Croman Corp. v. United States

724 F.3d 1357, 2013 WL 3927625, 2013 U.S. App. LEXIS 15617
CourtCourt of Appeals for the Federal Circuit
DecidedJuly 31, 2013
Docket2012-5138
StatusPublished
Cited by81 cases

This text of 724 F.3d 1357 (Croman Corp. v. United States) is published on Counsel Stack Legal Research, covering Court of Appeals for the Federal Circuit primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Croman Corp. v. United States, 724 F.3d 1357, 2013 WL 3927625, 2013 U.S. App. LEXIS 15617 (Fed. Cir. 2013).

Opinion

WALLACH, Circuit Judge.

In this Government contracts case, Cro-man Corporation (“Croman”) filed a complaint at the United States Court of Federal Claims (“Claims Court”) against the United States alleging that the U.S. Forest *1359 Service’s (“Forest Service”) evaluations of proposals in response to a solicitation for helicopter services did not have rational bases and were contrary to law. Croman subsequently filed a motion for judgment on the administrative record, which the Claims Court denied. Conversely, the Claims Court granted the Government’s and Defendant-Appellee Siller Helicopters, Inc.’s 1 (“Siller”) cross-motions for judgment on the administrative record. Croman Corp. v. United States, 106 Fed.Cl. 198, 203 (2012). Because the Forest Service’s decisions had rational bases, the Claims Court’s decision is affirmed.

Background

A. The 2011 Solicitation

On January 14, 2011, the Forest Service solicited proposals' for thirty-four (34) line items under Solicitation No. AG-024B-S-11-9001 (“2011 Solicitation”). The 2011 Solicitation called for a negotiated procurement process pursuant to, in part, Federal Acquisition Regulation Part 15. Each line item sought heavy or medium exclusive use helicopters for large fire support, tailored for a specific host base that met the performance specifications for operation at that base. The 2011 Solicitation presented two sets of performance specifications, one applicable to contract line item numbers (“CLIN”) 1-15, and one applicable to CLINs 16-34. CLINs 1-15 sought helicopters with, at a minimum, heavy-lift capabilities (“Type I helicopters”). CLINs 16-34 sought helicopters with, at a minimum, medium-lift capabilities (“Type II helicopters”).

The 2011 Solicitation informed offerors that the “[ajward of helicopters for make and model will be based on best value. The performance requirements are a minimum and the helicopter will be evaluated for overall best value considering price and other factors. The Government will determine best value.” J.A. 20028. Offerors were also informed that the awards would “be made to those offerors whose proposals are technically acceptable and whose technical/price relationships are the most advantageous to the Government.” J.A. 20264. The 2011 Solicitation provided that “the critical factor in making any price/technical trade-off is- not the spread between the technical scores, but, rather, the significance of that difference.” Id. The solicitation further provided:

The significance of the spread of scores will be determined on the basis of what the difference might mean in terms of performance and what it would cost the Government to take advantage of it. Award may not necessarily be made for technical capabilities that would appear to exceed those needed for successful performance of the work. The Government reserves the right to make price/technical trade-offs that are in the best interest and advantageous to the Government. The Government may reject any or all offers if such action is determined to be in the best interest of the Government.

Id.

On October 4, 2011, the Forest Service received information concerning the anticipated cost of funding the solicited thirty-four (34) CLINs based upon the proposals received in response to the 2011 Solicitation. Due to budget concerns and based on previous analysis, the Forest Service *1360 re-evaluated the need for the equipment and services solicited and determined the optimum number of helicopters to be thirty (30). As a result, it was recommended that only thirty (30) of the thirty-four (34) CLINs of the 2011 Solicitation be awarded.

The Technical Evaluation Team (“TET”) thus eliminated CLINs 21, 22, 27, and 34 from the evaluation process. The TET provided the following rationale for its decision in a TET Consensus Report:

Due to budget constraints and the desire by the National Office to evaluate Water Scooper aircraft in FY 12, a diminution to the total amount of line items from Thirty-four (34) to Thirty (30) line items was incorporated into the TET’s consensus recommendation.... [A] minimum of thirty (30) helicopters with a cap of thirty four (34) was determined to be the most efficient and cost effective to contract as Exclusive Use.... Line items 21, 22, 27 & 34 were identified for reduction due to staffing issues and the aircraft locations.

J.A. 20304. The cancelled CLINs 21, 22, 27, and 34 would have solicited Type I or Type II helicopters for host bases in California and Oregon. Following the cancellation of these four CLINs, the Forest Service considered forty-seven (47) aircraft for the award of thirty (30) contracts.

B. The Technical Evaluation Process

The technical factors listed in the 2011 Solicitation were (1) mandatory documentation, (2) aircraft performance, (3) safety/risk management (“safety/risk”), (4) past performance, and (5) organizational experience. The 2011 Solicitation emphasized that these non-price factors “when combined, [were] significantly more important than price in the award decision.” J.A. 20264 (emphasis in original). The following language in the 2011 Solicitation explained how the Forest Service would evaluate technical proposals:

Mandatory Documentation is a pass/fail factor. The Government will first determine whether a proposal has met the Mandatory Documentation requirements. If it has not, it will be eliminated from further consideration. If the Mandatory Documentation requirements are satisfied, the Government will next determine whether Aircraft Performance is acceptable (pass) or unacceptable' (fail). Proposals that pass will next receive qualitative evaluations for Aircraft Performance and for each of the remaining three technical evaluation factors.

J.A. 20262.

C. The Price Evaluation Process

To determine the total price, “the Government would add (1) the price for the base year, (2) the prices for the option periods, and (3) the flight rate multiplied by the estimated flight hours.” Croman Corp., 106 Fed.Cl. at 204. The 2011 Solicitation also stated that the price proposals would be evaluated “to determine reasonableness and to determine the demonstrated understanding of the level of effort needed to successfully perform the service.” J.A. 20257. The price proposals would also be evaluated using a “Best Value” formula set forth in the 2011 solicitation. It was further provided that “[t]he ‘Best Value’ formula computes the amount it would cost to transport a pound of product for the specific helicopter being offered” and would “be used to make tradeoff determinations to measure aircraft efficiencies of make and models of helicopters offered.” J.A. 20257.

*1361 D.The Optimization Model

In making award recommendations to the Contracting Officer (“CO”), the TET considered the results of a computerized optimization model (“OM”), which generated recommendations upon considering factors related to the technical and price evaluation process.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
724 F.3d 1357, 2013 WL 3927625, 2013 U.S. App. LEXIS 15617, Counsel Stack Legal Research, https://law.counselstack.com/opinion/croman-corp-v-united-states-cafc-2013.