Dynacs Engineering Co. v. United States

48 Fed. Cl. 124, 2000 U.S. Claims LEXIS 225, 2000 WL 1594169
CourtUnited States Court of Federal Claims
DecidedOctober 25, 2000
DocketNo. 00-166 C
StatusPublished
Cited by31 cases

This text of 48 Fed. Cl. 124 (Dynacs Engineering Co. 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
Dynacs Engineering Co. v. United States, 48 Fed. Cl. 124, 2000 U.S. Claims LEXIS 225, 2000 WL 1594169 (uscfc 2000).

Opinion

OPINION AND ORDER

HEWITT, Judge.

This post-award bid protest action comes before the court on cross motions for judgment on the administrative record. Plaintiff, Dynacs Engineering Company, Inc. (Dy-nacs), protests the decision of defendant, National Aeronautics and Space Administration (NASA or agency or government), to award a contract to Federal Data Corporation (FDC or successful offeror) for Microgravity Research, Development and Operations ser[126]*126vices. FDC is an intervenor in the proceeding.

In its Complaint, filed with this court on March 31, 2000, Dynacs challenges the contract award on the ground that NASA unfairly favored the successful offeror; that the agency failed to document its significant procurement decisions; that the agency did not properly consider the negative past performance of the successful offeror; and that the agency followed an arbitrary decision by the General Accounting Office (GAO). In its reply briefing and during oral argument, however, plaintiff limited its challenge to the contract award, asserting, as the determinative issue in the protest, that in contravention of the Federal Acquisition Regulations (FAR), NASA had unfairly favored the successful offeror during the procurement. See Plaintiffs Reply Memorandum in Support of Its Motion for Judgment on the Administrative Record (Pl.’s Reply) at 1-2; Transcript of Oral Argument on June 29, 2000(Tr.) at 5-9. For the following reasons, the court sustains the protest.

I. Background

On December 18, 1998, NASA issued Request For Proposal No. RFP3-094978 (RFP) in connection with its Microgravity Research, Development and Operations Contract (MRDOC). Administrative Record (AR) at 1214. The RFP sought proposals for microgravity flight hardware development and operations at NASA’s John H. Glenn Research Center at Lewis Field, Cleveland, Ohio. AR at 1177. The contract was for a five-year term with three one-year options. AR at 1217. The MRDOC requires a three-part effort: (1) development of the International Space Station (ISS) Fluids and Combustion Facility (FCF); (2) operations support for the ISS, including planning, integration, flight execution, training, and sustaining engineering; and (3) development of the Principal Investigator Specific Hardware. AR at 1020-21.

A. Basis for Award

The RFP stated, “The Government will follow the procedures as outlined in Title 48, Code of Federal Regulations, FAR 15.3, entitled ‘Source Selection’ and the NASA FAR Supplement (NFS) 1815.3.” AR at 1217. The RFP further stated that contract selection would be based upon technical evaluation and numerical scoring of submitted proposals in accordance with section M of the RFP. AR at 1217. The objective of source selection was “to select the proposal(s) that represent the best value.” AR at 1423. The RFP provided that in making the source selection, the Government “will utilize a tradeoff process as described in FAR 15.101-1.” AR at 1423.

Section M of the RFP outlined the Evaluation Factors for the award. AR at 1423-33. The three evaluation criteria for the contract were: (1) Mission Suitability; (2) Past Performance; and (3) Cost/Price. Id. “The RFP provided that all three factors were of essentially equal importance.” AR at 1424.

Mission Suitability was evaluated on four subfaetors of differing point-weight totaling 1000 points: (1) Understanding the Requirements (400 points); (2) Management Plan (350 points); (3) Key Personnel (100 points); and (4) Corporate Resources (150 points). AR at 1424-30. Each subfactor “was evaluated by assessing the strengths and weaknesses of each proposal, and assigning an overall numerical score and adjectival rating.” AR at 6280. Once determined, the Mission Suitability scores were adjusted based on the degree of cost realism. AR at 1431. Section M.6 of the RFP defined the scale for point adjustment in Mission Suitability scores based upon the percentage difference between the proposed and the probable costs.I. 2 AR at 1431.

The Past Performance factor of each proposal was evaluated on three considerations: (1) Technical Performance; (2) Schedule Performance; and (3) Cost Performance. AR at 1431-33. The RFP provided that “demon[127]*127strated accomplishment of work of similar magnitude, scope and complexity to the work required by th[e] procurement [would] be considered.” AR at 1432.

