Forest City Military Communities, LLC v. United States

79 Fed. Cl. 373, 2007 U.S. Claims LEXIS 368, 2007 WL 4154079
CourtUnited States Court of Federal Claims
DecidedOctober 31, 2007
DocketNo. 07-546 C
StatusPublished
Cited by1 cases

This text of 79 Fed. Cl. 373 (Forest City Military Communities, 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
Forest City Military Communities, LLC v. United States, 79 Fed. Cl. 373, 2007 U.S. Claims LEXIS 368, 2007 WL 4154079 (uscfc 2007).

Opinion

OPINION

HEWITT, Judge.

This is a bid protest brought by Forest City Military Communities, LLC (Forest City or FCMC), an unsuccessful offeror in a procurement by the United States, acting through the Department of the Army (government or defendant or the Army), of military housing and related amenities at the United States Military Academy, West Point, New York (West Point). Plaintiffs Complaint for Declaratory and Injunctive Relief (PL’s Compl.) H1. GMH/Centex Military Communities, the successful offeror, joined the case as defendant-intervenor. Consent Motion for Leave to Intervene, filed July 23, 2007; Order of July 23, 2007 (granting the Consent Motion for Leave to Intervene). Briefing (described in note 2 below) followed.2

[375]*375For the following reasons, plaintiffs Motion is DENIED and defendant’s and defendant-intervenor’s Motions are GRANTED.

I. Background

The Military Housing Privatization Initiative (MHPI) statute provides the military services with the ability to privatize military family housing on military installations. 10 U.S.C. §§ 2871-2885 (2000); AR 289; Pl.’s Facts 111. The Army’s MHPI program is the Residential Communities Initiative (RCI) program. Pl.’s Facts U1. The Army solicited proposals from contractors interested in the Army’s RCI program to privatize military family housing communities in several locations, including West Point, through Request for Qualification No. W912DR-06-R-0006 (Solicitation or RFQ) [undated]. AR 288-89. The Solicitation was apparently issued on or about December 16, 2005. AR 1638 (Letter from Contracting Officer for Department of the Army to Senior Attorney in the Procurement Law Control Group).

The RFQ provides for two phases: Phase 1—the phase at issue in this bid protest—is project planning, which includes a $350,000 contract to develop a Community Development and Management Plan (CDMP); Phase 2 is project implementation, which would be a contract awarded to a developer to implement the CDMP. AR 299; Pl.’s Facts 112. The awardee of a Phase 1 contract does not necessarily receive a Phase 2 contract to implement the CDMP. AR 299. Phase 1 consists of two solicitation steps: Step 1 solicits from interested offerors a five-page submission addressing three Minimum Experience Requirements (MERs), id. at 304, 307; those offerors who meet the MERs then submit a Statement of Qualifications, id. at 305, 308. In Step 2, out of which this dispute arises, eligible offerors submit a project proposal.3 Id. at 314. The Step 2 proposals are evaluated by the individual members of a Source Selection Evaluation Board (SSEB). Id. at 318. The SSEB that evaluated the West Point proposals was comprised of five members, including a Chairperson and Deputy Chairperson. Id. at 89. The Step 2 evaluation criteria comprise the following four factors: 1) Project Finance4; 2) Preliminary Project Concept Statement; 3) Organizational Capabilities, and 4) Small Business Utilization Plan. Id. at 314, 320, 327-29. Each of these factors includes a series of subfactor [376]*376questions used by the evaluators to rate the four factors for each proposal. Id. at 327-29.

This dispute centers on the Project Finance factor, PL’s Mot. 17-28, in particular, an amendment to Project Finance subfactor five to add the underlined text:

Does the offeror demonstrate an understanding of the opportunities for and limitations on the revenue and expense associated with the project? To what degree is the offeror guaranteeing scope and price? Does the financial plan support the long-term maintenance of the project?

AR 138 (RFQ Amendment No. 7, Sept. 22, 2006) (emphasis added). Plaintiff argues that its so-called scope guarantee offered in response to Amendment No. 7 was not properly evaluated because, among other reasons, defendant failed to appreciate the value of the guarantee in its evaluation of plaintiffs proposed vertical cost of construction.5 PL’s Mot. 17-23. Plaintiffs complaint also focuses on the Preliminary Project Concept Statement evaluation factor. Plaintiff argues that GMH’s overall rating for the Preliminary Project Concept Statement factor should have been downgraded because GMH proposed to perform no work on [xxx] units (the “no work” units) until the [xxx] year of the project. Id. at 25-26.

In addition to the four evaluation factors, the RFQ also provides that “[t]he assessment of Past Performance will be used in making the ‘Best Value’ selection.” AR 320. The RFQ states that, for Step 2, Past Performance may be considered under the Organization Capabilities factor. Id. at 317-18 (instructing offerors that “for the gathering of past performance information (Appendix K), provide the names and contact information ... for, at minimum, the Government project manager for all MHPI type projects for all military services that offeror is currently involved in even if offeror is not the lead on that project”). The RFQ states that the evaluation team will use a “Past Performance Questionnaire (Appendix K) ... to obtain customer input on other MHPI projects and this information will be consolidated into an overall Past Performance rating. The Evaluation Team may consider information about other projects performed by offerors and identified through any and all means, including but not limited to customer surveys and comments from Government agencies.” Id. at 321.

The RFQ sets out an adjectival rating system, which includes the following ratings: exceptional plus, exceptional, exceptional minus, acceptable plus, acceptable, acceptable minus, unacceptable, and neutral. Id. at 321-22. The RFQ requires the evaluators to use this rating system for the four individual evaluation factors and, excluding the option for a “neutral” rating, for an overall evaluation of the offeror’s submission. Id. The evaluators also assess the risk level of selecting each offerors’ overall proposal, rating the risk low, moderate, or high. Id. at 323.

After the five SSEB members conclude their individual evaluations of each proposal, the chair of the SSEB prepares a consensus report based on the details of the individual evaluations. Id. The SSEB, through the Contracting Officer, then presents its consensus evaluation of each proposal to the Source Selection Advisory Committee (SSAC). Id. at 320. The SSAC, composed of three voting members and one non-voting advisor, a consultant from Jones Lang LaSalle, PL’s Facts H19, then makes “a comparative assessment of the proposals against all source selection criteria in the solicitation,” AR 323. The SSAC then “brief[s] ... the [Source Selection Authority (SSA)] who will make the final analysis resulting in a recommendation to award.” Id.

The SSAC consensus evaluation rated Forest City’s proposal overall as “exceptional minus.” AR 1032. Forest City received a rating of “exceptional” for the evaluations factors of Organizational Capability and Small Business Utilization Plan. AR 1047, 1052. For the Project Finance and Preliminary Project Concept Statement evaluation factors, Forest City received a rating of “ex[377]*377ceptional minus.” AR 1034, 1041.

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

Related

Centech Group, Inc. v. United States
79 Fed. Cl. 562 (Federal Claims, 2007)

Cite This Page — Counsel Stack

Bluebook (online)
79 Fed. Cl. 373, 2007 U.S. Claims LEXIS 368, 2007 WL 4154079, Counsel Stack Legal Research, https://law.counselstack.com/opinion/forest-city-military-communities-llc-v-united-states-uscfc-2007.