Day & Zimmermann Services, A Division of Day & Zimmermann, Inc. v. United States

42 Cont. Cas. Fed. 77,186, 38 Fed. Cl. 591, 1997 U.S. Claims LEXIS 160, 1997 WL 451392
CourtUnited States Court of Federal Claims
DecidedJuly 14, 1997
DocketNo. 97-90C
StatusPublished
Cited by47 cases

This text of 42 Cont. Cas. Fed. 77,186 (Day & Zimmermann Services, A Division of Day & Zimmermann, 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
Day & Zimmermann Services, A Division of Day & Zimmermann, Inc. v. United States, 42 Cont. Cas. Fed. 77,186, 38 Fed. Cl. 591, 1997 U.S. Claims LEXIS 160, 1997 WL 451392 (uscfc 1997).

Opinion

[593]*593OPINION

REGINALD W. GIBSON, Senior Judge.

INTRODUCTION

This is a post-award bid protest case, brought before this court pursuant to 28 U.S.C. § 1491(b). Plaintiff, Day and Zimmermann Services (DZS), the incumbent and unsuccessful bidder, objects to the award of a contract by the United States Department of the Army (Army or defendant) to J & J Maintenance, Inc. (J & J), the intervenor, for the maintenance of certain housing facilities located at the U.S. Army installation in Ft. Bragg, North Carolina. DZS challenges the Army’s evaluation of its proposal, in addition to the Army’s decision not to communicate clarifications or conduct discussions with respect thereto. Defendant maintains, on the other hand, that its award to J & J is justified, because J & J’s proposal represents the best value to the Government, and that any error it may have committed during the course of the procurement was harmless. For the reasons stated hereinafter, we grant plaintiffs motion for injunctive relief limited to ordering defendant to cancel its award to J & J, and further enjoining any such contractual award until such time as discussions are conducted and best and final offers (BAFOs) are evaluated.

FACTUAL AND PROCEDURAL BACKGROUND

On February 1, 1996, the defendant, the United States acting through the Army, formally issued a Request for Proposals DAKF40-95-R-0006 (RFP or Solicitation) for Family Housing Maintenance and Operation of the U-Do-It Center, at Ft. Bragg, North Carolina. Through said RFP, the Army sought proposals for maintaining approximately 5,094 family housing units at Ft. Bragg and for operating a “U-DO-IT” center to supply residents with materials for their own home improvements and repairs. More specifically, the RFP contemplated the grant of a cost-plus-award fee (CPAF) contract1 to provide maintenance and repair, minor construction, asbestos and lead paint abatement, pest control, cleaning of quarters, receiving and responding to service orders, material and appliance handling, warehousing, and record keeping. The contract called for under the Solicitation was for a period of one base year and four one-year options, in addition to an initial transition period from the incumbent to the successful bidder. DZS and J & J were among thirteen (13) firms to bid for this contract.

The method by which the Army selected a contractor for the RFP at issue was set forth in the Source Selection Plan (SSP). Three organizational bodies were charged with the responsibility of evaluating the proposals: (1) the Source Selection Authority (SSA); (2) the Source Selection Advisory Council (SSAC); and (3) the Source Selection Evaluation Board (SSEB). The SSA, comprised of one individual, was responsible “for the proper and efficient conduct of the entire source selection process” and was vested with the authority to “[m]ake the final source selection decision.” JX 1, Vol. 3, Tab E at 1-4 to 1-5 (emphasis added).2 The SSAC was charged with the responsibility of advising, recommending, and assisting the SSA in its final award decision. To do so, the SSAC compared and evaluated the analyses of the SSEB. The SSEB, in turn, was responsible for conducting “a comprehensive review and evaluation of each proposal against solicitation requirements and approved evaluation criteria.” JX 1, Vol. 3, Tab E at 1-6. To achieve this, the SSEB, headed by a Chairmen, was broken down into individual committees to evaluate specific aspects of the submitted proposals. Specifically, the SSEB was comprised of a Management Committee, a Technical Committee, a Past Performance Committee, and a Cost Committee. Addi[594]*594tionally, the Contracting Officer (CO) participated in the procurement process, primarily as an advisor to the SSA, SSAC, and SSEB. It was also the duty of the CO to issue clarification requests and conduct discussions.

