Excelsior Ambulance Service, Inc. v. United States

124 Fed. Cl. 581, 2015 WL 8958877
CourtUnited States Court of Federal Claims
DecidedDecember 15, 2015
Docket15-189C
StatusPublished
Cited by3 cases

This text of 124 Fed. Cl. 581 (Excelsior Ambulance Service, 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
Excelsior Ambulance Service, Inc. v. United States, 124 Fed. Cl. 581, 2015 WL 8958877 (uscfc 2015).

Opinion

Bid Protest; Solicitation; Department of Veterans Affairs; RCFC 52.1; Cross-Motions for Judgment on the Administrative Record; SDVOSB; Corrective Action; Ambulance Services; FAR 52.219-14; FAR 15.306(a); FAR 15.306(e)(1); VAAR 852.219-10

OPINION AND ORDER

SWEENEY, Judge

This postaward bid protest is before the court on the parties’ cross-motions for judgment on the administrative record pursuant to Rule 52.1(c) of the Rules of the United States Court of Federal Claims (“RCFC”). Plaintiff, Excelsior Ambulance Service, Inc. (“Excelsior” or “plaintiff’), challenges an award of a contract for ambulance services to LMC Med Transportation, LLC (“LMC”) by the United States Department of Veterans Affairs (“VA”). After plaintiff filed this protest, defendant took corrective action, and then confirmed its award to LMC. Plaintiff challenges, inter alia, the manner in which the VA conducted the corrective action, and the ultimate award to LMC. For the reasons *584 set forth below, plaintiffs motion for judg^ ment on the administrative record is granted, and defendant’s cross-motion for judgment on the administrate record is denied.

I. BACKGROUND

A.Solicitation

On August 29, 2014, the VA issued solicitation number VA247-14-R-0828 for ambulance services for William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. 1 AR 13, 119. The solicitation provided that a firm fixed-price contract would be 100% set aside for a Service-Disabled Veteran-Owned Small Business (“SDVOSB”). Id. at 13, 122, 236. The contract encompassed a one-year base period with four one-year option periods. Id. at 236. Two amendments to the solicitation were issued. Id. at 229, 339. The second amendment altered paragraph B.5 of the solicitation to require that: “The contractor shall be licensed to work in the State of South Carolina.” Id. at 339. The second amendment also extended the deadline for the submission of proposals to September 15, 2014. Id.

B.Evaluation Criteria and Methodology

In the solicitation, the VA explained that the contract would be awarded to the offeror with the lowest priced technically acceptable proposal. Id. at 321. To accomplish this goal, the VA would evaluate the offerors’ proposals with respect to four factors: 1) Technical Approach and Management Capability; 2) Staff Experience and Qualifications; 3) Relevant Experience and Past Performance; and 4) Cost/Price. Id. at 321-23. The proposals would be rated as either “Acceptable” or “Unacceptable” for each of these factors. Id. at 323. Once proposals were determined to be “technically acceptable,” the award would be made “based on cost/ price only.” Id.

C.Evaluation of Proposals, Agency Protest, and Award

The VA received four proposals in response to the solicitation. Id. at 1048. Of these, two were nonresponsive because those offerors were not certified SDVOSBs. Id. The two remaining proposals, which were submitted by plaintiff and LMC, were both deemed technically acceptable. Id.

The VA then requested that plaintiff and LMC provide their best and final offers regarding price. Id. at 954, 1024. Excelsior did not change its price of [¶]... ]. Id. at 1024, 1043. LMC, however, reduced its original price of [...] to [.,.]. Id. at 994. The VA conducted a price analysis of both final offers and determined that LMC had provided the lowest priced technically acceptable proposal. Id. at 1047-50.

On November 3, 2014, Excelsior received an unsuccessful offeror notification, and requested a debriefing. Id. at 1175,1185. Excelsior then filed an agency-level protest on November 13, 2014. Id. at 1176. After being debriefed by the VA, Excelsior amended its agency-level protest on December 3, 2014. Id. at 1195-96. The VA dismissed in part and denied in part Excelsior’s protest on February 19, 2015. Id. at 1224. On February 27, 2015, the VA awarded the contract to LMC.

II. PROCEDURAL HISTORY

On that same date, February 27, 2015, Excelsior filed the present protest. Subsequently, on March 20, 2015, defendant filed a notice indicating that it had elected to take corrective action, and later filed a motion to dismiss the protest as moot. Plaintiff filed a response requesting that the motion be denied pending final agency publication of corrective action. On June 29, 2015, the court stayed proceedings pending defendant’s completion of the corrective action. During the corrective action, defendant sent each offeror a letter asking it to clarify how it intended to ensure that “at least 50 percent of the cost of personnel for contract performance” would be emended for employees of the offeror or of other eligible SDVOSBs, as required by section 852.219~10(c) of the VA Acquisition Regulation (“VAAR”). Id. at 1290-91. Each offeror responded to the request for clarification. Id. at 1268-70.

*585 In a joint status report filed on August 31, 2015, the parties informed the court that upon taking corrective action, the VA confirmed the contract award to LMC. The VA made no written findings nor provided any discussion or analysis explaining the basis for its decision to confirm the contract award to LMC based on the corrective action.. Plaintiff indicated in the status report that it intended to proceed with its protest. On September 18, 2015, plaintiff amended its complaint to include the allegation that the VA’s contract award to LMC during the corrective action was arbitrary and capricious, without a rational basis, and contrary to the terms of the solicitation. The parties have filed cross-motions for judgment on the administrative record, which are fully briefed. Oral argument was conducted on November 10, 2015.

III. LEGAL STANDARDS

A. Motions for Judgment on the Administrative Record

The parties have moved for judgment on the administrative record pursuant to RCFC 52.1(c). In ruling on such motions, “the court asks whether, given all the disputed and undisputed facts, a party has met its burden of proof based on the evidence in the record.” A & D Fire Prot, Inc. v. United States, 72 Fed.Cl. 126, 131 (2006) (citing Bannum, Inc. v. United States, 404 F.3d 1346, 1356 (Fed.Cir.2005) 2 ). Because the court makes “factual findings ... from the record evidence,” judgment on the administrative record “is properly understood as intending to provide for an expedited trial on the administrative record.” Bannum, 404 F.3d at 1356.

B. Bid Protests and Corrective Action

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

Related

Novak Birch, Inc. v. United States
132 Fed. Cl. 578 (Federal Claims, 2017)
Lawson Environmental Services, LLC v. United States
126 Fed. Cl. 233 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
124 Fed. Cl. 581, 2015 WL 8958877, Counsel Stack Legal Research, https://law.counselstack.com/opinion/excelsior-ambulance-service-inc-v-united-states-uscfc-2015.