Ettefaq-Meliat-Hai-Afghan Consulting, Inc. v. United States

106 Fed. Cl. 429, 2012 U.S. Claims LEXIS 1247, 2012 WL 4903370
CourtUnited States Court of Federal Claims
DecidedAugust 21, 2012
DocketNo. 11-659C
StatusPublished
Cited by4 cases

This text of 106 Fed. Cl. 429 (Ettefaq-Meliat-Hai-Afghan Consulting, 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
Ettefaq-Meliat-Hai-Afghan Consulting, Inc. v. United States, 106 Fed. Cl. 429, 2012 U.S. Claims LEXIS 1247, 2012 WL 4903370 (uscfc 2012).

Opinion

OPINION AND ORDER

WILLIAMS, Judge.

In this post-award bid protest, Ettefaq-Meliat-Hai-Afghan Consulting, Inc., (“EMA”) challenges the awards of multiple contracts by the Department of the Army, CENTCOM Contracting Command (“Army”) for trucking services in the Afghanistan Theater of Operations.2 The Army disqualified EMA from receiving an award on the ground that EMA was nonresponsible, a determination EMA seeks to overturn as arbitrary and capricious. EMA also claims that the Army misapplied the Government’s “vendor vetting” program, a classified contractor rating process designed to ensure the reliability of military contractors in Iraq and Afghanistan. [432]*432Specifically, EMA contends that the Army faded to properly debrief EMA, preventing EMA from seeking reconsideration of its [redacted] which rendered EMA ineligible to receive any United States Government contracts in Afghanistan, including the subject award. EMA seeks a permanent injunction remanding the responsibility determination to the Army. At oral argument, EMA sought additional relief in the form of a new debriefing with a directive to the contracting officer to advise EMA of its right to request reconsideration of its vendor vetting rating.

This matter comes before the Court on the parties’ cross-motions for judgment on the administrative record (“AR”) and EMA’s motion for a permanent injunction. Upon consideration of the AR, the motion papers, and all classified appendices, the Court concludes that EMA has failed to demonstrate that either EMA’s nonresponsibility determination or the vendor vetting process was improper. The Court therefore grants Defendant’s motion for judgment on the administrative record and denies Plaintiffs motion for a permanent injunction.

Findings of Fact3

The Solicitation

On February 22, 2011, the Army issued solicitation number W91B4N-11-R-5000 for National Afghan Trucking (“NAT”) services in Afghanistan. The purpose of the NAT contract was to provide a secure and reliable means of distributing reconstruction material, security equipment, fuel, miscellaneous dry cargo, and life support assets to forward operating bases and distribution sites throughout the combined joint operations area in Afghanistan. The Army anticipated the award of indefinite delivery/indefinite quantity contracts for trucking services in three suites: Suite 1 for bulk fuel, Suite 2 for dry cargo, and Suite 3 for heavy cargo. AR 30. The NAT procurement was essentially a follow-on procurement to the Host Nation Trucking (“HNT”) contract, which had involved substantially the same mission requirements.

The solicitation stated that the Army would make awards based on Federal Acquisition Regulation (“FAR”) 15.101-2, “lowest price technically acceptable.”4 Proposals were to be evaluated using two criteria: technical capability and price. AR 184. The solicitation stated that “the Government will evaluate the offeror for responsibility in accordance with FAR 9.1.” AR 187. FAR 9.104-1 provides:

To be determined responsible, a prospective contractor must—

(a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104 — 3(a));
(b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;
(c) Have a satisfactory performance record (see 48 CFR 9.104-3(b) and part 42, subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2;
(d) Have a satisfactory record of integrity and business ethics (for example, see Sub-part 42.15).
(e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (see 9.104-3(a));
(f) Have the necessary production, construction, and technical equipment and fa[433]*433cilities, or the ability to obtain them (see 9.104-3(a)); and
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations....

Submission of Proposals

Although EMA was an incumbent HNT contractor as a member of a joint venture with Mesopotamia Group (“MG”) known as MG EMA, EMA bid on the NAT procurement alone, and independently of MG. EMA timely submitted its proposal for all three NAT suites. See AR 2182. On July 29, 2011, the Army eliminated all bidders for the NAT procurement whose proposals failed either the technical or price requirements, and forwarded the remaining proposals for determinations of responsibility. AR Tabs 107.1-107.3. By letter dated July 31, 2011, the contracting officer informed EMA that its responsibility evaluation was ongoing and listed several areas of concern, requesting that EMA provide responses including the circumstances giving rise to each area of concern, any mitigating circumstances, and the corrective action taken to prevent reoc-currence. AR 16236-39. Adverse information relating to EMA’s performance of the HNT contract involved non-compliance with In-transit Visibility (“ITV”) contract requirements, failure to meet Private Security Contractor Arming Requirements, forged Transportation Movement Requests (“TMRs”), and withholding of contract payments for multiple faded missions, cancelled no pay missions, pilferage/backcharges, and fuel backcharges. Id. In describing this adverse information, the contracting officer cited letters of concern dated December 22, 2009, February 1, 2010, and August 31, 2011, and cure notices dated January 1, 2010, and July 5, 2011, issued to EMA under the HNT contract. Id. On August 2, 2011, EMA responded, detailing the relevant circumstances, mitigating factors, and corrective action taken. EMA 56.

The Nonresponsibility Determination

The contracting officer found that EMA was nonresponsible on August 9, 2011, relying entirely on EMA’s performance of the HNT contract as part of the MG EMA joint venture. Before addressing any specific provisions of FAR 9.104-1 in her responsibility determination, the contracting officer noted that although EMA’s performance issues under the HNT contract arose during its joint venture with MG, the responsibility determination for the NAT award would refer to “MG EMA” as “EMA” EMA 2. In the remainder of the responsibility determination, the contracting officer attributed performance failures of “MG EMA” under the HNT contract to “EMA”5

EMA’s Inability to Meet the Delivery or Performance Schedule

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

Related

Communication Construction Services, Inc. v. United States
116 Fed. Cl. 233 (Federal Claims, 2014)
MG Altus Apache Co. v. United States
111 Fed. Cl. 425 (Federal Claims, 2013)
Ncl Logistics Company v. United States
109 Fed. Cl. 596 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
106 Fed. Cl. 429, 2012 U.S. Claims LEXIS 1247, 2012 WL 4903370, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ettefaq-meliat-hai-afghan-consulting-inc-v-united-states-uscfc-2012.