Cgs-Spp Security Joint Venture v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 3, 2022
Docket21-2049
StatusPublished

This text of Cgs-Spp Security Joint Venture v. United States (Cgs-Spp Security Joint Venture 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
Cgs-Spp Security Joint Venture v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 21-2049C Filed: February 3, 2022* FOR PUBLICATION

CGS-SPP SECURITY JOINT VENTURE,

Plaintiff,

v.

UNITED STATES,

Defendant.

Robert Nichols, Nichols Liu LLP, Washington, D.C., for the plaintiff.

Joseph A. Pixley, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C.; John W. Cox, U.S. Department of State, of counsel, for the defendant.

MEMORANDUM OPINION

HERTLING, Judge

The plaintiff, CGS-SPP Security Joint Venture, protests the award by the U.S. Department of State (“State”) of a contract for local guard services at the U.S. Mission in Australia. The plaintiff has moved for judgment on the administrative record under Rule 52.1 of the Rules of the Court of Federal Claims (“RCFC”), arguing that State erred by failing to consider the plaintiff’s proposal. Before the submission deadline, the plaintiff had emailed its proposal to two of the contracting officers identified in the solicitation, but State did not open the emails or consider the plaintiff’s proposal.

The defendant has cross-moved for judgment on the administrative record. The defendant argues that the plaintiff has waived its objection because the solicitation contained a patent defect or ambiguity by not specifying to which official offerors were to email their proposals. In the alternative, the defendant argues that the solicitation was reasonably clear that

* Pursuant to the protective order in this case, the Court initially filed this opinion under seal on January 19, 2022 and directed the parties to propose redactions of confidential or proprietary information by February 2, 2022. (ECF 29.) The parties have jointly submitted to the Court a proposed redaction. (ECF 32.) The Court adopts that redaction, as reflected in this public version of the opinion. The redaction is denoted with three asterisks in square brackets, [* * *]. The Court also made one minor textual revision to improve clarity. the plaintiff was required to email its proposal to the official identified as the Contract Specialist in the solicitation. According to the defendant, because the plaintiff failed to send its proposal to the proper recipient, State’s failure to open and consider the plaintiff’s proposal was reasonable.

The Court agrees with the defendant that the solicitation contains some ambiguity regarding which official was the appropriate recipient for emailed proposals. Because that ambiguity is latent, however, the plaintiff’s objection is not waived. The plaintiff reasonably interpreted the solicitation to permit submission to the contracting officers designated in the RFP at the issuing government office.

The plaintiff’s motion for judgment on the administrative record is granted, and the defendant’s cross-motion for judgment on the administrative record is denied. The contract award is enjoined. State may either recompete the contract or revisit the proposals submitted in response to the original solicitation.

I. BACKGROUND

A. Solicitation

On December 2, 2020, State issued a negotiated request for proposals (“RFP”), solicitation number 19AQMM21R0036, seeking “a qualified Contractor to provide local guard services at the U.S. Mission Australia.” (AR 1 & 6.1) The period of performance was to be a one-year base period and four one-year option periods to be exercised at the government’s discretion. (AR 20.) Section M of the RFP provided that award would “be made to a responsive responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the technical requirements, (i.e., Lowest Price Technically Acceptable . . . ).” (AR 127.) The submission deadline was originally January 3, 2021, but State later amended the RFP to extend the deadline to January 10, 2021. (AR 474.)

The first page of the RFP, the Standard Form 33 (“SF-33”), identified the Office of Acquisition Management as the issuer.2 (AR 1.) The SF-33 designated Fabiola A. Bellevue as the contracting officer and directed offerors to email Nicholas Cloutier “for information.” (Id. (capitalization omitted).)

Section G.1 of the RFP, titled “DESIGNATION OF ADMINISTRATIVE CONTRACTING OFFICE,” provided the contact information of two officials at the Office of Acquisition Management. (AR 720 (capitalization and bold in original).) The first, Crystal

Citations to the administrative record (ECF 18, supplemented by ECF 21) are cited as “AR” 1

with the pagination reflected in that record as filed with the court.

