Chugach Range and Facilities Services Jv, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedDecember 19, 2024
Docket24-207
StatusPublished

This text of Chugach Range and Facilities Services Jv, LLC v. United States (Chugach Range and Facilities Services Jv, 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
Chugach Range and Facilities Services Jv, LLC v. United States, (uscfc 2024).

Opinion

In the United States Court of Federal Claims No. 24-207 (Filed Under Seal: December 2, 2024) Reissued: December 19, 20241

) CHUGACH RANGE AND FACILITIES ) SERVICES JV, LLC, ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) AKIMA FACILITIES OPERATIONS, ) LLC, ) ) Defendant-Intervenor. ) )

Douglas L. Patin, Bradley Arant Boult Cummings LLP, Washington, D.C., for plaintiff.

James W. Poirier, U.S. Department of Justice, Civil Division, Washington, D.C., for defendant.

C. Peter Dungan, Miles & Stockbridge, PC, Washington, D.C., for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest comes before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, Chugach Range and Facilities Services JV, LLC (“Chugach”), challenges the award of Contract No. W9124P-2-C-0012 (the “Contract”) to defendant-intervenor, Akima Facilities Operations, LLC (“Akima”), by the U.S. Department of the Army Contracting Command – Redstone Arsenal (the “Army” or “Agency”) for Installation Support Services (“ISS”) issued under Request for Proposals No. W9124P-20-R-0007 (the “Solicitation”). See Plaintiff’s Second Amended Compliant at 1–3, ECF No. 74 [hereinafter Am.

1 An unredacted version of this opinion was issued under seal on December 2, 2024. The parties responded to the Court’s call for redactions, and this decision reflects the Court’s ruling on plaintiff’s proposed redactions. Compl.]; see also Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 60 [hereinafter Pl.’s MJAR]. Chugach is a joint venture between Chugach Consolidated Solutions, LLC, and Wolf Creek Federal Services, Inc. (“Wolf Creek”). AR 1484–86. Wolf Creek was the incumbent contractor for the ISS contract at the Redstone Arsenal for roughly ten years. AR 1490.

In the current procurement, Chugach mainly argues that the Agency engaged in misleading discussions, causing Chugach to revise its proposal in such a way that its final proposal became ineligible for award. Id. at 12–19. Chugach makes a handful of other arguments, all related to the Agency’s purported irrational evaluation of proposals throughout the procurement. See id. at 12–36. In response, defendant, the United States, argues that the Agency treated Chugach fairly during discussions and evaluated the proposals reasonably, including its determination that Chugach’s proposal was ineligible for award because Chugach proposed a different scope of work than that stated in the Solicitation. Defendant’s Cross-Motion for Judgment on the Administrative Record at 28–37 [hereinafter Def.’s CMJAR].

For the reasons set forth below, the Court grants defendant and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record and denies plaintiff’s Motion for Judgment on the Administrative Record.

I. Background

History seldom repeats itself, but it often rhymes. The factual background of this procurement sounds like many others—full of solicitation amendments, multiple rounds of proposal revisions, and several protests before the U.S. Government Accountability Office (“GAO”). Rather than repeat the history of this procurement in full, the Court only draws out the facts relevant to the instant protest.

A. The Solicitation

On July 31, 2020, the Agency issued the Solicitation for Installation Support Services for the U.S. Army Garrison-Redstone located on the Redstone Arsenal in Northern Alabama. Administrative Record 138, ECF Nos. 38–48 [hereinafter AR]. The Agency “provides a wide range of Installation Support Services (ISS) that represent an estimated 30,000 service calls per year to the estimated 20,000 facilities on Redstone Arsenal.” Id. The Solicitation sought to procure recurring support services, like facilities maintenance, HVAC services, landfill operations, and pavement clearance operations, among others, to support exponential growth at the Redstone Arsenal. Id. The Agency issued the Solicitation as a total set-aside under the Small Business Administration’s 8(a) program. AR 11186. The Solicitation contemplated a ten- year period of performance consisting of a one-year base period and nine one-year option periods. Id.; see also AR 14129. In total, the Agency amended the Solicitation nine times, see AR 931, 1116, 1259, 1398, 1400, 1402, 11009, 13875, 14228, with the most relevant and substantial changes in Solicitation Amendment 0007, see AR 11009, which embodied the

