G4s Secure Solutions (Usa) Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 3, 2020
Docket19-1329
StatusPublished

This text of G4s Secure Solutions (Usa) Inc. v. United States (G4s Secure Solutions (Usa) 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
G4s Secure Solutions (Usa) Inc. v. United States, (uscfc 2020).

Opinion

In the United States Court of Federal Claims No. 19-1329C

(Filed Under Seal: December 17, 2019) (Reissued for Publication: January 3, 2020)1

************************************* * G4S SECURE SOLUTIONS (USA), INC., * * * Plaintiff, Post-Award Bid Protest; Rational Basis * Standard; Motion for Judgment on the * v. Administrative Record; Disagreements * With Agency’s Proposal Evaluations; * Agency Discretion; Motion for THE UNITED STATES, * Permanent Injunction; 18 U.S.C. * § 1491(b); Blanket Purchase Agreement; Defendant, * Incumbent Contractor; Prejudice; and * Unstated Evaluation Criteria; FAR § 8.4 * Procurement. ISS ACTION, INC., * * Defendant-Intervenor. * * *************************************

Gerald H. Werfel, with whom was H. Todd Whay, Baker, Cronogue, Tolle & Werfel, LLP, McLean, Virginia, for Plaintiff G4S Secure Solutions (USA), Inc.

Lauren S. Moore, Trial Attorney, with whom were Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, Tara K. Hogan, Assistant Director, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, D.C., and Terrius D. Greene, Attorney (Trade & Finance), Office of Chief Counsel, United States Customs and Border Protection, for Defendant.

1 The Court issued this decision under seal on December 17, 2019, and invited the parties to submit proposed redactions of any proprietary, confidential, or other protected information on or before December 27, 2019. The parties submitted two categories of proposed redactions which the Court finds acceptable. First, the Court replaced references to pricing information with [$***]. Second, the Court replaced the identity of ISS’s proposed subcontractor with [***]. The Court has also changed a clerical error on page 10. Daniel R. Forman, with whom was Robert J. Sneckenberg, Crowell & Moring LLP, Washington, D.C., for Intervenor ISS Action, Inc.

OPINION AND ORDER

WHEELER, Judge.

This post-award bid protest arises from a competitive procurement conducted by the U.S. Department of Homeland Security’s Customs and Border Protection (“CBP”) for security and transportation services to assist the U.S. Border Patrol along the southwest border of the United States. AR 1. As grounds for its protest, Plaintiff G4S Secure Solutions (USA), Inc. (“G4S”), the incumbent contractor, challenges CBP’s evaluation of proposals and its decision to select intervenor ISS Action, Inc. (“ISS”) for award. G4S argues that CBP’s evaluation of proposals was arbitrary, irrational, and unfair.

Currently before the Court are the parties’ cross-Motions for Judgment on the Administrative Record, filed pursuant to Rule 52.1 of the Court. For the reasons explained below, the Court finds that the awardee ISS properly received the highest possible non- price ratings and was more than $100 million less expensive than G4S’s proposal. Accordingly, the Court DENIES G4S’s protest and its accompanying request for a permanent injunction. The Court GRANTS the Government’s dispositive motion for Judgment on the Administrative Record.

Background

I. The Solicitation

CBP issued Solicitation No. 03C19Q0067 for a Blanket Purchase Agreement (“BPA”) on June 25, 2019. The solicitation is for security and transportation services on the southwest border of the United States. AR 1. CBP issued the solicitation as a Federal Supply Schedule order under Federal Acquisition Regulation (“FAR”) 8.405-2(b)(2) to six contractors holding a General Service Administration (“GSA”) Schedule 84 contract. See AR 2; Dkt. No. 28 at 2. The Request for Quotes (“RFQ”) included a Performance Work Statement (“PWS”), Transportation Plan, Corporate Experience Questionnaire (“CEQ”) form, Pricing Worksheet, Sample Task Order, Quality Assurance Surveillance plan, Evaluation Instructions, and a template for a BPA. AR 1–95. The BPA consisted of a one- year base period with four one-year option periods. AR 11.

The solicitation included three evaluation factors: Experience and Risk Awareness/Mitigation, Oral Presentation, and Pricing Spreadsheet and Sample Task Order Submission. AR 2–11. After the offerors submitted proposals, Phase One of the solicitation called for CBP to narrow the field to up to three contractors deemed most highly qualified based on the evaluation of their proposals. AR 3. Phase Two provided that CBP

2 would receive oral presentations and conduct a price analysis. AR 5–11, 271–73. CBP would then award the contract to the offeror considered to be the “best value” proposal. AR 9.

