Brooks Range Contract Services, Inc. v. United States

101 Fed. Cl. 699, 2011 U.S. Claims LEXIS 2437, 2011 WL 6962751
CourtUnited States Court of Federal Claims
DecidedDecember 19, 2011
DocketNo. 11-700 C
StatusPublished
Cited by37 cases

This text of 101 Fed. Cl. 699 (Brooks Range Contract Services, 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
Brooks Range Contract Services, Inc. v. United States, 101 Fed. Cl. 699, 2011 U.S. Claims LEXIS 2437, 2011 WL 6962751 (uscfc 2011).

Opinion

OPINION

HEWITT, Chief Judge.

This is a post-award bid protest brought by plaintiff Brooks Range Contract Services, Inc. (Brooks Range or plaintiff). Plaintiff challenges the award of a contract for building management services at two federal buildings in Colorado to defendant-interve-nors Urban Services Group, Inc. and Meridian Management Corporation (Urban and Meridian or intervenors). See generally Compl.

Before the court are plaintiffs Verified Complaint for Declaratory and Injunctive Relief (Complaint or Compl.), Docket Number (Dkt. No.) 1, filed October 24, 2011; Plaintiffs Motion for Judgment upon the Administrative Record, Dkt. No. 26, attached to which is Plaintiffs Memorandum in Support of Motion for Judgment upon Administrative Record (plaintiffs Memorandum or Pl.’s Mem.), Dkt. No. 26-1, filed November 8, 2011; Defendant’s Motion to Dismiss, Cross-Motion for Judgment upon the Administrative Record, and Response to Plaintiffs Motion for Judgment upon the Administrative Record (defendant’s Combined Motion or Defi’s Combined Mot.), Dkt. No. 27, filed November 15, 2011; Intervenors’ Cross-Motion for Judgment on the Administrative Record (intervenors’ Cross-Motion or Ints.’ Cross-Mot.), Dkt. No. 28, filed November 15, 2011; Plaintiffs Response to Defendant’s and Intervenor[s’] Motion for Jud[g]ment on the Administrative Record (plaintiffs Response or Pl.’s Resp.), Dkt. No. 29, filed November 18, 2011; Defendant’s Reply in Support of Its Motion to Dismiss and Motion for Judgment upon the Administrative Record (Def.’s Reply), Dkt. No. 30, filed November 21, 2011; and Intervenors’ Reply to Plaintiffs Response to Defendant’s and In-tervenors’ Motion for Judgment on the Administrative Record (Ints.’ Reply), Dkt. No. 31, filed November 21, 2011.

Defendant filed the Administrative Record (AR), Dkt. No. 23, on November 1, 2011. The parties completed briefing on November 21, 2011 and the court held oral argument on the motions telephonically on Tuesday, November 22, 2011 at 11:00 a.m. Eastern Standard Time.2 See Order of Oct. 24, 2011, Dkt. No. 14, at 2.

[702]*702I. Background

A. Sources Sought Announcement and Solicitation

On May 5, 2011, the General Services Administration (GSA or the agency) issued Solicitation No. GS-08P-11-JB-C-0028 (Solicitation) for building operations and maintenance, custodial and groundskeeping services at the David Skaggs Research Center in Boulder, Colorado, and the Fort Collins Federal Office Building in Fort Collins, Colorado. AR Tab 3A (Solicitation) 19. The Solicitation required offerors to submit proposals by June 8, 2011. Id. at 24.

The original Solicitation was limited to FSS 03FAC schedule holders. Before issuing the Solicitation, GSA issued a “Sources Sought” announcement on eBuy, see AR Tab 17 (Apr. 20, 2011 Note to File) 383, for operations and maintenance, custodial services, and groundskeeping services at two federal facilities in Colorado, AR Tab 15 (Sources Sought Announcement) 372. The Announcement stated, “This procurement will be open only to companies currently on contract under GSA FSS Schedule 03FAC/811 002 Complete Facilities Maintenance. Solicitation packages will be made available only to qualified companies that have responded to this Sources Sought Synopsis.” Id.3

Twenty-five companies responded to the Sources Sought announcement. AR Tab 17 (Apr. 20, 2011 Note to File) 383. Plaintiff and defendant-intervenors were among eleven contractors selected by the government to receive requests for proposals. Id.

