Defense Base Services, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 13, 2020
Docket19-1608
StatusPublished

This text of Defense Base Services, Inc. v. United States (Defense Base Services, 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
Defense Base Services, Inc. v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 19-1608C (Filed: March 13, 2020)* *Opinion Originally Filed Under Seal March 9, 2020

) DEFENSE BASE SERVICES, INC., ) Post-Award Bid Protest; Past ) Performance Evaluation; Price Plaintiff, ) Reasonableness; Best Value Tradeoff v. ) Analysis ) THE UNITED STATES, ) ) Defendant, ) ) and, ) ) ASRC COMMUNICATIONS, LTD., ) ) Defendant-Intervenor. ) )

Douglas L. Patin, Washington, DC, for plaintiff. Patrick R. Quigley, Lisa A. Markman, Sarah S. Osborne, Washington, DC, of counsel.

Russell J. Upton, Civil Division, United States Department of Justice, Washington, DC, with whom were Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, Douglas K. Mickle, Assistant Director, for defendant. Colby L. Sullins, Air Force Commercial Litigation Field Support Center, Joint Base Andrews, MD, of counsel.

Kevin P. Mullen, Washington, DC, for defendant-intervenor. Caitlin A. Crujido, Washington, DC, of counsel. OPINION

FIRESTONE, Senior Judge.

In this post-award bid protest, filed on October 15, 2019, Defense Base Services,

Inc. (“Defense Base” or “DBSI”) challenges the United States Department of the Air Force’s (“Air Force” or “Agency”) May 8, 2019 award of the Installation Support

Services in Geographically Separated Locations Contract (“ISS2 Contract”) to ASRC

Communications, Ltd. (“ASRCC”).1 The awardee, ASRCC, has been performing this

one-year phase-in contract with ten separate option periods, together with a one-year

phase-out contract, since August 27, 2019. ASRCC intervened without objection on

October 17, 2019. DBSI claims that the Air Force’s decision to award the ISS2 Contract

to ASRCC was arbitrary, capricious, an abuse of discretion or otherwise not in

accordance with law. Pending before the court are the parties’ cross-motions for

judgment on the administrative record. (ECF Nos. 29, 33, 34). In brief, DBSI is

challenging (1) the Air Force’s decision to give ASRCC a Satisfactory Confidence Past

Performance Rating, (2) the Air Force’s evaluation of ASRCC’s price reasonableness,

and (3) the Air Force’s best value determination.2

For the reasons that follow, the court finds that the Air Force’s award decision

conformed to the terms of the solicitation and that the Air Force’s evaluation of DBSI’s

and ASRCC’s proposals and best value decision were not arbitrary, capricious, or an

1 DBSI filed a seven count complaint but has stated in its briefing and at oral argument that it is no longer pursuing Counts IV, V, or VI. Specifically, DBSI is no longer challenging ASRCC’s proposed depreciation method for its vehicles (Count V) or the alleged technical risk associated with ASRCC’s proposed vehicle approach (Count VI). Pl.’s Mot. for J. on the Admin. R. (“Pl.’s MJAR”) at 17 n.6 (ECF No. 29). In addition, at oral argument, DBSI stated that it is no longer protesting whether the Air Force improperly gave additional value to ASRCC’s proposal attributable to the acquisition of new vehicles (Count IV). Oral Arg. 11:21:17-11:21:23. 2 The issues before the court are virtually identical to the claims that DBSI made and lost before the Government Accountability Office (“GAO”) in its August 19, 2019 denial of DBSI’s protest. See Def. Base Servs. Inc., B-416874.3, B-416874.4, 2019 WL 4220893 (Comp. Gen. Aug. 19, 2019). As set forth in the Factual Background section below, this matter had been before the GAO on two prior occasions. 2 abuse of discretion. Thus, the government’s and ASRCC’s motions for judgment on the

administrative record are GRANTED and DBSI’s motion for judgment on the

administrative record is DENIED.

I. FACTUAL BACKGROUND

A. Program Background and Overview The Air Force’s 766th Specialized Contracting Squadron (“766 SCONS”)

provides contracting support for the Pacific Air Forces (“PACAF”) installation support

services (“ISS”) requirements. This includes services at these remote locations: (1)

Eareckson Air Station (“EAS”), Shemya, AK, approximately 1,500 miles from

Anchorage, AK; (2) Wake Island Airfield (“WI”), Wake Island, U.S. Territory, on a

Pacific atoll two-thirds of the way from Hawaii to Guam; and (3) King Salmon Airport

(“KS”), King Salmon, AK, approximately 239 miles southwest of Anchorage. AR Tabs

1a at 2; 72c.16 at 10608-09.

