Colonna's Shipyard, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 11, 2021
Docket20-1385
StatusPublished

This text of Colonna's Shipyard, Inc. v. United States (Colonna's Shipyard, 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
Colonna's Shipyard, Inc. v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1385 Filed: March 11, 2021 *

COLONNA’S SHIPYARD, INC.,

Plaintiff,

v.

UNITED STATES,

Defendant.

Yuki Haraguchi, Holmes Pittman & Haraguchi, LLP, Chester, MD, for the plaintiff; Chidinma Okogbue, Holmes Pittman & Haraguchi, LLP, Chester, MD, of counsel.

Amanda L. Tantum, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C., for the defendant; James M. Metcalfe, Counsel, and W. Ryan James, Assistant Counsel, Norfolk Naval Shipyard, Norfolk, VA, of counsel.

AMENDED MEMORANDUM OPINION

HERTLING, Judge

In this post-award bid protest, the plaintiff, Colonna’s Shipyard, Inc. (“Colonna’s”), challenges the award of a contract to overhaul and inspect a 100-ton floating crane barge located at the Norfolk Naval Shipyard to the awardee, Lyon Shipyard, Inc. (“Lyon”). The plaintiff contends that the defendant, the United States, acting through the Department of the Navy (“Navy”), conducted its review of proposals in a manner that was arbitrary and capricious and violated the covenant of good faith and fair dealing. Colonna’s petitions this Court to set aside the award to Lyon and have the Navy conduct anew the procurement. The plaintiff also seeks to recover its bid preparation and proposal costs.

* This memorandum opinion was filed under seal on February 17, 2021, and the parties were directed to propose redactions by March 5, 2021. On March 4, 2021, the Court sua sponte amended the memorandum opinion to account for a decision of the Court of Appeals for the Federal Circuit issued that date and directed the parties to file proposed redactions to the amended memorandum opinion by March 10, 2021. The parties did not propose any redactions but did propose the correction of a typographical error. The Court hereby releases publicly the amended memorandum opinion of March 4 in full, with the typographical error noted by the parties corrected. The parties have cross-moved for judgment on the administrative record under Rule 52.1 of the Rules of the Court of Federal Claims (“RCFC”). The defendant has also moved to dismiss, under RCFC 12(b)(1), the portion of the plaintiff’s claims alleging that the Navy breached an implied contract of good faith and fair dealing.

The Court grants the defendant’s cross-motion for judgment on the administrative record, denies the defendant’s motion to dismiss, and denies the plaintiff’s cross-motion.

I. BACKGROUND

The Navy sought inspection and repair of a 175-foot long, 100-ton floating crane barge, Barge YD 257. In January 2020, the Navy undertook market research to identify contractors with experience in ship repair. (AR 1.)1 It contacted two potential contractors: Lyon and Fairlead Boatworks, Inc., to gauge preliminarily their capability and availability to complete the anticipated work on YD 257. (AR 17.) The Navy also issued a Sources Sought Notice as part of its market research. (AR 1.) Two contractors responded to the Sources Sought Notice and highlighted their ability to perform the work: Colonna’s and Lyon, both small businesses. (AR 3-12.) Based on the market research, the contracting officer recommended issuing the solicitation “as [a] 100% Total Small Business set-aside.” (AR 18.) The Navy also initially determined that it would award a firm fixed-price contract under Part 12 of the Federal Acquisition Regulations (“FAR”), related to acquisition of commercial items, and the Simplified Acquisition Procedures (“SAP”) of FAR Subpart 13.5. (AR 24.)

On March 27, 2020, the Navy issued a request for proposals (“RFP”) for Solicitation No. N4215820QS031, Overhaul and Inspection Services of Barge YD 257. (AR 35 -38; see 39-195.) The Statement of Work required offerors to furnish their own docking facility, equipment, and personnel to perform inspections, replace and improve parts, and dispose of waste.2 (AR 174, 887.) The anticipated period of performance was May 11, 2020 to September 25, 2020 (AR 30, 36); the Navy later issued Amendment 2 to the RFP altering the performance period to June 25, 2020 to November 9, 2020 (AR 198). The Navy conducted an Independent Government

1 Citations to the administrative record (ECF 15, as amended by ECF 31) are denoted as “AR” with the pagination reflected in ECF 15 and 31. 2 As set forth in the Sources Sought Notice, the services required included:

managing and disposing all hazardous wastes, underwater hull and freeboard, void, main deck, main deck vehicle lashing socket, watertight hatch, bumper, handrail assembly removal, exterior nonskid and deck preservation, hull zinc anode, barge towing service, cleaning and pumping, provide Government office space without computer, drydock, fleet and undock . . . . (AR 1.)