Proposals were to be evaluated on a best-value basis. AR Tab 3A (Solicitation) 24. The original Solicitation required the evaluation of three factors: price, technical capabilities and past performance. Id. The Solicitation stated:

Price is of the single greatest importance. Technical Capabilities is weighted significantly more important than Past Performance. Technical Capabilities and Past Performance factors, when combined, are weighted slightly more important than Price. Using this criteria, award will be made to the Offeror having the highest combined Technical Capabilities and Past Performance rating possible representing the best value when compared to any lower priced offeror.

Id.

B. Amendments 001 and 002

Prior to the submission deadline of June 8, 2011, GSA issued two amendments to the Solicitation, Amendment 001 and Amendment 002. AR Tab 3B (Amendment 001); AR Tab 3C (Amendment 002). Amendment 001 added “small business status” to the proposal evaluation factors and changed the description of how the non-price factors are to be weighted. AR Tab 3B (Amendment 001) 215. The amended description stated, “Proposals will be evaluated on Price, Technical Capabilities, Small Business Status, and Past Performance. Small Business Status is equal in weighting to Past Performance. Technical Capabilities is weighted approximately twice as important as either Small Business Status or Past Performance. Non-price factors, when combined, are more important than price.” Id.

Amendment 002 incorporated a question- and-answer exchange with offerors. AR Tab 3C (Amendment 002) 218 (“Contract Questions and Answers ... is incorporated into the solicitation”). The questions and answers included an exchange regarding joint ventures. AR Tab 3C (Amendment 002) 230. Question 87, reflecting an inquiry by Urban and Meridian about submitting a proposal as a joint venture, AR Tab 28 (May 17, 2011 email exchange between Tannis Taylor and Cheryl Ansaldi) 1484, asked, “Can a large business schedule holder form a joint venture with a small business schedule holder and [703]*703receive small business evaluation credit?”, AR Tab 3C (Amendment 002) 230. The answer stated, “A joint venture would have to be considered a separate legal entity. Even if both parties were on Schedule, the joint venture itself, would not be considered a Schedule holder.” Id. The answer noted, however, that “a large business schedule holder may form a Contractor Teaming Agreement [ (CTA or Teaming Agreement) ] with a qualified small business schedule holder and receive the small business evaluation credit.” Id.

C. GSA Guidance on CTAs

The GSA website provides guidance regarding CTAs. One GSA webpage titled “Schedule 03FAC User FAQ” explains “A GSA Schedule Contractor Team Arrangement (CTA) is an arrangement between two or more GSA Schedule contractors to work together to meet agency requirements.” AR Tab 31 (GSA Online Guidance) at 280, available at http://www.gsa.gov/portal/contenV 230689. The GSA webpage explains that the CTA documents are “solely between the team members,” and that “GSA strongly encourages the submission of the CTA document in response to a Request for Quotation (RFQ), so that an ordering activity may gain an understanding of how the arrangement will work, and may identify any areas of responsibility that may require clarification.” Id. at 287, available at http://www.gsa.gov/ portaVeontenV202257. GSA does not provide a sample GSA Schedule CTA; it is expected that CTA documents “will vary from one CTA document to another.” Id.

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

Related

Kelly v. United States
Federal Claims, 2025
ECC International Constructors, LLC
Armed Services Board of Contract Appeals, 2025
APTIM Federal Services, LLC
Armed Services Board of Contract Appeals, 2022
Gregory v. United States
Federal Claims, 2020
Senter, LLC v. United States
Federal Claims, 2018
Braseth Trucking, LLC v. United States
126 Fed. Cl. 608 (Federal Claims, 2016)
Constellation West, Inc. v. United States
125 Fed. Cl. 505 (Federal Claims, 2015)
Springfield Parcel C, LLC v. United States
124 Fed. Cl. 163 (Federal Claims, 2015)
Cyios Corporation v. United States
122 Fed. Cl. 726 (Federal Claims, 2015)
Visual Connections, LLC v. United States
120 Fed. Cl. 684 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
101 Fed. Cl. 699, 2011 U.S. Claims LEXIS 2437, 2011 WL 6962751, Counsel Stack Legal Research, https://law.counselstack.com/opinion/brooks-range-contract-services-inc-v-united-states-uscfc-2011.