The agency evaluated the proposals using an adjectival assessment rating of “High Confidence,” “Some Confidence,” or “Low Confidence.” AR 10. The “Technical (Non- Price)” factor of the proposals included two phases. Id. The first phase was a thirty-minute telephone interview focusing on the offeror’s CEQ. AR 2. The CEQ required offerors to identify three prior contracts relevant to the work sought in the RFQ. AR 96, 99. G4S’s CEQ identified three of its own prior contracts while ISS identified two of its own contracts and one performed by its proposed subcontractor, [***]. AR 96–98, 99–107. In Phase One, CBP’s Technical Evaluation Team (“TET”) concluded that they had “high confidence” that both G4S and ISS “would be able to successfully compete for this contract.” AR 127, 132. As a result, CBP invited only G4S and ISS to participate in Phase Two. AR 322.

During Phase Two, offerors completed an in-person oral presentation and submitted a pricing worksheet and a sample task order. AR 2, 5. The TET evaluators focused on the offerors’ technical/management approach submitted during the oral presentation. AR 10. The Technical/Management approach refers to “the vendor’s technical solution, approach, capabilities, labor-mix/level-of-effort, and general understanding of the requirements [of the solicitation].” Id. In Phase Two, CBP found G4S’s oral presentation substandard, stating that the contractor’s answers were deficient and “not completely appropriate according to the requirements of the PWS,” and noted the presenters’ heavy reliance on pre-prepared notes. AR 287.

The agency also conducted a separate price analysis in accordance with FAR 8.405- 3(b)(2)(vi) to understand the reasonableness and fairness of the offeror’s proposed price. Id. In assessing price, CBP evaluated the offers for price risk and affordability. Id. The solicitation explained how CBP would weigh each factor against the others: “All ‘Non- Price/Cost’ factors when combined, are significantly more important than Cost/Price.” AR 9. While assessing pricing, CBP determined that both G4S and ISS’s pricing were low performance risks to the Government. AR 288. ISS, however, “offer[ed] [$***]” and demonstrated a “[s]olid understanding” of potential challenges. AR at 274; see also AR 167, 279.

Based on the above ratings, CBP concluded that although G4S was the incumbent contractor, “[its] proposal does not offer the best value.” AR 288. Consequently, CBP selected ISS, the only remaining offeror, because its “overall technical approach and expected performance level is higher . . . and costs much less than the incumbent.” Id.

3 II. The Present Dispute

G4S challenges the validity of the agency’s evaluation of its proposal and best value determination. G4S criticizes CBP for failing to consider the “unacceptable risk” posed by ISS’s lack of technical understanding. G4S further alleges that the agency provided conflicting instructions and applied unequal treatment during Phase Two. According to G4S, CBP’s price reasonableness analysis did not comply with the RFQ’s terms. G4S adds that CBP provided inadequate documentation of its decision-making process, “depriv[ing] this Court of the ability to determine the reasonableness of the agency’s procurement decisions.” Dkt. No. 33 at 20.

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

Related

Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Am-Pro Protective Agency, Inc. v. United States
281 F.3d 1234 (Federal Circuit, 2002)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Nve, Inc. v. United States
121 Fed. Cl. 169 (Federal Claims, 2015)
Harmonia Holdings Group, LLC v. United States
132 Fed. Cl. 129 (Federal Claims, 2017)
ITT Federal Services Corp. v. United States
45 Fed. Cl. 174 (Federal Claims, 1999)
Worldtravelservice v. United States
49 Fed. Cl. 431 (Federal Claims, 2001)
Consolidated Engineering Services, Inc. v. United States
64 Fed. Cl. 617 (Federal Claims, 2005)
Avtel Services, Inc. v. Unites States
70 Fed. Cl. 173 (Federal Claims, 2005)
Fort Carson Support Services v. United States
71 Fed. Cl. 571 (Federal Claims, 2006)
Axiom Resource Management, Inc. v. United States
78 Fed. Cl. 576 (Federal Claims, 2007)
Westech International, Inc. v. United States
79 Fed. Cl. 272 (Federal Claims, 2007)
Bannum, Inc. v. United States
91 Fed. Cl. 160 (Federal Claims, 2009)
Electronic Data System, LLC v. United States
93 Fed. Cl. 416 (Federal Claims, 2010)
FAS Support Services, LLC v. United States
93 Fed. Cl. 687 (Federal Claims, 2010)
Allied Technology Group, Inc. v. United States
94 Fed. Cl. 16 (Federal Claims, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
G4s Secure Solutions (Usa) Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/g4s-secure-solutions-usa-inc-v-united-states-uscfc-2020.