2 Estimate of the total cost of the work to be performed and estimated a cost of $2,407,962.46. (AR 13-15.)

In response to its RFP, the Navy received two proposals. Colonna’s submitted a bid of $3,949,540.40 (AR 295), and Lyon submitted an initial bid of $4,558,140.00 (AR 351). Because both bids exceeded the Independent Government Estimate, the Navy requested that the two offerors reevaluate their proposed costs and submit new price bids. (AR 353-57.) Lyon offered a new bid price of $4,498,100.00, a reduction of $60,000 from its initial offer. (AR 363-66.) Colonna’s indicated it could lower its price if the Navy was willing to discuss changes to the Statement of Work. (AR 360.) The Navy did not change the Statement of Work, and Colonna’s maintained its original bid price. (AR 358-62.)

A. Evaluation Criteria

The RFP provided that the Navy would evaluate proposals based on three main factors— Past Performance, Technical Capability, and Cost/Price—in addition to various subfactors, in order to compare offerors “in terms of their ability to meet or exceed the Government’s requirements stated in the Statement of Work.” (AR 56-57.)

In analyzing these factors, the Navy determined that it would use a “best-value tradeoff” analysis to evaluate the offers. It specified in the RFP that:

Award will be made to the Offeror whose proposal demonstrates the best overall value to the Government based on the factors and subfactors described herein . . . . In making this decision, the Government is more concerned with obtaining offers using the following factors in descending order of importance: 1) Past Performance, 2) Technical Capability and 3) Cost/Price. Past Performance is more important than Technical Capability; however, when combined are significantly more important than Cost/Price.

(AR 56.)

The RFP further specified the method by which the Navy would differentiate between offerors’ proposals:

If one Offeror has both the better Past Performance and Technical Capability and the lower Cost/Price, then that Offer will be the better value. If one Offeror has the better Past Performance and Technical Capability and a higher Cost/Price, the Government will decide whether the difference in Past Performance and Technical Capability is worth the difference in Cost/Price. If it is determined that the difference in Past Performance and Technical Capability is worth the difference in Cost/Price, then the more capable, higher- priced Offeror will be the better value.

(Id.) 3 B. Navy’s Evaluation of Offerors’ Proposals

To evaluate the two proposals, the Navy assembled a technical team comprised of two evaluators. The evaluators each completed an evaluation worksheet and provided an adjectival rating for the Past Performance and Technical Capability factors and subfactors based on the strengths and weaknesses of each proposal. (AR 57.) Cost was not assigned an adjectival rating. (Id.)

1. Past Performance Evaluation

a. Method

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

Related

E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Am-Pro Protective Agency, Inc. v. United States
281 F.3d 1234 (Federal Circuit, 2002)
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)
Dubinsky v. United States
43 Cont. Cas. Fed. 77,447 (Federal Claims, 1999)
Seaborn Health Care, Inc. v. United States
55 Fed. Cl. 520 (Federal Claims, 2003)
A & D Fire Protection, Inc. v. United States
72 Fed. Cl. 126 (Federal Claims, 2006)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
FirstLine Transportation Security, Inc. v. United States
100 Fed. Cl. 359 (Federal Claims, 2011)
Alder Terrace, Inc. v. United States
161 F.3d 1372 (Federal Circuit, 1998)
Reema Consulting Services, Inc. v. United States
107 Fed. Cl. 519 (Federal Claims, 2012)
Kalvar Corp. v. United States
543 F.2d 1298 (Court of Claims, 1976)

Cite This Page — Counsel Stack

Bluebook (online)
Colonna's Shipyard, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/colonnas-shipyard-inc-v-united-states-uscfc-2021.