Comprehensive Health Services, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedNovember 24, 2020
Docket20-1585
StatusPublished

This text of Comprehensive Health Services, LLC v. United States (Comprehensive Health Services, 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
Comprehensive Health Services, LLC v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 20-1585C Filed: November 24, 2020 1

COMPREHENSIVE HEALTH SERVICES, LLC, Keywords: Bid-Protest; Government Accountability Plaintiff, Office; Competition in Contracting v. Act; 31 U.S.C. § 3553; Automatic CICA Stay; CICA Stay Override; THE UNITED STATES, Temporary Restraining Order; Preliminary Injunction Defendant.

Elizabeth N. Jochum, Todd M. Garland, and Jessica L. Nejberger, Smith Patcher McWhorter PLC, Tysons Corner, VA, for Plaintiff.

John M. McAdams, III, Trial Attorney, Douglas K. Mickle, Assistant Director, Robert E. Kirschman, Jr., Director, and Jeffrey Bossert Clark, Acting Assistant Attorney General, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C., with whom were Rafael Lara, Matthew Lane, and Bruce James of Counsel for Federal Emergency Management Agency, for Defendant.

MEMORANDUM OPINION AND ORDER

TAPP, Judge.

This matter is before the Court on a single, narrow issue: whether the Court should enjoin the United States’ decision to override an automatic stay of a contested sole source contract which provides for COVID-19 testing for certain federal employees. The Court declines to do so.

Comprehensive Health Services, LLC (“CHS”), challenges the decision of the United States Department of Homeland Security, Federal Emergency Management Agency (“FEMA”), to override the automatic stay of performance required by the Competition in Contracting Act (“CICA”), arguing that said decision was an arbitrary and capricious abuse of discretion. CHS requests that the Court enjoin FEMA from proceeding with contract performance pending the outcome of its underlying protest with the Government Accountability Office (“GAO”).

1 Despite the Protective Order entered in this case, the parties indicated that they wished for this opinion to be filed publicly. Pursuant to that request, this matter is not filed under seal. In conjunction with its Complaint, CHS filed an Application for Temporary Restraining Order and Preliminary Injunction. (Pl.’s TRO, ECF No. 3). A telephonic hearing was held on November 19, 2020. For the following reasons, Plaintiff’s Application for a Temporary Restraining Order and Preliminary Injunction is DENIED.

I. FACTS

CHS seeks declaratory and injunctive relief to prohibit FEMA from proceeding with the performance of a sole-source contract awarded to Wellness Coaches USA, LLC (“Wellness Coaches”) under Solicitation No. 70FB7021Q00000001 (the “Solicitation”). (Compl. at 1). As to the underlying procurement, FEMA sought to acquire services to conduct rapid antigen coronavirus disease 2019 (“COVID-19” or “COVID”) testing of federal responders, partners, and other individuals designated to receive tests by the government. (Compl. at 3). It further sought equipment and personnel to conduct on-site COVID-19 testing at any designated FEMA facility or disaster site where FEMA employees are located throughout the United States and its Territories. (Id.). The original Request for Quotations (RFQ) was posted September 22, 2020, at 3:13 p.m. and required bids to be submitted the same evening by 9:00 p.m. (Id.). Because of the short window, CHS was unable to submit a bid. (Compl. at 4).

Because of the restrictive competition, CHS initially protested before the GAO on September 28, 2020. (Id.). The next day, FEMA indicated that it would take corrective action and reopen the solicitation to allow at least three days for bidders to respond. (Id.). Based on that indication of corrective action, CHS dismissed its protest. (Id. at 5). FEMA then reneged. (Compl. at 5–6). FEMA informed CHS that it intended to procure the services by a single sole source contract or multiple sole source contracts. (Compl. at 6). In its Justification and Approval form (“J&A”), FEMA specified the parameters and locations of the needed testing:

FEMA must acquire commercial services to provide equipment and personnel to conduct rapid antigen COVID-19 testing of federal responders, their partners, and any other individual designated to receive these tests by the government. These services will be provided for disaster declarations and steady state in areas where FEMA employees are located throughout the United States and its Territories (American Samoa, Guam, Johnston Atoll, Midway Islands, Northern Mariana Islands, Puerto Rico, US Virgin Islands and Wake Island), FEMA intends to process a volume of 150-200 personnel per site per day for screening. FEMA requires the contractor to ramp up and be on site within 48 hours of issuance of a call order for a particular location. The contractor shall provide confirmatory reverse transcriptase-polymerase chain reaction (RT- PCR) testing where positives are identified from the initial screening and/or where false positives are suspected (e.g., antigen or isothermal amplification testing).

