G4s Technology Cw Llc v. United States

109 Fed. Cl. 708, 2013 U.S. Claims LEXIS 167, 2013 WL 935890
CourtUnited States Court of Federal Claims
DecidedMarch 12, 2013
Docket12-705C
StatusPublished
Cited by14 cases

This text of 109 Fed. Cl. 708 (G4s Technology Cw 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
G4s Technology Cw Llc v. United States, 109 Fed. Cl. 708, 2013 U.S. Claims LEXIS 167, 2013 WL 935890 (uscfc 2013).

Opinion

Post-award Bid Protest; Standing Under 28 § U.S.C. 1491(b)(1); Interested Party; Substantial Chance of Award; Discussions Versus Clarifications; Agency Discretion to Exclude Offeror for Incomplete Proposal

OPINION

FIRESTONE, Judge

This bid protest case arises from a solicitation issued by the Washington Headquarters Services (“WHS” or the “agency”), a U.S. Department of Defense (“DOD”) Field Activity, for a contract to procure various security services to protect DOD sites within the National Capital Region (“NCR”). In this bid protest action brought pursuant to 28 U.S.C. § 1491(b)(1), the plaintiff, G4S Technology CW LLC (“G4S”), an unsuccessful bidder, claims that WHS acted arbitrarily and capriciously or otherwise contrary to law when it concluded that G4S’s pi’oposal did not meet the solicitation’s “minimum requirements” and awarded the contract to the defendant-intervenor, M.C. Dean, Inc. (“M.C. Dean”).

Pending before the court is G4S’s motion for judgment on the administrative record. G4S seeks declaratory and injunctive relief. The United States (the “government”) has *711 moved to dismiss G4S’s complaint under Rule 12(b)(1) of the Rules of the United States Court of Federal Claims (“RCFC”) for lack of subject-matter jurisdiction on the grounds that G4S does not have standing to bring this action. M.C. Dean as intervenor has also moved for dismissal under RCFC 12(b)(1). Both the government and M.C. Dean move in the alternative for judgment on the administrative record pursuant to RCFC 52.1. Oral argument was held on February 20, 2013.

For the reasons set forth below, the court holds that it has subject-matter jurisdiction over G4S’s claim and thus denies the government’s and M.C. Dean’s motions to dismiss. The court further finds on the merits that WHS’s decision finding that G4S’s proposal failed to meet the solicitation’s “minimum requirements” was not arbitrary, capricious, or contrary to law. Therefore, G4S was properly excluded from further evaluation and WHS’s contract award to M.C. Dean must be upheld.

I. Statement of Facts

A. The solicitation.

1. Scope of work.

The facts in this case are undisputed and are set forth in the Administrative Record (“AR”) and the parties’ briefing. On December 1, 2011, WHS held an industry day to provide an introduction and preliminary information about the “Integrated Security Services Contract” (“ISSC”). AR 37. The agency intended to provide a single contract award for work related to Security Intrusion Detection Systems, Access Control Systems, Closed Circuit Television Systems and additional security-related systems under the Pentagon Force Protection Agency Security Services Directorate and Project Integration Directorate. Id. As stated, the security work focused on various DOD-owned buildings around the NCR, which includes the District of Columbia and parts of Virginia and Maryland. AR 334. The contract would also require the awardee to repair “all currently installed equipment as well as future equipment installed in contract, to include: turnstiles, locks (maglocks and electrified mortise locks), card readers, cameras, ACS/IDS panels, etc.” AR 73.

The agency issued solicitation number HQ0034-12-R-0006 (“the solicitation”) on December 23, 2011. AR 93-166. According to the Performance Work Statement (“PWS”) attached to the solicitation, the awardee would provide service and maintenance on existing, new, and upgraded systems and subsystems. AR 334-36. The awardee would also manage and operate a range of security systems. Id. The awardee was to provide a “total system approach to automating and improving the physical security system used to protect Department of Defense sites within the National Capital Region.” AR 334. The solicitation covered approximately 120 buildings including the Pentagon and the Mark Center, a DOD office complex located in Alexandria, Virginia. AR 338-39.

