Clarke Health Care Products, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 10, 2020
Docket20-413
StatusPublished

This text of Clarke Health Care Products, Inc. v. United States (Clarke Health Care Products, 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
Clarke Health Care Products, Inc. v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 20-413C

(E-Filed: August 10, 2020) 1

) CLARKE HEALTH CARE ) PRODUCTS, INC., ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) Motions for Judgment on the and ) Administrative Record; Corrective ) Action Standard of Review; Agency ARMSTRONG MEDICAL SUPPLY ) Remand. GROUP, LLC, ) ) Intervenor-defendant, ) ) and ) ) CONGRESSIONAL MEDICAL ) SUPPLY, LLC, ) ) Intervenor-defendant. ) )

Julie M. Nichols, McLean, VA, for plaintiff. James S. Phillips, McLean, VA, of counsel.

Joshua A. Mandlebaum, Trial Attorney, with whom appeared Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, and L. Misha Preheim, Assistant

1 This opinion was issued under seal on August 5, 2020, ECF No. 34. The parties were invited to identify source selection, propriety or confidential material subject to deletion on the basis that the material is protected/privileged. No redactions were proposed by the parties. See ECF 38 (notice). Thus, the sealed and public versions of this opinion are identical, except for the publication date and this footnote. Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, for defendant. Jason A.M. Fragoso, United States Department of Veterans Affairs, of counsel.

Jon W. Burd, Washington, DC, for intervenor-defendants. Kendra P. Norwood and Nicole E. Giles, of counsel.

OPINION

CAMPBELL-SMITH, Judge.

Plaintiff filed this bid protest to challenge the corrective action taken by the Department of Veterans Affairs (VA). After the VA made a contract award to plaintiff for the purchase of medical equipment, the two parties who have joined this case as intervenor-defendants filed protest actions before the Government Accountability Office (GAO). In response to those GAO protests, the VA terminated the contract awarded to plaintiff for convenience and announced plans to “‘revalidate[e] the [solicitation] requirement, and issu[e] a new solicitation consistent with the agency’s findings upon revalidation.’” ECF No. 1 at 2 (quoting the GAO Decision for protests B-417469.2 and B-417469.3). Now before the court are the parties’ cross-motions for judgment on the administrative record (AR).

In ruling on these motions, the court has considered the following: (1) plaintiff’s complaint, ECF No. 1; (2) the AR, ECF No. 25; (3) plaintiff’s motion for judgment on the AR and memorandum in support, ECF No. 26; (4) defendant’s cross-motion for judgment on the AR and response to plaintiff’s motion for judgment on the AR, ECF No. 27; (5) intervenor-defendants’ cross-motion for judgment on the AR and response to plaintiff’s motion for judgment on the AR, ECF No. 28; (6) plaintiff’s response to defendant’s and intervenor-defendants’ cross-motions for judgment on the AR and reply in support of its motion for judgment on the AR, ECF No. 29; (7) intervenor-defendants’ reply in support of their motion for judgment on the AR, ECF No. 30; and (8) defendant’s reply in support of its cross-motion for judgment on the AR, ECF No. 31.

For the reasons set forth below, this matter is REMANDED to the VA, and the parties’ motions are DENIED.

I. Background

Plaintiff challenges the corrective action taken by the VA after protests were filed by intervenor-defendants at the GAO challenging the agency’s contract award to plaintiff. See ECF No. 1. In summary, plaintiff contends that nothing in the GAO protests “challenged the Solicitation’s requirements or sought relief in the form of revalidation of the requirements. Notwithstanding, the VA’s proposed corrective action is to cancel [plaintiff’s] Contract, revalidate the requirements, and issue a brand new solicitation.” Id. 2 at 11, 13 (footnotes and paragraph numbers omitted). Thus, plaintiff argues, “[t]he proposed corrective action is not rationally related in any way to the protest grounds set forth” and should not be permitted. Id.