(Compl. at 7; see also https://beta.sam.gov/opp/2028d546b9324f03b0271c9d02ea656c /view?index=opp¬ice_type=u&page=1 (last accessed November 19, 2020)).

After FEMA indicated it would no longer take corrective action and filed its J&A, CHS filed a second protest before the GAO on November 3, 2020, challenging the sole source award.

2 (Compl. at 8). GAO notified FEMA of the protest that same day, thereby triggering the automatic stay of performance under CICA, 31 U.S.C. § 3553(d). (Compl. at 8–9). Although FEMA relied on purported “unusual and compelling urgency” faced by the pandemic to issue the sole source award to Wellness Coaches, CHS asserted that FEMA failed to provide a reasonable basis for foregoing full and open competition. (Compl. Ex. I). CHS based its protest on two primary arguments: (1) FEMA’s sole source award is contrary to statute and regulation and is an abuse of discretion as FEMA cannot show use of other than full and open competition is justified; and (2) FEMA’s sole source award to Wellness Coaches rests on a lack of advance planning, contrary to statute and regulation. (Compl. at 8–9, citing to Ex. I). After CHS’s protest was docketed at the GAO, FEMA notified CHS on November 10, 2020, that FEMA had determined “that urgent and compelling circumstances per FAR 33.104(c)(2)(ii) require the performance to continue” under the sole source contract during the pendency of the GAO protest. (Compl. at 9). According to FEMA’s Head of Contracting Activity:

[U]rgent and compelling circumstances per FAR 33.104(c)(2)(ii) require the performance to continue with respect to the contract awarded to Wellness Coaches, LLC pursuant to FEMA’s Justification for Other Than Full and Open Competition dated October 3, 2020, for COVID-19 testing at FEMA sites directly responding to and/or aiding recovering from a Presidentially declared disaster or emergency and that these circumstances will not permit waiting for the Government Accountability Office (GAO) to adjudicate [CHS’s November 3, 2020] protest.

(Compl., Ex. L at 1).

CHS now alleges that FEMA’s decision to override the CICA stay is arbitrary, capricious, and contrary to law, and urges the Court to enjoin and restrain FEMA from proceeding with performance and declare that FEMA’s decision is invalid. (Compl. 1–2).

II. DISCUSSION

The Court has jurisdiction over bid protest actions pursuant to 28 U.S.C. § 1491(b). The Court evaluates bid protests under the Administrative Procedure Act’s (“APA”) standard of review for agency action. Bannum, Inc. v.

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

Related

Herman & MacLean v. Huddleston
459 U.S. 375 (Supreme Court, 1983)
Tellabs, Inc. v. Makor Issues & Rights, Ltd.
551 U.S. 308 (Supreme Court, 2007)
Turner Const. Co., Inc. v. United States
645 F.3d 1377 (Federal Circuit, 2011)
Ramcor Services Group, Inc. v. United States
185 F.3d 1286 (Federal Circuit, 1999)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
KWV, Inc. v. United States
108 Fed. Cl. 448 (Federal Claims, 2013)
Laboratory Corp. of America v. United States
108 Fed. Cl. 549 (Federal Claims, 2013)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Bcpeabody Construction Services, Inc. v. United States
112 Fed. Cl. 502 (Federal Claims, 2013)
American Safety Council, Inc. v. United States
122 Fed. Cl. 426 (Federal Claims, 2015)
PGBA, LLC v. United States
57 Fed. Cl. 655 (Federal Claims, 2003)
PGBA, LLC v. United States
60 Fed. Cl. 196 (Federal Claims, 2004)
Arch Chemicals, Inc. v. United States
64 Fed. Cl. 380 (Federal Claims, 2005)
Greene v. United States
65 Fed. Cl. 375 (Federal Claims, 2005)
Alion Science & Technology Corp. v. United States
69 Fed. Cl. 14 (Federal Claims, 2005)

Cite This Page — Counsel Stack

Bluebook (online)
Comprehensive Health Services, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/comprehensive-health-services-llc-v-united-states-uscfc-2020.