The solicitation divided the work into separate Contract Line Items (“CLINs”). CLIN 0001 covered system support, CLIN 0002 covered installations, CLIN 0003 covered preventative maintenance, CLIN 0004 covered repair, and CLIN 0005 covered logistics support. AR 94-98. Each CLIN further subdivided its associated activity into one base year and four option year periods (i.e. CLIN series 1001-4001). Id. The solicitation required that all CLINs be submitted as a firm fixed price. AR 94-118.

The solicitation required the selected bidder to provide “all post installation services and equipment necessary to maintain the installed system ... in an operational state.” AR 398. It stated that this “warranty period shall be for one (1) year or the length of the Original Equipment Manufacturer’s warranty whichever is greater.” Id. It also provided certain requirements for senior personnel. For instance, it required that the Program Manager have at least three consecutive years of experience in installation and support service of “campus wide” types of security systems. AR 364. The solicitation also required that the proposed “Senior Systems Administrator must also have an IAT level II certification and applicable Computing Envi *712 ronment Certification as defined in appendix 3 of DOD 8570.0-M.” 1 AR 365.

2. Basis of award.

The solicitation explained that the “contract award will be made to the responsible offeror whose offer, in conforming to this solicitation provides the overall best value to the Government_” AR 624. It further stated that WHS’s “objective is to obtain the highest technical quality considered necessary to achieve the project objectives with a realistic and reasonable cost.” Id. The solicitation rooted WHS’s evaluation of the proposals in five factors of descending importance: Factor 1, Management; Factor 2, Integrated Logistics Support Program 2 (“ILS”); Factor 3, Past Performance; Factor 4, Small Business Plan; and Factor 5, Price. AR 624. The solicitation provided that the first four factors are “significantly more important” than the fifth factor, price. Id. It further noted that price will become more important as the factors “become more equal.” Id. The agency rated the Management, ILS, and Small Business Plan factors (Factors 1, 2, and 4) using the same adjectival rating scale, assigning one of five categories depending on strengths and weaknesses determined from the proposals. 3 AR 627. The solicitation also provided that a “determination of ‘Unacceptable’ renders the entire proposal unacceptable and therefore will NOT be considered for award.” Id. Therefore, given the definition for “Unacceptable,” one deficiency would render a proposal ineligible for award. For Factor 3, Past Performance, WHS evaluated the of-ferors’ performance using two sub-factors: “Relevancy” 4 and “Confidence.” 5 AR 627-28.

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

Related

Strategic Business Solutions, Inc. v. United States
129 Fed. Cl. 621 (Federal Claims, 2016)
Per Aarsleff A/S v. United States
121 Fed. Cl. 603 (Federal Claims, 2015)
Framaco International, Inc. v. United States
119 Fed. Cl. 311 (Federal Claims, 2015)
IBM Corporation v. United States
119 Fed. Cl. 145 (Federal Claims, 2014)
Bailey Tool & Mfg. Company v. United States
117 Fed. Cl. 457 (Federal Claims, 2014)
Lawrence Battelle, Inc. v. United States
117 Fed. Cl. 579 (Federal Claims, 2014)
Business Integra, Inc. v. United States
116 Fed. Cl. 328 (Federal Claims, 2014)
Hyperion, Inc. v. United States
115 Fed. Cl. 541 (Federal Claims, 2014)
Bcpeabody Construction Services, Inc. v. United States
112 Fed. Cl. 502 (Federal Claims, 2013)
St Net, Inc. v. United States
112 Fed. Cl. 99 (Federal Claims, 2013)
Mil-Mar Century Corp. v. United States
111 Fed. Cl. 508 (Federal Claims, 2013)
Davis Boat Works, Inc. v. United States
111 Fed. Cl. 342 (Federal Claims, 2013)

Cite This Page — Counsel Stack

Bluebook (online)
109 Fed. Cl. 708, 2013 U.S. Claims LEXIS 167, 2013 WL 935890, Counsel Stack Legal Research, https://law.counselstack.com/opinion/g4s-technology-cw-llc-v-united-states-uscfc-2013.