Croman Corp. v. United States

106 Fed. Cl. 198, 2012 U.S. Claims LEXIS 1033, 2012 WL 3715378
CourtUnited States Court of Federal Claims
DecidedAugust 17, 2012
DocketNo. 12-75C
StatusPublished
Cited by10 cases

This text of 106 Fed. Cl. 198 (Croman Corp. 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
Croman Corp. v. United States, 106 Fed. Cl. 198, 2012 U.S. Claims LEXIS 1033, 2012 WL 3715378 (uscfc 2012).

Opinion

OPINION AND ORDER

GEORGE W. MILLER, Judge.

Plaintiff Croman Corporation (“Croman”) filed a complaint against the United States alleging that the U.S. Forest Service's (“Forest Service”) evaluations of proposals in response to a solicitation for helicopters for its exclusive use in fighting forest fires and its best-value tradeoff determinations were irrational and contrary to law. For the reasons set forth below, the Court DENIES plaintiffs motion for judgment on the administrative record; DENIES defendant’s motion to dismiss on grounds of mootness and lack of standing; DENIES defendant’s motion to strike attachment 1 to plaintiffs response brief and related portions of plaintiffs response brief; and GRANTS defendant’s and defendant-intervenor Siller Helicopters, Inc.’s (“Siller”) cross-motions for judgment on the administrative record.1

[204]*2041. Background

A. Solicitation

In February 2011, the Forest Service issued an amended solicitation, RFP AG-024B-S-11-9001 (“RFP 11-9001”), for helicopters for its exclusive use in fighting forest fires. See AR Tab 7, at 46,120. The Forest Service sought contracts at a fixed price with an economic price adjustment not to exceed one base year and three one-year option periods. AR Tab 7, at 46. The Forest Service indicated “[t]he performance requirements are a minimum and the helicopter[s] will be evaluated for overall best value considering price and other factors.” Id. The Forest Service stated that it “may award a single contract or multiple awards based on the outcome of the evaluation process” and that it “reserves the right to award any combination of items and/or number of items.” Id.

The solicitation called for 34 helicopters to be operated from host bases during mandatory availability periods. AR Tab 7, at 47-114. Contract line item numbers (“CLIN”) 1 to 15 required helicopters with heavy-lift capabilities — helicopters that had the “capability of hovering out of ground effect (HOGE) at 8,000 feet pressure altitude and 25 "Celsius with ... jettisonable payload of 5000 pounds.”2 AR Tab 7, at 117 (original capitalization and bold omitted). In other words, for CLINs 1 to 15, the Forest Service sought helicopters that could carry at least 5,000 pounds of water or retardant at 8,000 feet pressure altitude and 25 degrees Celsius. CLINs 16 to 34 required helicopters with medium-lift capabilities — helicopters that had the “capability of ... [HOGE] at 7,000 feet pressure altitude and 20 "Celsius with ... jettisonable payload of 8800 pounds.” Id. (original capitalization and bold omitted). By definition, a helicopter that had heavy-lift capabilities had medium-lift capabilities, but not vice versa. The solicitation explained how the jettisonable payload would be determined. See AR Tab 7, at 117, 211-12, 249.

The offerors were permitted to propose multiple helicopters for each CLIN and permitted to propose the same aircraft for multiple CLINs. However, only one aircraft would be selected for each CLIN, and the same aircraft could not be selected for multiple CLINs.

The solicitation indicated that the government would award contracts to the responsible offerors on the basis of price and five technical factors. The technical factors were (1) mandatory documentation, (2) aircraft performance, (3) safety/risk management (“safety/risk”), (4) past performance, and (5) organizational experience. AR Tab 7, at 280. The non-price factors, when combined, were “significantly more important” than price. Id. The mandatory documentation factor was evaluated on a pass/fail basis. Id. If the proposal received a pass for the mandatory documentation factor, the government would next determine whether the aircraft performance was “acceptable (pass) or unacceptable (fail).” Id. Proposals that passed would “next receive qualitative evaluations for Aircraft Performance and for each of the remaining three technical evaluation factors.” Id.

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. Id. 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 services.” Id. The price proposals would also be evaluated using a “Best Value” formula set forth in the solicitation. Id. “The ‘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 trade-off determinations to measure aircraft efficiencies of make and models of helicopters offered.” AR Tab 7, at 275. Because offer-ors would be permitted to pi’opose the same aircraft for multiple CLINs, an aircraft’s total price and price per pound could differ [205]*205depending on the CLIN for which it was being offered. Similarly, because offerors would be permitted to propose multiple helicopters for the same CLIN, a price proposal’s total price and price per pound for a CLIN could differ based on the specific aircraft.

The technical factors were listed in the solicitation in order from most important to least important: mandatory documentation, aircraft performance, safety/risk, past performance, and organizational experience. AR Tab 7, at 280. If a technical factor had subfactors, the subfactors were equal in importance. Id. The mandatory documentation factor listed twelve categories of required documents. For the aircraft performance factor, the offerors were informed that a proposed aircraft would be evaluated based on “Helicopter Load Calculation.” AR Tab 7, at 281. In short, the aircraft performance factor was concerned with how many pounds of water or retardant an aircraft could carry. For the safety/risk factor, the offerors were informed that their proposals would be evaluated based on (i) accident history (last 5 years) — (1) annual average flight hours, (2) number of aircraft accidents and number of incidents, and (3) insurance carrier verification letter — and (ii) safety management systems — (1) policy, (2) safety assurance, (3) safety promotion, and (4) risk management. Id. The past performance factor would be evaluated based on the following subfactors: (i) “capable, efficient, and effective”; (ii) “performance conforms to the terms and conditions of [past] contracts”; (iii) “reasonable and cooperative during [past] performance”; and (iv) “committed to customer satisfaction.” Id. The organizational experience factor would be evaluated for (i) “[management [personnel commensurate with size and complexity of operation, (ii) “[p]ilot(s) in [command,” and (iii) “[m]aintenanee [personnel.” AR Tab 7, at 281-82.

Offerors were informed that the awards would “be made to those offerors whose proposals are technically acceptable and whose teehnieal/price relationships are the most advantageous to the Government.” AR Tab 7, at 282. The solicitation provided that “the critical factor in making any price/teehnieal trade-off is not the spread between the technical scores, but, rather, the significance of that difference.” Id. The solicitation further provided:

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

Related

Sallyport Global Holdings, Inc. v. United States
129 Fed. Cl. 371 (Federal Claims, 2016)
National Air Cargo Group, Inc. v. United States
127 Fed. Cl. 707 (Federal Claims, 2016)
Res Rei Development, Inc. v. United States
126 Fed. Cl. 535 (Federal Claims, 2016)
Square One Armoring Service, Inc. v. United States
123 Fed. Cl. 309 (Federal Claims, 2015)
American Auto Logistics, Lp v. United States
117 Fed. Cl. 137 (Federal Claims, 2014)
Am General, LLC v. United States
115 Fed. Cl. 653 (Federal Claims, 2014)
Croman Corp. v. United States
724 F.3d 1357 (Federal Circuit, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
106 Fed. Cl. 198, 2012 U.S. Claims LEXIS 1033, 2012 WL 3715378, Counsel Stack Legal Research, https://law.counselstack.com/opinion/croman-corp-v-united-states-uscfc-2012.