Dzsp 21, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 29, 2018
Docket18-86
StatusPublished

This text of Dzsp 21, LLC v. United States (Dzsp 21, LLC 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
Dzsp 21, LLC v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 18-86C

(Filed Under Seal: March 22, 2018)

Reissued: March 29, 2018

********************************** DZSP 21, LLC, ) Post-award bid protest; supplementation ) of the administrative record; completion Plaintiff, ) of the administrative record; challenges ) to the agency’s evaluation of the v. ) competing offerors’ proffered pricing; ) factors affecting declaratory and UNITED STATES, ) injunctive relief ) Defendant ) ) and ) ) FLUOR FEDERAL SOLUTIONS, ) LLC, ) ) Defendant-Intervenor. )

***********************************

Anuj Vohra, Crowell & Moring, LLP, Washington, D.C., for plaintiff. With him on the briefs were Jason A. Carey, Nooree Lee, John Sorrenti, and Alexis N. Dyschkant, Covington & Burling, LLP, Washington, D.C.

Veronica N. Onyema, Trial Attorney, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, D.C., for defendant. With her on the briefs were Chad A. Readler, Acting Assistant Attorney General, Civil Division, Robert E. Kirschman, Jr., Director, and Douglas K. Mickle, Assistant Director, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington D.C. Of counsel were Richard J. Huber and Patricia J. Battin, Department of the Navy.

Richard B. O’Keeffe, Jr., Wiley Rein, LLP, Washington, D.C., for defendant-intervenor. With him on the briefs were Samatha S. Lee, George E. Petel, and William A. Roberts, III, Wiley Rein, LLP, Washington, D.C.

OPINION AND ORDER 1

1 Because of the protective order entered in this case, this opinion was filed initially under seal. The parties were requested to review this decision and provide proposed redactions of any LETTOW, Judge.

This post-award bid protest follows a series of proceedings that have persisted for five years, involving four separate protests before the Government Accountability Office (“GAO”) and the Navy’s corrective action on three separate occasions. The procurement stems from a solicitation initiated in 2013 for base operations services in Guam. Plaintiff, DZSP 21, LLC, has been providing such services in Guam since 2005. It was awarded the contract under the current solicitation three times, but defendant-intervenor, Fluor Federal Solutions, LLC, protested each award before GAO. On the fourth occasion, Fluor finally prevailed, and, after that award was upheld by GAO, DZSP turned to this court.

In the Navy’s initial evaluation of the submitted proposals, the technical ratings of Fluor’s and DZSP’s proposals were virtually equivalent, but DZSP submitted the less costly proposal. Accordingly, the Navy awarded DZSP the contract in August 2014. Fluor protested the award before GAO, which sustained the protest. The Navy reopened discussions and called for revised proposals. A reevaluation occurred and, though the gap in cost between the two proposals had closed somewhat, DZSP again prevailed. Fluor filed another GAO protest. When GAO informally indicated that it would again sustain, the Navy took further corrective action, this time allowing only limited revisions to a single technical factor. Despite an ever decreasing cost disparity between the two proposals, DZSP was again awarded the contract. Fluor filed a third, more limited, GAO protest, and it also was sustained. The Navy took corrective action for the third time, reevaluating the proposals only as to cost and without revisions. In carrying out this evaluation, the Navy made upward adjustments to DZSP’s cost proposal, with the result that it became more costly than Fluor’s. Fluor was awarded the contract. DZSP then filed its own GAO protest that was denied in part and dismissed in part, leaving in place the Navy’s contract award to Fluor and causing DZSP to bring the instant protest. Throughout all of these proceedings, DZSP has continued to perform the base operation services under bridge contracts.

DZSP challenges the Navy’s evaluation and award and seeks both a declaratory judgment and permanent injunction setting aside the contractual award to Fluor and requiring the Navy to issue a new, updated solicitation. The government and Fluor have opposed that motion and have filed cross-motions for judgment on the administrative record.

