Call Henry, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJuly 10, 2014
Docket1:14-cv-00151
StatusUnpublished

This text of Call Henry, Inc. v. United States (Call Henry, 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
Call Henry, Inc. v. United States, (uscfc 2014).

Opinion

In the United States Court of Federal Claims No. 14-151C (Filed: July 10, 2014)1

************************************ * CALL HENRY, INC., * * Plaintiff, * * v. * * THE UNITED STATES, * * Defendant, * * WOLF CREEK FEDERAL SERVICES, * INC., * * Intervenor-Defendant. * * *************************************

OPINION AND ORDER

This post-award bid protest action was filed by Plaintiff, Call Henry, Inc. (“CHI”), on February 25, 2014, challenging the United States’ (the “Government’s”) decision, via the National Aeronautics and Space Administration (“NASA”), to award an operation and maintenance contract for a NASA facility to Intervenor-Defendant, Wolf Creek Federal Services, Inc. (“Wolf Creek”). Also on February 25, 2014, Wolf Creek moved to intervene. The Court granted Wolf Creek’s motion the following day.

On March 6, 2014, the Court granted CHI’s motion for preliminary injunction and established a briefing schedule for the parties’ cross-motions for judgment on the administrative record. Those cross-motions are now pending before the Court.

CHI argues essentially that Wolf Creek’s proposal violated certain express terms contained in the Request for Proposals (“RFP”) and that such violation was obvious on the face of the proposal. As is described in more detail below, the Court concludes that Wolf Creek’s proposal did not violate any requirements of the RFP, such that NASA’s award decision is upheld. Therefore, CHI’s motion is DENIED and the motions of the Government and Wolf Creek are GRANTED. 1 This Opinion was originally filed under seal on June 10, 2014, with instructions for the parties to confer and inform the Court of any redactions they believed necessary. On June 12, 2014, the parties informed the Court that no redactions were necessary. 1 I. Background

A. Facts

On May 7, 2013, NASA issued RFP No. NNC13ZFD017J (the “RFP”). The RFP requested proposals for “facilities operations, repair and maintenance” (“FORM II”) services and duties at NASA’s Glenn Research Center (“GRC”). AR 281. The RFP was divided into a two-month phase-in period, a 10-month “Contract Year 1,” a 12-month “Contract Year 2,” three one-year option periods (Contract Years 3-5) and a final 6- month option (“Contract Year 6”). See AR 8402.

The work to be performed under the RFP includes Base Work and Indefinite Delivery/Indefinite Quantity (IDIQ) work, both of which are fixed price. Id. All told, the Base Work formed the majority of the cost. The Independent Government Cost Estimate (“IGCE”) estimated that Base Work comprised approximately 75% of the total contract price. AR 49. For both types of work, the Statement of Work (“SOW”) requires the contractor to provide “labor, supervision, tools, materials, equipment, transportation, and management…” AR 282.

The SOW separated the total work into fifteen functional areas, each of which was further divided. See AR 283, 403-406. For example, SOW Section C.18 describes the work related to Heat, Ventilation and Air Conditioning (“HVAC”). AR 5821. The HVAC category is further subdivided into twenty duties, like “Air Handling Unit Annual [Preventative Maintenance]” or “Humidification [Preventative Maintenance].” Id. These categories are further divided into specific required tasks. For the Air Handling Unit Annual example, these tasks include, among other things, replacing pre-filters, lubricating bearings and checking fan belt tension. AR 5828. Each duty was assigned a “quantity” and “annual qty” value. See AR 403-406. The quantity number refers to the number of units which require service while the annual quantity refers to the number of service repetitions to be performed annually. Returning to the Air Handling Unit Annual example, both numbers are 260, indicating that there are 260 air handling units which are each to be serviced once per year. Not all quantity and annual quantity numbers are equal, however. An example of this is the “Condensing Unit Semi-Annual [Preventative Maintenance]” duty, which has a quantity of 77 and an annual quantity of 154. In other words, all 77 units are to be serviced twice per year. The specific repetition numbers stated in the RFP are the foundation of CHI’s protest.

The RFP required that all offerors submit their base prices on a worksheet. The first several pages of the worksheet require annual price breakdowns per task (“Base Work Pricing Breakdown”). See AR 5698-5701. The Base Work Pricing Breakdown expressly included the same quantity and annual quantity numbers as the SOW. In other words, the Air Handling Unit Annual Preventative Maintenance duty required offerors to submit their prices for the specified annual quantity (e.g., 260) for each contract year, one through six. Then, the worksheet also required offerors to submit the total annual price for each functional area. See AR 5702-5704.

2 In addition to the work pricing, the RFP required offerors to complete a “Labor Category Pricing” form. This form was used to specify the fully-burdened rate per hour for various trades required to perform the work required by the RFP. AR 5706. These rates are ceiling labor rates for any IDIQ work. AR 258. For example, Wolf Creek’s Labor Category Pricing form includes hourly rates for HVAC Mechanics, Carpenters, and Painters. AR 9468.

The RFP stated the following factors would be used to evaluate offers: (1) Mission Suitability, (2) Price, and (3) Relevant Experience and Past Performance. The Price factor was the most important; the other two, which were weighted “approximately equal to” each other, were together “approximately equal to Price.” AR 8494. This, naturally, means that the Price factor comprised approximately 50% of NASA’s consideration while the other two comprised approximately 25% each. Wolf Creek and CHI received equal Past Performance ratings. Out of a total of 1,000 possible points for Mission Suitability, CHI received a score of 577 while Wolf Creek received a score of 750. Neither the Past Performance nor the Mission Suitability ratings are challenged in this protest. Instead, CHI challenges NASA’s determinations regarding the price factor. As for price, the parties’ total bids were approximately equal, with Wolf Creek bidding $55,257,898 and CHI bidding $55,181,849. Both of these numbers are slightly higher than the IGCE estimate of $52,386,377.

B. GAO Protest

After considering all of the proposals, NASA determined that Wolf Creek’s proposal represented the best value to the Government. Disgruntled, CHI filed a protest at the GAO. Initially, CHI challenged only NASA’s Mission Suitability rating. However, after receiving the agency’s record, CHI filed a supplemental challenge wherein it argued that Wolf Creek’s proposal violated the pricing rules of the RFP. Because the majority of the GAO’s decision was based on the Mission Suitability protest, nothing further needs to be said of the GAO protest save that here, CHI only challenges Wolf Creek’s pricing and NASA’s understanding of Wolf Creek’s pricing information. It does not challenge the Mission Suitability rating.

II. Legal Standards

The Administrative Procedure Act (“APA”) sets the proper standard of review in bid protest actions. See Banknote Corp. v. Am., Inc. v. United States, 365 F.3d 1345, 1350-51 (Fed. Cir. 2004). Under the APA, this Court reviews the record in post-award bid protests to determine whether the agency’s award decision was arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with the law. 5 U.S.C. § 706(2)(A).

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
Call Henry, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/call-henry-inc-v-united-states-uscfc-2014.