The SF-33, titled “Solicitation, Offer, and Award,” is one of the prescribed forms for sealed 2

bidding and contracting by negotiation. FAR 53.214(c); FAR 53.215-1(c).

2 Sutliff, was identified as the Primary Contracting Officer, and the other, Nicholas Cloutier, was identified as the Authorized Department of State Contract Specialist:3

Primary Contracting Officer (CO): Crystal Sutliff, Contracting Officer Department of State Office of Acquisition Management A/OPE/AQM/DSCD/ATB 1800 N. Kent Street, 11th Floor Arlington, VA 22209 E-Mail: sutliffcm@state.gov Authorized Department of State Contract Specialist: Nicholas Cloutier, Contract Specialist Department of State Office of Acquisition Management A/OPE/AQM/DSCD/ATB 180 N. Kent Street, 11th Floor Arlington, VA 22209 E-Mail: cloutierns@state.gov

(Id. (bold in original).) Nicholas Cloutier was also the designated point of contact for offeror questions and clarifications. (AR 809.)

Section L.4 of the RFP, titled “Time, Place, and Submission of Offer,” provided the instructions for submitting proposals and designated email as the method of submission:

The Offeror shall assume full and total responsibility for ensuring electronic submission via email that its offer is received by: January 10, 2020 - 10:00 EASTERN STANDARD TIME (SEE BLOCK 9 OF THE SF-33). If an Offeror desires, it should contact Contract Specialist Nicholas Cloutier, at email (CloutierNS@state.gov) 48 hours in advance to notify of submission of offer.

(AR 809 (capitalization and bold in original).) The submission date, January 10, 2020, was a typographical error; the intended, correct date was January 10, 2021.

Section L.4 began a chain of cross-references ending in Item 7 of the SF-33. Block 9 of the SF-33, cross-referenced in Section L.4, provided that offers “will be received at the place specified in Item 8 . . . .” (AR 1.) Item 8 of the SF-33 provided, “ADDRESS OFFER TO (If

3 The defendant notes that at some point Mr. Cloutier was elevated from Contract Specialist to Contracting Officer, but the RFP was not amended to reflect the change. (ECF 22 at 7-8 n.4.)

3 other than Item 7),” and was otherwise blank. (Id. (capitalization in original).) Finally, Item 7 identified the issuing office and provided a physical mailing address at a post-office box:

OFFICE OF ACQUISITION MANAGEMENT (A/LM/AQM) PO BOX 9115, ROSSLYN STATION US DEPARTMENT OF STATE ARLINGTON, VA 22219

(Id. (capitalization in original).)

Item 7 did not identify any specific recipient for the proposals.

Aside from extending the submission deadline, the RFP’s amendments did not change the submission instructions in Section L.4 or the information on the SF-33. (See AR 1, 112, 809.)

B. Proposal Submissions and Award

Before the submission deadline on January 10, 2021, the plaintiff emailed its proposal to both contracting officers identified in the RFP, Fabiola Bellevue and Crystal Sutliff, and to another contracting officer at State not referenced in the RFP, Jonathan Elsasser.4 (AR 841-54.) On the cover page of each volume of its proposal, the plaintiff addressed its proposal to “Nicholas Cloutier, Contracting Officer,” but Mr.

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

Related

Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
LAI Services, Inc. v. Gates
573 F.3d 1306 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Rex Service Corp. v. United States
448 F.3d 1305 (Federal Circuit, 2006)
P.R. Burke Corp. v. United States
277 F.3d 1346 (Federal Circuit, 2002)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Comint Systems Corp. v. United States
700 F.3d 1377 (Federal Circuit, 2012)
Rollock Company v. United States
115 Fed. Cl. 317 (Federal Claims, 2014)
Palantir Usg, Inc. v. United States
129 Fed. Cl. 218 (Federal Claims, 2016)
Analytical & Research Technology, Inc. v. United States
42 Cont. Cas. Fed. 77,228 (Federal Claims, 1997)

Cite This Page — Counsel Stack

Bluebook (online)
Cgs-Spp Security Joint Venture v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cgs-spp-security-joint-venture-v-united-states-uscfc-2022.