Data Monitor Systems, Inc. v. United States

74 Fed. Cl. 66, 2006 U.S. Claims LEXIS 350, 2006 WL 3378468
CourtUnited States Court of Federal Claims
DecidedNovember 20, 2006
DocketNo. 06-471C
StatusPublished
Cited by20 cases

This text of 74 Fed. Cl. 66 (Data Monitor Systems, 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
Data Monitor Systems, Inc. v. United States, 74 Fed. Cl. 66, 2006 U.S. Claims LEXIS 350, 2006 WL 3378468 (uscfc 2006).

Opinion

OPINION

WIESE, Judge.

Plaintiff, Data Monitor Systems, Inc. (“DMS”), was the successful bidder on a contract initially awarded by the United States Air Force on December 1, 2005, to perform base operation support services at Grissom Air Reserve Base in Indiana. Following a protest filed by T Square Logistics Corporation (“T Square”), the defendant-in-tervenor here, the Air Force conducted a proposal reevaluation which resulted in a reconfirmation of the award to plaintiff. T Square again protested. Thereafter, the Air Force announced its intention to terminate the contract awarded to plaintiff and to resol-icit its requirements under a new procurement. Plaintiff in turn filed suit in this court seeking, inter alia, injunctive relief from the proposed contract termination and resolicitation.

This case is now before the court on defendant’s motion to dismiss the complaint pursuant to RCFC 12(b)(1) or, in the alternative, on the parties’ cross-motions for judgment upon the administrative record pursuant to RCFC 52.1(b). The court heard oral argument on October 19, 2006, at the conclusion of which it ruled in defendant’s favor and dismissed plaintiff s complaint.1 This opinion formalizes the court’s earlier ruling.

FACTS

On June 6, 2005, the Air Force issued a solicitation seeking offers from qualifying small businesses to perform base operation support services at Grissom Air Reserve Base for a period of one year plus nine option years. The solicitation, which was to be conducted as a “best value solicitation,” informed offerors that in the evaluation of proposals “assessment of Present/Past Performance is essential ... and relative capability to meet performance requirements] ... is significantly more important than Evaluated Price.”

Pursuant to the guidelines set forth in the solicitation, the Air Force rated each offer- or’s past performance history according to the following scale: “Exceptional,” “Very Good,” “Satisfactory,” “Neutral,” “Marginal,” or “Unsatisfactory.”2 The Air Force [68]*68then reviewed an offeror’s present/past performance information to make an overall confidence assessment of the offeror’s ability to perform the total proposed effort, using ratings of “High Confidence,” “Significant Confidence,” “Confidence,” “Unknown Confidence,” “Little Confidence,” or “No Confidence.” 3 Employing this evaluation system, the Air Force determined that DMS demonstrated a “Very Good” past performance in all eight of the functional areas included in the solicitation,4 earning it an overall rating of “Significant Confidence.” T Square, by contrast, received an overall rating of “Little Confidence” based on the fact that T Square’s proposal had not included past performance data relating to two of the eight major functional areas identified in the solicitation (traffic management and meteorological services) and had not fully addressed the past performance data requirement relating to repair and maintenance of facilities. In addition, the Air Force determined that DMS and T Square had total evaluated prices of $51,530,704 and $51,194,267, respectively.

Based on these evaluations, the Air Force awarded the contract to plaintiff on December 1, 2005, notifying the unsuccessful offer-ors, including T Square, the same day. T Square in turn requested a debriefing from the Air Force which it received on December 21, 2005. Thereafter, on December 27, 2005, T Square filed a protest before the Government Accountability Office (“GAO”), arguing that the Air Force had improperly evaluated T Square’s past performance by giving it a lower rating in the areas of traffic management and meteorological services than it had received in two previous, allegedly similar procurements, and had failed to conduct the required discussions in connection with that past performance. In response, the Air Force suspended performance of plaintiffs contract on December 29, 2005, pending resolution of T Square’s protest.

