D&J Enterprises, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedMay 4, 2022
Docket22-38
StatusPublished

This text of D&J Enterprises, Inc. v. United States (D&J Enterprises, 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
D&J Enterprises, Inc. v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 22-38 C Filed: April 22, 2022 Re-issued: May 4, 2022 1

) D&J ENTERPRISES, INC., ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) DRC EMERGENCY SERVICES LLC, ) ) Defendant-Intervenor. ) )

Carl A. Gebo, Gebo Law LLC, Atlanta, GA, for Plaintiffs.

Geoffrey M. Long, Trial Attorney, with whom were Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director, Douglas K. Mickle, Assistant Director, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C., for the Defendant, with Tristan S. Brown and Rebecca E. Martinez, U.S. Army Corps of Engineers, of counsel.

Kyle R. Jefcoat, Latham & Watkins LLP, Washington, D.C., for Defendant-Intervenor, with David R. Hazelton, Julia A.C. Lippman, and Joshua J. Craddock, of counsel.

OPINION AND ORDER

MEYERS, Judge.

In this post-award bid protest, D&J Enterprises challenges the best value determination the U.S. Army Corps of Engineers made when it chose to award a contract for disaster cleanup

1 The Court initially filed this opinion under seal so that the Parties could propose redactions. The Parties jointly proposed limited redactions, which the Court makes with bracketed ellipses (“[ … ]”) below. services to DRC Emergency Services. According to D&J, the Corps improperly weighted the non-price factors and failed to explain and document the substantive differences that it relied upon in awarding the contract to DRC despite its higher-priced proposal. Because the Corps’ award decision was rational, documented, and well-supported by the record, the Court denies D&J’s Motion for Judgment on the Administrative Record and for Permanent Injunctive Relief. The Court grants the Government’s and DRC’s Cross-Motions for Judgment on the Administrative Record.

I. Background

A. Solicitation and Award Background

The Corps issued Solicitation No. W912EK18R0022 in May 2019. ECF No. 18-2 at AR 2 278. The solicitation divided the United States and its territories into 20 regions and sought proposals for “contract[s] for managing disaster generated debris after any natural or man-made catastrophe or major disaster” supported by the Corps in each region. Id. at AR 1025, 1299- 1301. The Corps conducted two separate procurements under the solicitation—an unrestricted competition allowing full and open competition and a competition restricted to small businesses. Id. at AR 1299.

In April 2020, the Corps awarded the unrestricted contracts for each region, but it cancelled the awards and amended the solicitation following a series of protests filed at the United States Government Accountability Office (“GAO”). ECF No. 21-1 at 3 (citing ECF No. 18-2 at AR 881-82). In response to the amended solicitation, five offerors, including D&J and DRC, submitted final proposal revisions for the Region 3 Contract. Region 3 covers the Great Lakes and Ohio River Division, which includes Kentucky, Indiana, Michigan, Ohio, Tennessee, and West Virginia. ECF No. 18-2 at AR 1300.

B. Proposal Requirements and Evaluation Criteria

Under the solicitation, the Corps evaluated offerors’ proposals based on the following evaluation factors: management/technical approach, past performance, small business participation plan, and price. ECF No. 19-8 at AR 11733-34. The relative importance of each was:

2 Because the Administrative Record in this case is electronic, the Court does not cite to AR “Tabs” because the tabs exist only on the Government’s index and are not correlated to anything on the docket. Some tabs span multiple docket entries, and some docket entries contain multiple tabs. AR Tabs are, therefore, unhelpful in locating cites to the Administrative Record in this case. To facilitate review, the Court cites to the docket entry where the cited material is located and the AR page number. 2 FACTOR Relative Importance to Other Factors

I. Technical/Management Approach Equal in importance to factor II but more important than factor III

II. Past Performance Equal in importance to factor I but more important than factor III

III. Small Business Participation Least important non-price factor (Applicable to unrestricted proposals ONLY)

IV. Price When combined, the non-priced factors are approximately equal to price.

ECF No. 18-2 at AR 1302. Despite this ranking of factors, the solicitation makes clear that “[t]he Government will select for award the proposal that is most advantageous and represents the best overall value to the Government.” Id. (emphasis in original). And “the award may not necessarily be made to the lowest price offered or the highest rated non-price proposal.” Id.

The factors most relevant to D&J’s protest are management/technical approach and past performance. For the management/technical approach rating, the solicitation provides that “[t]he Government intends to give greater consideration to proposals with a staffing approach, deployment/mobilization plan, management/operations plan, and safety plan that each demonstrate a . . . clear understanding of how to best meet the Government’s unique debris removal requirements in each specific region.” Id. at AR 1303. As part of the evaluation, the Government would assign “significant strengths, strengths, significant weaknesses, weaknesses, deficiencies, risks, and uncertainties.” Id. As relevant here, a “significant strength” is “an aspect of an Offeror’s proposal that has appreciable merit or appreciably exceeds specified performance or capability requirements in a way that will be appreciably advantageous to the Government during contract performance.” Id. at AR 1313. And a “strength” is “an aspect of an Offeror’s proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance.” Id.

Using the results of this evaluation, the source selection authority (“SSA”) assigned a combined technical/risk rating to each offeror based on the below rating system:

3 Combined Technical / Risk Rating 3

Adjectival Description Rating Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, where risk of unsuccessful performance is low. Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, where risk of unsuccessful performance is low to moderate. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, where risk of unsuccessful performance is no worse than moderate. Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is un- awardable.

Id. at AR 1303-04.

The Corps evaluated past performance based on the recency, relevancy, and quality of three to five past projects that offerors submitted for consideration. Id. at AR 1295-96, 1306-07. The Corps assigned each project a relevancy rating of Very Relevant, Relevant, Somewhat, or Not Relevant. Id. at AR 1306-07. Based on its evaluations of past performance, the Government assigned each offeror one of the following ratings:

3 The SSA used a color-coding system as well as an adjectival rating. Because the Parties argue only about adjectival ratings, the Court does not address color coding.

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)
Amoco Production Co. v. Village of Gambell
480 U.S. 531 (Supreme Court, 1987)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
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)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Mil-Mar Century Corp. v. United States
111 Fed. Cl. 508 (Federal Claims, 2013)
Dellew Corporation v. United States
124 Fed. Cl. 429 (Federal Claims, 2016)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
Blackwater Lodge & Training Center, Inc. v. United States
86 Fed. Cl. 488 (Federal Claims, 2009)
Afghan American Army Services Corp. v. United States
90 Fed. Cl. 341 (Federal Claims, 2009)
Akal Security, Inc. v. United States
103 Fed. Cl. 310 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
D&J Enterprises, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dj-enterprises-inc-v-united-states-uscfc-2022.