Fru-Con Construction Co. v. United States

57 Fed. Cl. 483, 2003 U.S. Claims LEXIS 239, 2003 WL 22049533
CourtUnited States Court of Federal Claims
DecidedAugust 7, 2003
DocketNo. 03-1229C
StatusPublished
Cited by8 cases

This text of 57 Fed. Cl. 483 (Fru-Con Construction 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
Fru-Con Construction Co. v. United States, 57 Fed. Cl. 483, 2003 U.S. Claims LEXIS 239, 2003 WL 22049533 (uscfc 2003).

Opinion

OPINION AND ORDER

HODGES, Judge.

Fru-Con Construction filed a bid protest challenging a contract award by the Architect of the Capitol. The Government contended that this court cannot review procurement decisions by the Architect of the Capitol because it is not a Federal agency, and because it is part of the Legislative Branch. We ruled in a related case that the Architect of the Capitol is a Federal agency for jurisdictional purposes, and that this court’s Tucker Act jurisdiction does not depend on whether the Architect of the Capitol is a part of the Legislative Branch. Bell BCI Co. v. United States, 56 Fed.Cl. 465 (2003).

Plaintiff moved for judgment on the administrative record and for preliminary and permanent injunctions. Defendant and Hitt Contracting filed cross motions for judgment on the administrative record.1 Fru-Con has not shown that the Architect abused his discretion or otherwise acted contrary to procurement law. The Agency’s procurement decision was reasonable and rational.

BACKGROUND

The Architect of the Capitol solicited bids for an expansion of the West Refrigeration Plant at the United States Capitol. Plaintiff submitted its proposal in March 2003. The Architect awarded the contract to Hitt Contracting for $67,195,972, Fru-Con’s bid was $5.5 million lower. Plaintiff filed a bid protest with the General Accounting Office in April 2003. The GAO dismissed that action in May because an offeror filed a bid protest in this court involving the same contract. See Bell BCI Co. v. United States, 56 Fed.Cl. 465 (2003).

We issued an order in Bell on May 9, denying a motion to enjoin the Architect’s award. Bell BCI Co. v. United States, 03-796C (Fed.Cl. May 9, 2003). An August 1 opinion and order dismissed Bell’s motion for judgment on the administrative record and entered judgment for the Government. This opinion addresses plaintiff Fru-Con’s motion for judgment on the administrative record.

DISCUSSION

A.

This court has jurisdiction “to render judgment on an action by an interested party [485]*485objecting to ... any alleged violation of statute or regulation in connection with a procurement or a proposed procurement.” 28 U.S.C. § 1491(b)(1). We review agency procurement decisions according to Administrative Procedure Act standards. 5 U.S.C. § 706. These standards provide that the court will uphold an agency’s decision unless plaintiff shows that it is “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.” 5 U.S.C. § 706(2)(A); 28 U.S.C. § 1491(b)(4).

A court may not interfere with an agency’s procurement decision unless “it is clear that the agency’s determinations were irrational and unreasonable.” Acra, Inc. v. United States, 44 Fed.Cl. 288, 293 (1999) (citation omitted). Government agencies have wide discretion in determining whether an offer meets technical requirements of a solicitation. CW Gov’t Travel, Inc. v. United States, 53 Fed.Cl. 580, 590 (2002); see E.W. Bliss Co. v. United States, 77 F.3d 445, 449 (Fed.Cir.1996). Plaintiff must show that the agency’s evaluation was arbitrary and capricious and that plaintiff was prejudiced in the process. CCL Serv. Corp. v. United States, 48 Fed.Cl. 113, 120 (2000). The fact that FruCon disagrees with the evaluator’s conclusions is not enough for this court to overturn them. See ITT Fed. Servs. Corp. v. United States, 45 Fed.Cl. 174, 185-186 (1999); CRC Marine Servs., Inc. v. United States, 41 Fed.Cl. 66, 83-84 (1998).

B.

This was a best value procurement. The Solicitation required offerors to submit separate proposals for technical and price criteria. Technical criteria were more important than price.2 The Architect did not conduct a price evaluation unless he found that the contractor was technically qualified.

The technical evaluation criteria were:

(1) General Contractor’s Corporate Experience & Past Performance
(2) Chiller Manufacturer’s Corporate Experience & Past Performance
(3) Organization & Key Personnel
(4) Management Plan
(5) Subcontractor Management Capabilities
(6) Chillers

The Agency rated bidders “Acceptable” or “Unacceptable” on all six factors. Acceptable meant that an offeror had addressed the factors under review and had met the Solicitation requirements. If the proposal showed any deficiencies or weaknesses, they were minor and easily corrected. Major or extensive deficiencies were “Unacceptable.” See Good Food Servs., Inc., 98-1 CPD ¶ 102, at 2, 1997 WL 868303 (Sept. 2, 1997) (“Agencies properly may reject an offer where informational deficiencies are so numerous that their correction would essentially require a major rewriting of the proposal.”).

The Architect determined that Fru-Con’s proposal was Unacceptable in four of the six technical areas: (1) General Contractor’s Corporate Experience and Past Performance; (2) Organization and Key Personnel; (3) Management Plan; and (4) Subcontractor Management Capabilities.

C.

Plaintiff challenges the Architect’s determination that sections of its proposal are Unacceptable, and that any technical deficiencies were de minimis and should have been offset by the $5.5 million savings to the Government from its lower bid. Defendant responds that plaintiff must prove that all technical factors were Acceptable to demonstrate its eligibility. The six technical factors were weighted equally; a rating of Unacceptable on any item rendered the entire proposal unacceptable.3 The Architect could not consider the alleged $5.5 million savings because plaintiff had to show that all technical factors were Acceptable before the Agency [486]*486could review the price proposal. The Solicitation stated, “[t]he Government will evaluate the price proposals of all firms found technically qualified ” (emphasis added).

D.

The Corporate Experience factor is typical of the problems that the contracting officer and the Selection Board had with plaintiffs technical qualifications. Fru-Con argues that the Architect improperly evaluated its corporate experience and past performance by adopting an unreasonable interpretation of comparable projects. The Request for Proposals required “client references of successfully managed contracts for at least three (3) comparable projects performed within the past five (5) years.” The Solicitation does not define the term Comparable Project, but the Comptroller General has emphasized the need for proposals containing a history of experience with projects of similar size and complexity. See Birdwell Bros. Painting & Refinishing, 2000 CPD ¶ 129, at 5, 2000 WL 1141260 (July 5, 2000).

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
57 Fed. Cl. 483, 2003 U.S. Claims LEXIS 239, 2003 WL 22049533, Counsel Stack Legal Research, https://law.counselstack.com/opinion/fru-con-construction-co-v-united-states-uscfc-2003.