The RFP notified all bidders that the Government intended to “evaluate proposals and award a contract without discussions with offerors (except communications conducted for the purpose of minor clarification).” JX 1, Vol. 2, Tab D at L-2. The Solicitation further provided that an award would be made to the offeror whose proposal represented the “best overall value” to the Government, taking into account other factors in addition to cost. JX 1, Vol. 2, Tab D at M-2. More specifically, pursuant to the terms of the RFP, three factors were taken into consideration when evaluating each proposal, i.e., quality, past performance, and cost. Quality was substantially more important than either past performance or cost. Past performance and cost, however, were considered of equal performance. The RFP further indicated that the importance of the cost factor would increase as the quality difference between the bidders decreased.

The “quality” factor, which was numerically scored, included two sub-categories: management and technical excellence. Among the two, management was “somewhat” more important than technical excellence. Furthermore, these two sub-categories were each comprised of five individual elements, as follows:

A. QUALITY
Subfactor 1- — Management
1. Within the Management subfactor under Quality, there are five subfactors. The first two are equal in importance, the third is somewhat less important than either of the first two, and the last two are each somewhat less important than the third:
(a) Corporate Structure and Experience
(b) Quality Control
(c) Transition — Phase-in/phase-out
(d) Security
(e) Safety and Health
Subfactor 2 — Technical Excellence
2. Within the Technical Excellence sub-factor under Quality, there are five subfactors. The first is somewhat more important than the second, however, both the first and second are significantly more important than any one of the last three[,] which are each equal in importance:
(a) Technical Approach
(b) Technical Staffing
(e) Subcontractors
(d) Property and Records Management
(e) Automatic Data Processing Equipment (ADPE) Network.

JX 1, Vol. 2, Tab D at M-2. The RFP further provided that the offerors had to submit a subcontracting plan for the base year and each of the four additional option years. The plans were evaluated as either “acceptable” or “unacceptable.”

Past performance was evaluated by utilizing the information obtained from past performance records furnished with the proposal and responses received to past performance surveys. This factor was not rated numerically, but rather rated adjectivally, i.e., exceptional, outstanding, satisfactory, or poor.

To assess an offeror’s cost proposal, evaluators took into consideration two factors: cost realism and fee structure. Of these two factors, the RFP indicated that cost realism was significantly more important than fee structure. The RFP also notified offerors that cost realism would be evaluated using the Government’s cost and price analysis, styled the Most Probable Cost Estimate (MPCE).

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

Related

Avant Assessment, LLC
Armed Services Board of Contract Appeals, 2017
Horn & Associates, Inc. v. United States
123 Fed. Cl. 728 (Federal Claims, 2015)
Orion Technology, Inc. v. United States
102 Fed. Cl. 218 (Federal Claims, 2011)
Datamill, Inc. v. United States
91 Fed. Cl. 740 (Federal Claims, 2010)
Global Computer Enterprises, Inc. v. United States
88 Fed. Cl. 350 (Federal Claims, 2009)
Wackenhut Services, Inc. v. United States
85 Fed. Cl. 273 (Federal Claims, 2008)
Klinge Corp. v. United States
82 Fed. Cl. 127 (Federal Claims, 2008)
Bell BCI Co. v. United States
81 Fed. Cl. 617 (Federal Claims, 2008)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
Stockton East Water District v. United States
76 Fed. Cl. 497 (Federal Claims, 2007)
Textron, Inc. v. United States
74 Fed. Cl. 277 (Federal Claims, 2006)
Rig Masters, Inc. v. United States
70 Fed. Cl. 413 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
42 Cont. Cas. Fed. 77,186, 38 Fed. Cl. 591, 1997 U.S. Claims LEXIS 160, 1997 WL 451392, Counsel Stack Legal Research, https://law.counselstack.com/opinion/day-zimmermann-services-a-division-of-day-zimmermann-inc-v-united-uscfc-1997.