Burroughs Corp. v. PURCHASE & PROPERTY DIV.
This text of 446 A.2d 533 (Burroughs Corp. v. PURCHASE & PROPERTY DIV.) is published on Counsel Stack Legal Research, covering New Jersey Superior Court Appellate Division primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.
Opinion
IN RE BURROUGHS CORPORATION PROTEST PROMIS PURCHASE RFP R01450. BURROUGHS CORPORATION, PETITIONER-APPELLANT,
v.
DIVISION OF PURCHASE AND PROPERTY, DEPARTMENT OF THE TREASURY, STATE OF NEW JERSEY, AND INTERNATIONAL BUSINESS MACHINES CORPORATION, RESPONDENTS.
Superior Court of New Jersey, Appellate Division.
*417 Before Judges MATTHEWS, PRESSLER and PETRELLA.
Cyrus J. Bloom argued the cause for appellant (Cyrus J. Bloom, attorney; Cyrus J. Bloom and James M. Cutler on the brief).
Joseph L. Yannotti, Deputy Attorney General, argued the cause for respondent Division of Purchase and Property (James R. Zazzali, Attorney General of New Jersey, attorney; Erminie L. Conley, Assistant Attorney General, of counsel, Joseph L. Yannotti on the brief).
Arthur Meisel argued the cause for respondent International Business Machines Corporation (Jamieson, McCardell, Moore, Peskin & Spicer, attorneys; Douglas G. Sanborn on the brief, Arthur Meisel of counsel and on the brief).
PETRELLA, J.A.D.
Burroughs Corporation appeals from the final determination of the Acting Director of the Division of Purchase and Property (Division) which awarded a contract for a data processing system and related support services to International Business Machines Corporation (IBM). The Division had solicited Requests for Proposals (RFP) for the acquisition of data processing equipment to implement a statewide Prosecutor's Management Information System known as PROMIS.
The complex nature of the proposal, as well as the marked differences among vendors in individual computer "hardware" and "software" characteristics and components, resulted in the RFP not requiring particular items of equipment. Rather, vendors were requested to propose a system that could meet the *418 overall objective and functional requirements of PROMIS. The RFP did detail specific minimum computer hardware and software requirements. However, other sections of the RFP clearly indicated that deviations from these requirements, if explained or justified, would be permissible. For instance, § 5.2 under "Vendors Proposal" specified that each bidder submit a "Proposal Overview" as follows:
This section will give a summary of the vendor's approach to fulfill the requirements in this RFP. The vendor will emphasize the rationale for the particular solution being proposed, and the unique advantage of the hardware and software selected. This section must be concise, factual, and directed at giving a quick overview of the proposal.
If the vendor's proposal does not meet all the minimum terms and conditions of the RFP or specifications, each such deviation must be listed in this section together with the vendor's explanation for the deviation. Failure to comply fully with this requirement will result in the vendor being penalized or possibly disqualified during the evaluation.
Certain factors to be considered by a "Technical Evaluation Committee" (committee) for each proposal were set forth in § 7.1 of the RFP. Conformance to the hardware and software requirements in the RFP would be used in the evaluation, but exact conformance was not specified as requisite to the acceptance of the bid. The Division was authorized to award the contract in whole or in part to the vendor "best meeting specifications and conditions." The technical evaluation criteria, in addition to considering the proposal with respect to the RFP requirements, also took into account available support service, knowledge and familiarity of the vendor with similar applications; "performance of vendor's hardware, software and personnel in the functional benchmark test"; "completeness of the vendor's proposal to the RFP" and "recommendations by the vendor that will benefit the State of New Jersey." Bidder's worksheets also sought responses regarding overall system characteristics and required bidders "to identify system characteristics that exceed or fail to meet specifications or requirements."
*419 After the RFP was distributed to numerous vendors a bidder's conference was held at which representatives of 26 companies[1] participated. Subsequent to that meeting an "Additions/Clarifications to the Request for Proposal" was issued. This addendum reflects that deviations from the specifications would not disqualify the bid. Thus, item 5 stated that proposals would be accepted "from vendors which they feel best satisfy the specifications contained in the RFP."
Item 31 of the addendum indicated that deviations from the referenced software standards "must be fully supported by the vendor and the vendor should indicate their [sic] software solutions and approaches in the future."
Item 35 further explained:
The items listed in the hardware and software requirements area are considered mandatory items except where indicated by an asterisk. Those items are considered optional items. The State is looking for the most comprehensive response to all requirements and pricing for the various alternatives possible in a solicitation of this type. Bidders' proposals should detail those items which the vendor feels are not directly addressed by their proposal and should indicate what their solution is to handle the function intended in the requirement. All these items will be evaluated....
Significantly, item 62 of this addendum modified the second paragraph of § 5.1 of the RFP. It changed the requirement that all instructions, terms and conditions in the specifications and bid forms "must be met in order to qualify for consideration of award," by deleting the quoted phrase. The original provision was made precatory, rather than mandatory, when it was changed to read: "All instructions, terms and conditions contained on the Advertised Bid Proposal Form (PB5A), and subsequent revisions, should be met and will be considered in the evaluation." (Emphasis supplied).
Burroughs and IBM were among the five vendors who thereafter submitted timely proposals. These proposals were reviewed by the committee which consisted of representatives of *420 the Division, the Division of Systems and Communications, Division of Criminal Justice and the Administrative Office of the Courts. This committee then sought clarifications and additional information by way of written questions sent to each bidding vendor. One of these vendors then requested that its bid be withdrawn from consideration. The committee continued its evaluation on the remaining vendors and found that all "had areas where they did not specifically meet the needs of the State." The committee continued to consider all the proposals "in accordance with item numbers 35 and 62 of the Additions/Clarifications that were sent to each participating vendor." The committee then invited the remaining vendors to participate in a benchmark demonstration of their equipment. After the demonstration the committee issued its final report and unanimously recommended that the contract be awarded to IBM because its proposal was "the most responsive to the State's needs" and was "the most cost-effective."
Thereafter, the Acting Director announced his intention to award the contract to IBM. He gave Burroughs an opportunity to be heard and personally listened to testimony over eight hearing days. The Acting Director then reaffirmed his initial determination and awarded the contract to IBM.
Free access — add to your briefcase to read the full text and ask questions with AI
Related
Cite This Page — Counsel Stack
446 A.2d 533, 184 N.J. Super. 416, Counsel Stack Legal Research, https://law.counselstack.com/opinion/burroughs-corp-v-purchase-property-div-njsuperctappdiv-1981.