FACTS 2

confidential or proprietary information. The resulting redactions are shown by asterisks enclosed by brackets, e.g., “[***].” 2 The recitations that follow constitute findings of fact by the court drawn from the administrative record of the procurement filed pursuant to Rule 52.1(a) of the Rules of the Court of Federal Claims (“RCFC”). See Bannum, Inc. v. United States, 404 F.3d 1346, 1356 (Fed. Cir. 2005) (explaining that bid protest proceedings “provide for trial on a paper record, allowing fact- finding by the trial court”).

2 In October 2013, the Navy issued a solicitation, No. N62742-13-R-1150, for base service operations for the Joint Region Marianas, comprising various military installations in Guam. AR 8a-247, -249; 3 Pl.’s Mot. for Judgment on the Administrative Record (“Pl.’s Mot.”) at 3, ECF No. 39. The solicitation offered a cost-plus multi-year contract, consisting of a 12-month base period with the potential for seven additional 12-month option periods. See AR 8a-249, 266; Def.’s Mot. for Judgment upon the Administrative Record, Mot. to Strike, and Opp’n to Pl.’s Mot. for Judgment upon the Administrative Record and Mot. to Suppl. the Administrative Record (“Def.’s Cross-Mot.”) at 3, ECF No. 42. The solicitation sought to procure “integrated base operations services . . . in carrying out [the Navy’s] missions” in Guam. See AR 8a-384. Bidders were obliged to demonstrate their ability to provide those services by submitting a proposal that included both technical and price/cost elements. See AR 8a-340. Price/cost proposals had to “contain a breakdown of direct labor costs; direct material costs; subcontracting costs; overhead costs; general and administrative costs; and profits.” AR 8a-341. Each technical proposal had to be “precise, detailed, and complete as to clearly and fully demonstrate a thorough knowledge and understanding of the [solicitation] requirements[, and a]t a minimum, [provide] . . . sufficient detail so that it may be evaluated in accordance with” the relevant evaluation factors. AR 8a-341.

Proposals were evaluated to determine which provides the “best value” to the government, considering cost and five non-cost factors, designated as factors A through E. See Compl. ¶ 40; AR 8a-343. Cost accounted for roughly 50% of the evaluation with the confidence assessment under Factor A accounting for approximately another 25% and with the technical factors, Factors B, C, D, and E, collectively accounting for the remaining 25%. See AR 8a-343. For each of the technical factors the Navy assigned an adjectival rating of outstanding, good, acceptable, marginal, or unacceptable and for the Factor A confidence assessment, assigned an adjectival rating of substantial confidence, satisfactory confidence, limited confidence, no confidence, or unknown confidence. See AR 8a-353 to 354. “Cost proposals w[ere] not [to] be assigned an adjectival rating[, however,] but [were to] be evaluated for completeness, cost reasonableness, and cost realism.” AR 8a-343. Relevant to this bid protest, Factor C evaluated staffing and resources, particularly the bidder’s “ability to recruit and retain qualified local workforce and key personnel/managers.” AR 8a-348 to -349. Among the proposed qualified workforce were 68 positions for “exempt employees,” i.e., employees not covered by collective bargaining or the Service Contract Act, for which the bidders were required to provide exempt labor rates. See Def.’s Cross-Mot at 9 & n.2 (citing AR 116-16662); Def.-Intervenor’s Cross- Mot.

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)
Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
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)
Miles Construction, Llc v. United States
108 Fed. Cl. 792 (Federal Claims, 2013)
Innovative Test Asset Solutions LLC v. United States
125 Fed. Cl. 201 (Federal Claims, 2016)
United International Investigative Services, Inc. v. United States
42 Cont. Cas. Fed. 77,336 (Federal Claims, 1998)
OAO Corp. v. United States
49 Fed. Cl. 478 (Federal Claims, 2001)
PGBA, LLC v. United States
60 Fed. Cl. 196 (Federal Claims, 2004)
Consolidated Engineering Services, Inc. v. United States
64 Fed. Cl. 617 (Federal Claims, 2005)
Hospital Klean of Texas, Inc. v. United States
65 Fed. Cl. 618 (Federal Claims, 2005)
DGR Associates, Inc. v. United States
94 Fed. Cl. 189 (Federal Claims, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
Dzsp 21, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dzsp-21-llc-v-united-states-uscfc-2018.