Request for Proposal No. FA5215-17-R-9002, “Installation Support Services 2 –

Geographically Separated Locations” (“ISS2-GSL” or “Solicitation”), called for

proposals to provide “[o]perations and maintenance (O&M) of installation infrastructure,

utilities, services and airfields capable of receiving emergency aircraft diverts within 30

minutes notice” and for “[s]upport [for] tenant units and inter-service support

agreements” at EAS, WI, and KS. AR Tab 72c.16 at 10608-9. The Solicitation indicated

that all three locations are accessible and resupplied by air and sea only. Id. It further

explained that due to extremely harsh arctic weather conditions throughout much of the

year, sea barge access/resupply is only possible at EAS and KS between the months of

3 May and September. Id. The logistical exigencies are such that the Solicitation required

planning for movement of vehicles, equipment, and materials only once per year to the

Alaskan locations. Id. at 10650. It “recommended Contractor employees be in good

health and physically and mentally qualified to withstand the rigors of remoteness.” Id.

B. Solicitation and Award

1. Procurement Description

The Air Force issued the Solicitation on June 1, 2017, under Federal Acquisition

Regulations (“FAR”) Part 15. AR Tab 72c.16 at 10415; see also AR Tab 61 at 6429. The

Solicitation sought offers for the requested services at a firm-fixed price. AR Tab 72c.16

at 10415-92. The Solicitation contemplated a one-year phase-in period, a one-year phase-

out period, and ten separately-priced, one-year option periods. Id. at 10415-92, 11752.

The Air Force estimated the contract value to be $402 million over the expected 12-year

life of the contract. Id. at 10415-92; Tab 102 at 25902. The acquisition was a total small

business set-aside. Tab 72c.16 at 10509. The Solicitation called for the contractor to

provide “facilities, utilities, airfield, vehicles, equipment, appliances, roads, grounds,

communication systems, equipment, computers, networks, billeting, food, medical,

environmental services, quality control, supply, logistics, fire protection, aircraft

refueling, deicing, and cargo and passenger handling.” Id. at 10609. It further stated that

the contractor would provide “all management, supervision, personnel, training, general

purpose vehicles, special purpose vehicles, equipment, tools, materials, and other items

and services necessary to fulfill” the requirements. Id.

2. Evaluation Provisions

4 Because the Air Force conducted the acquisition under FAR Part 15, the

Solicitation included Section M on the Evaluation Criteria. AR Tab 72c.16 at 10532;

10546, 11764-69 (Attachment 17). Section M set forth the Air Force’s evaluation criteria

and the basis for award. Id. at 11764-69. Subsection M-1, “Basis for Contract Award,”

stated that “competing offerors’ combined past performance information, technical

‘acceptability’ and technical risk would be evaluated on a basis approximately equal to

price.” AR Tab 72c.16 at 11764. All technically acceptable offers would be treated

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Am General, LLC v. United States
115 Fed. Cl. 653 (Federal Claims, 2014)
Framaco International, Inc. v. United States
119 Fed. Cl. 311 (Federal Claims, 2015)
Greenland Contractors I/S v. United States
131 Fed. Cl. 216 (Federal Claims, 2017)
Westech International, Inc. v. United States
79 Fed. Cl. 272 (Federal Claims, 2007)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
Software Engineering Services, Corp. v. United States
85 Fed. Cl. 547 (Federal Claims, 2009)
NEQ, LLC v. United States
88 Fed. Cl. 38 (Federal Claims, 2009)
Structural Associates, Inc. v. United States
89 Fed. Cl. 735 (Federal Claims, 2009)
PlanetSpace Inc. v. United States
92 Fed. Cl. 520 (Federal Claims, 2010)
Coastal International Security, Inc. v. United States
93 Fed. Cl. 502 (Federal Claims, 2010)
Linc Government Services, LLC v. United States
96 Fed. Cl. 672 (Federal Claims, 2010)
Ceres Environmental Services, Inc. v. United States
97 Fed. Cl. 277 (Federal Claims, 2011)
FirstLine Transportation Security, Inc. v. United States
100 Fed. Cl. 359 (Federal Claims, 2011)
Plasan North America, Inc. v. United States
109 Fed. Cl. 561 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
Defense Base Services, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/defense-base-services-inc-v-united-states-uscfc-2020.