Additionally, each proposal was qualitatively evaluated (not numerically scored) on the factor of Cost/Price. AR at 1430. The offer-ors’ proposed costs for the Cosb-Reimbursement Delivery Orders were reviewed to determine whether the costs were realistic for the work to be performed. AR at 1430. Moreover, a cost realism analysis and price analysis were conducted to determine the reasonableness of the offers as to the Fixed Price Incentive Firm portions of the contract. AR at 1430.

B. The Source Selection Process

NASA appointed a Source Evaluation Board (SEB) to evaluate the proposals submitted in response to the RFP. AR at 1001-04. On February 22, 1999, the SEB received four timely proposals. See Complaint (Compl.) If 14; AR at 6279. Upon reviewing the proposals, the SEB rated the Mission Suitability factor, assigning a “Very Good” rating to two of the offerors and a “Good” and a “Fair” rating respectively to the other two offerors. AR at 4013. On June 1, 1999, the SEB determined that the two offerors receiving “Very Good” ratings for the Mission Suitability factor, namely Dynaes and FDC, comprised the competitive range. Compl. 1115; AR at 4029-32.

1. Initial Evaluation of the Offers1 *3

After initial evaluation of the submitted proposals, the SEB assigned a score of [ ] to Dynacs’s proposal and a score of [ ] to FDC’s proposal for Mission Suitability. AR at 4032. The SEB gave Past Performance ratings of [ ] to Dynaes and [ ] to FDC. AR at 4032. The price of Dynacs’s proposal was [ ], and the price of FDC’s proposal was [ ].4 AR at 4032. The SEB prepared written findings enumerating the strengths and weaknesses of the submitted proposals as part of the initial evaluation. AR at 3377-91, 3392-3404.

2. SEB’s Communication with Offerors Regarding Identified Weaknesses and Outstanding Questions

By facsimile transmission on June 11,1999, the Contracting Officer (CO), Kurt R. Bro-cone, advised Dynaes and FDC, as the offer-ors in the competitive range, that: (1) visits to the offerors’ sites would be scheduled; (2) discussions would be held; and (3) final proposed revisions to the offerors’ proposals would be due on July 6, 1999. AR at 4033-35, 4061-62. Subsequently, by letter dated June 16, 1999, the SEB informed Dynaes of the weaknesses identified in its proposal and posed related questions. AR at 4037-56. By letter of the same date, the SEB informed FDC of the weaknesses identified in its proposal and posed related questions. AR at 4064-83.

On July 6, 1999, the offerors responded to the identified weaknesses and questions from the SEB. AR at 4088^196, 4197-A432. The SEB reviewed the submissions, specifically noting whether the offerors responsively and adequately addressed the SEB’s concerns. AR at 4433-43, 4444-53. By electronic mail transmissions to Dynaes and FDC on July 19, 1999, the CO posed further discussion questions based on the responses received on July 6,1999. AR at 4454-55, 4462-64.

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

Related

Caddell Construction Company v. United States
125 Fed. Cl. 30 (Federal Claims, 2016)
Raytheon Company v. United States
809 F.3d 590 (Federal Circuit, 2015)
Guardian Moving and Storage Co., Inc. v. United States
122 Fed. Cl. 117 (Federal Claims, 2015)
Lyon Shipyard, Inc. v. United States
113 Fed. Cl. 347 (Federal Claims, 2013)
Crassociates, Inc. v. United States
102 Fed. Cl. 698 (Federal Claims, 2011)
Patriot Taxiway Industries, Inc. v. United States
98 Fed. Cl. 575 (Federal Claims, 2011)
Electronic Data System, LLC v. United States
93 Fed. Cl. 416 (Federal Claims, 2010)
DMS All-Star Joint Venture v. United States
90 Fed. Cl. 653 (Federal Claims, 2010)
Afghan American Army Services Corp. v. United States
90 Fed. Cl. 341 (Federal Claims, 2009)
L-3 Communications EOTech, Inc. v. United States
87 Fed. Cl. 656 (Federal Claims, 2009)
Academy Facilities Management v. United States
87 Fed. Cl. 441 (Federal Claims, 2009)
FFTF Restoration Co. v. United States
86 Fed. Cl. 226 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
48 Fed. Cl. 124, 2000 U.S. Claims LEXIS 225, 2000 WL 1594169, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dynacs-engineering-co-v-united-states-uscfc-2000.