A. Solicitation Number 36C10G18R0123

The procurement process at issue in this case began in 2018, when the VA issued solicitation number 36C10G18R0123 (the solicitation) seeking proposals for the award of an indefinite delivery indefinite quantity contract for each of five categories of walkers. See ECF No. 25 at 1, 9-13. Proposals were to be submitted to the VA in August 2018, and were to be evaluated for best value through a multi-step process. See id. at 1, 171; ECF No. 25-4 at 583-84 (Source Selection Evaluation Plan). First, the VA was to review the offerors’ technical proposals. See ECF No. 25-4 at 583. Second, for those offers determined to be technically acceptable, the VA was to perform a physical evaluation. See id. at 583-84. And third, for those offers that satisfied both phase one and phase two of the process, the VA was to evaluate past performance, socioeconomic considerations, and price. See id. at 584.

The solicitation described the phase one evaluation as a product literature evaluation meant to determine “whether the proposed Walkers meet the [requirements] and are thus considered acceptable for the physical evaluation.” Id. at 583. If the proposed items could not “meet [the requirements] or technical literature is not provided including warranty, , [sic] order form; letter of supply; authorized distributor letter (if applicable); and acknowledgment of physical evaluation (if selected),” then the proposal would be eliminated as non-responsive. ECF No. 25 at 173.

Those proposals that reached phase two scrutiny were to have their products physically evaluated to “determine the extent [of] the features and functions of the proposed walker’s safety, stability and durability.” Id. Safety was to be rated as either pass or fail, and the products were to be rated as excellent, good, acceptable, or unacceptable. Id.; ECF No. 25-4 at 594. If the products presented had “cosmetic, structural, or design differences other than what was proposed” or “clearly [did] not meet minimum requirements, as revealed by technical literature review,” they would be eliminated in phase two. ECF No. 25 at 173-74; ECF No. 25-4 at 584.

In phase three of the evaluation, the VA rated offerors’ performance risk on a scale of low risk, moderate risk, high risk, and neutral risk, and gave credit for socioeconomic considerations as full credit, partial credit, some credit, and no credit. See ECF No. 25-4 at 595. The VA also considered price but did not evaluate it adjectivally. See id. The contracts were to be awarded in response to those offers that demonstrated the best value considering the following non-price factors “in descending order of importance”: “1. Technical Capability; 2. Past Performance; and 3. Socio-Economic Considerations.” ECF No. 25 at 171. The agency also planned to consider price, but the “non-price factors when combined are significantly more important than price.” Id.

3 B. Proposal Evaluation and Protests

After the proposals were submitted on August 10, 2018, the VA conducted a phase one and phase two evaluation of the proposals. Two offerors protested in April 2019 the VA’s phase two evaluation after their elimination during phase two. See ECF No. 25-6 at 9-55 (Veteran’s Medical Supply, Inc. GAO protest documents), 56-185 (agency-level protest filed by Armstrong Medical Supply Group, LLC). These protests prompted the VA to issue a corrective action that involved re-evaluating the proposals under phase two. See id. at 12-16. After re-evaluation, the VA awarded, on February 14, 2020, a contract for each of the five desired categories for walkers, including the award of contract number 36C10G20D0015 to plaintiff. See ECF No. 25-5 at 209-10 (Award Decision Memorandum); 300-02 (Corrected Award Decision Memorandum); 505 (notice of award to plaintiff).

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Dell Federal Systems, L.P. v. United States
133 Fed. Cl. 92 (Federal Claims, 2017)
Dell Federal Systems, L.P. v. United States
906 F.3d 982 (Federal Circuit, 2018)
Cybertech Group, Inc. v. United States
48 Fed. Cl. 638 (Federal Claims, 2001)
Crassociates, Inc. v. United States
95 Fed. Cl. 357 (Federal Claims, 2010)
Jacobs Technology Inc. v. United States
100 Fed. Cl. 186 (Federal Claims, 2011)
Jacobs Technology Inc. v. United States
100 Fed. Cl. 198 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
Clarke Health Care Products, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/clarke-health-care-products-inc-v-united-states-uscfc-2020.