On January 27, 2006, the Air Force submitted its formal agency report to the GAO in response to T Square’s original protest and to its first and second supplemental protests filed on December 29, 2005, and January 3, 2006, respectively. In that report, the contracting officer explained that there was no inconsistency in the rating of T Square’s performance in the various procurements because the standard for award in the current solicitation differed from the standard employed in the previous procurements cited by [69]*69T Square. Specifically, the contracting officer noted:

In March 2005, the ... evaluation criteria clause, previously used in similar acquisitions for other installments was changed from stating that Present/Past performance is “... somewhat more important than Evaluated Price in the evaluation” to stating that Present/Past performance is “... significantly more important than Evaluated Price in the evaluation.” Along with this change in terminology, the methodology of the structured approach was modified to include the noteworthy comments in the overall Confidence Assessment rather than a separate item the [Source Selection Authority] considered for award. The lack of experience in particular fimction(s) is still weighed in either of these structured approaches, but the new methodology is more consistent with the revised language in the solicitation.

In addition, the Air Force explained that it had not conducted discussions regarding T Square’s past performance because “[t]he lack of very relevant performance data in two functions and only part of another function was never deemed a deficiency, weakness or adverse past performance information which could be resolved or corrected via discussions; therefore, no discussions were deemed necessary.”

The GAO conducted an Alternative Dispute Resolution (“ADR”) conference on February 13, 2006, to address T Square’s protest claims. According to the GAO’s subsequent summary of the proceeding, the parties were informed at the conference of the GAO attorney’s view that “the likely outcome of the protest was that it would be sustained, and that the likely protest recommendation would be that the agency reopen discussions, conduct further discussions with T Square and the other offerors, request revised proposals, and make a new source selection decision, fully documenting the basis for that decision.”

Although not bound by the recommendations offered in the ADR proceeding, the Air Force notified the GAO on March 3, 2006, that it intended to take corrective action to remedy the lack of discussions with T Square. Specifically, the Air Force indicated that it would (1) assign a new evaluator; (2) reevaluate all offerors that had received a “Go” in the “Go/No Go” technical proposal evaluation for past performance relevance and performance risk; (3) assign a “neutral” performance risk rating for those functional areas for which an offeror lacks past performance experience; (4) reassess the confidence rating; (5) prepare a new past performance/cost trade-off analysis and best-value determination; (6) prepare a new source selection document; and (7) in the event that an offeror other than DMS is determined to be the best value, terminate the contract with DMS and make the award to that offeror. The Air Force did not, however, represent that it would reopen discussions.

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

Related

Summit Multi-Family Housing Corporation v. United States
124 Fed. Cl. 562 (Federal Claims, 2015)
Coast Professional, Inc. v. United States
120 Fed. Cl. 727 (Federal Claims, 2015)
Kellogg Brown & Root Services, Inc. v. United States
117 Fed. Cl. 764 (Federal Claims, 2014)
Atlantic Diving Supply, Inc. v. United States
107 Fed. Cl. 244 (Federal Claims, 2012)
Wildflower International, Ltd. v. United States
105 Fed. Cl. 362 (Federal Claims, 2012)
International Genomics Consortium v. United States
104 Fed. Cl. 669 (Federal Claims, 2012)
Systems Application & Technologies, Inc. v. United States
100 Fed. Cl. 687 (Federal Claims, 2011)
Outdoor Venture Corp. v. United States
100 Fed. Cl. 146 (Federal Claims, 2011)
Hallmark-Phoenix 3, LLC v. United States
99 Fed. Cl. 65 (Federal Claims, 2011)
Jacobs Technology Inc. v. United States
100 Fed. Cl. 173 (Federal Claims, 2011)
Ceres Gulf, Inc. v. United States
94 Fed. Cl. 303 (Federal Claims, 2010)
Technical Innovation, Inc. v. United States
93 Fed. Cl. 276 (Federal Claims, 2010)
Jones Automation, Inc. v. United States
92 Fed. Cl. 368 (Federal Claims, 2010)
Taylor Consultants, Inc. v. United States
90 Fed. Cl. 531 (Federal Claims, 2009)
Frazier v. United States
79 Fed. Cl. 148 (Federal Claims, 2007)
Ravens Group, Inc. v. United States
78 Fed. Cl. 390 (Federal Claims, 2007)

Cite This Page — Counsel Stack

Bluebook (online)
74 Fed. Cl. 66, 2006 U.S. Claims LEXIS 350, 2006 WL 3378468, Counsel Stack Legal Research, https://law.counselstack.com/opinion/data-monitor-systems-inc-v-united-states-uscfc-2006.