” the CO recommended awarding contracts to A-Secured, Smith Bros., and Connie’s. Id. A-Secured and Smith Bros., though higher priced, were considered “reliable providers” who had “consistently met their delivery schedules,” and their prices were considered “competitive and reasonable.” Id. at 74. The CO also determined that Connie’s would be “suitable for award” because it was “lowest in price.” Id.

Braseth and Corwin were not recommended for an award. Id. at 75. In explaining this decision, the CO again noted that the TPEC had expressed “the same concerns with Corwin as it did with Connie[’]s” and had “identical concerns” for Braseth. Id. At the same time, however, the CO stated that Braseth and Corwin were each “considered a new company without a recent record of past performance.” Id. The CO made no attempt to reconcile these seemingly contradictory statements. See id. He then noted that Braseth’s and Corwin’s prices were higher than Connie’s, and not substantially lower than Smith Bros.’ or A-Secured’s. See id.

After the FS awarded the contracts, Bra-seth requested debriefing. See AR Tab 16. In a response letter, the CO explained that, “[y]our past performance was considered satisfactory overall, but several issues were noted during the evaluation.” AR Tab 18 at 180. As examples of these issues, the CO listed several incidents that allegedly occurred during Connie’s performance of its recent FS contract. Id. He did not restate the conclusion in the Memorandum of Negotiation that Braseth was considered a new company without a recent record of past performance. See id.

II. The Proceedings in This Court and On Remand to the Agency

A. Braseth’s Complaint and Motion for Judgment on the Administrative Record

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
126 Fed. Cl. 608, 2016 WL 1634891, Counsel Stack Legal Research, https://law.counselstack.com/opinion/braseth-trucking-llc-v-united-states-uscfc-2016.