-2- Agency’s corrective action following a GAO protest. The following discussion summarizes the Solicitation related to Amendments 0007–0009.

i. Solicitation Instructions

The Solicitation required offerors to submit proposals comprised of three factors: Factor 1 – Specialized Experience; Factor 2 – Technical Approach; and Factor 3 – Price. AR 14120– 36. Factor 1 – Specialized Experience is not at issue in this protest. Factor 2 – Technical Approach contained three subfactors: Subfactor 1: Technical Suitability; Subfactor 2: Preventative Maintenance; and Subfactor 3: Management Capability. AR 14123. Subfactor 3 (Management Capability) is not at issue in this protest, but both Subfactor 2 (Preventative Maintenance) and Subfactor 1 (Technical Suitability) are.

For Subfactor 1: Technical Suitability, the Solicitation required offerors to submit staffing plans for handling urgent and critical engineering services called “Demand Maintenance Orders,” which required rapid responses, ranging from one hour to the next day by noon. AR 337–38. Also, for Subfactor 1, the Solicitation stated that offerors must “provide a narrative for the rationale and justification for how the staffing plan was developed” and that “[a]ll staffing efficiencies and cost benefits for the staffing plan shall be fully explained . . . .” AR 11181. Offerors were also required to have 35 dedicated employees at 22 sites for Subfactor 1. AR 363; AR 456; AR 13761; AR 13809.

For Subfactor 2: Preventative Maintenance, the Solicitation required offerors to submit plans for handling the more prescheduled and less urgent “Preventative Maintenance Orders,” which required responses ranging from five to thirty days. AR 340. Also, for Subfactor 2, the Solicitation informed offerors that the historical preventative maintenance data it provided was estimated to be around 70% of the level of effort required for this contract. AR 1430, 1441. The Solicitation also identified several requirements for offerors’ plans for meeting the Preventative Maintenance requirements in the Solicitation, such as describing and justifying Preventative Maintenance staffing assets and equipment, how offerors will manage preventative maintenance orders, and how offerors’ Preventative Maintenance plans will affect total program performance, with specific reference to the demand maintenance program. AR 11182. The Solicitation also stated that the Preventative Maintenance plan must be “completed and fully operational . . . no later than 90 days after contract start date.” AR 341.

For both Subfactors 1 and 2, the Solicitation cautioned offerors to support claims in their proposals with “sufficient details to permit a complete and accurate evaluation of each proposal” because unsupported “[s]tatements that the offeror understands, can, or will comply with the [Performance Work Statement] and phrases such as . . . ‘well know[n] techniques will be used’ . . . will be considered unacceptable.” AR 670.

-3- ii. Solicitation Evaluation Criteria

The Solicitation stated that the Agency would select the source that provided the best value in accordance with Federal Acquisition Regulation (“FAR”) 15.3. AR 14136.

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
Caci, Inc.-Federal v. The United States
719 F.2d 1567 (Federal Circuit, 1983)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Raytheon Company v. United States
809 F.3d 590 (Federal Circuit, 2015)
Caddell Construction Company v. United States
125 Fed. Cl. 30 (Federal Claims, 2016)
Greenland Contractors I/S v. United States
131 Fed. Cl. 216 (Federal Claims, 2017)
System Studies & Simulation v. United States
22 F.4th 994 (Federal Circuit, 2021)
Dynacs Engineering Co. v. United States
48 Fed. Cl. 124 (Federal Claims, 2000)
Wit Associates, Inc. v. United States
62 Fed. Cl. 657 (Federal Claims, 2004)
EP Productions, Inc. v. United States
63 Fed. Cl. 220 (Federal Claims, 2004)
Benchmade Knife Co. v. United States
79 Fed. Cl. 731 (Federal Claims, 2007)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
Tin Mills Properties, LLC v. United States
82 Fed. Cl. 584 (Federal Claims, 2008)
Ashbritt, Inc. v. United States
87 Fed. Cl. 344 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
Chugach Range and Facilities Services Jv, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/chugach-range-and-facilities-services-jv-llc-v-united-states-uscfc-2024.