GCC Enterprises, Inc. v. United States

91 Fed. Cl. 1, 2009 U.S. Claims LEXIS 701, 2009 WL 5178363
CourtUnited States Court of Federal Claims
DecidedDecember 23, 2009
DocketNo. 09-465C
StatusPublished

This text of 91 Fed. Cl. 1 (GCC Enterprises, 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
GCC Enterprises, Inc. v. United States, 91 Fed. Cl. 1, 2009 U.S. Claims LEXIS 701, 2009 WL 5178363 (uscfc 2009).

Opinion

OPINION

FIRESTONE, Judge.

Pending before the court are cross-motions for judgment on the administrative record filed under Rule 52.1 of the Rules of the United States Court of Federal Claims (“RCFC”) by the plaintiff, GCC Enterprises, Inc. (“GCC”), and by the defendant, the United States (“government”), in this bid-protest case.1 For the reasons set forth below, the court GRANTS the government’s motion for judgment on the administrative record and DENIES the plaintiffs motion for judgment on the administrative record.

I. STATEMENT OF FACTS

The following facts are taken from the administrative record and are not in dispute.

A. Solicitation

On October 31, 2008, the United States Army Corps of Engineers (“COE”), Omaha District issued seven solicitations to provide emergency temporary roof repairs in support of disaster response for several states. Administrative Record (“AR”) 90. Among the largest of these solicitations was solicitation No. W9128F-09-R-0010 (“RFP”), the solicitation at issue here, which is commonly referred to as the “All State” or “All States” solicitation. This solicitation called for the provision of emergency temporary roof repairs using blue plastic sheeting (“blue roofs”) in support of disaster response for nineteen coastal states plus the District of Columbia. Id. Under the terms of the solicitation, COE intended to award one Indefinite Delivery/Indefinite Quantity (“ID/IQ”) contract (known as a Single Award Task Order Contract) in an amount not to exceed $50,000,000, with a minimum guarantee of $5,000. AR 90, 111. The period of performance for this contract consisted of a three-year base period and a two-year option period for a total of a five-year performance period. AR 147. The procurement was set aside for Service Disabled Veteran Owned Small Businesses, AR 95, and provided that the offeror was required to self-perform 30% of the work under the contract. AR 145. The six other concurrent solicitations also concerned installation of blue roofs for regions of the country or individual states. Proposals for the seven solicitations were evaluated by seven different Source Selection Evaluation Boards (“SSEB” or “Board”). However, the final award decision was to be made by a single Source Selection Authority (“SSA”).

The All State solicitation was advertised on October 31, 2008, and twenty-three proposals were received on or before December 11, 2008. AR 1298. GCC and the intervenor, Ironclad Services, Inc. (“Ironclad”), were among the offerors who submitted proposals.

B. Evaluation of Proposals

The All State proposals were evaluated by the All State SSEB, which was established in accordance with the Source Selection Evaluation Plan (“SSEP”). The SSEB consisted of three voting members and a non-voting chairman; it convened from February 23 to [3]*3February 27, 2009, evaluating twenty-two proposals in accordance with the SSEP.2 AR 1058-59. According to the solicitation, “[t]he principal objective of the evaluation process is to make award of a contract to the responsible offeror whose proposal is determined to be the ‘best value’ to the Government, price and other factors considered in a Service Disabled Veteran Owned (SDVO) Small Business set aside.” AR 121. The evaluators considered two volumes. Volume I contained the Technical Proposal, and Volume II consisted of the Cost/Price Proposal. Id. The Technical Proposal was divided into five factors and was considered significantly more important than the Cosi/Price Proposal. Id. The following table contained in the solicitation details these factors and the weight that the SSEB was to afford to each proposal evaluated:

TECHNICAL FACTORS RELATIVE IMPORTANCE
Volume I — Technical Proposal Significantly more important than Cost/Pricc Proposal
A. Mobilizalion/Strategic Management Plan Significantly more important than B, C, D, and E
B. Experience, Personnel anti Specialized Expertise Equally important to C Slightly more important than D and E Significantly less important than A
C. Capacity Equally important to B Slightly more important than D and E Significantly less important than A
D. Past Performance Significantly less important than A Slightly less important than B & C Slightly more important than E
E. Subcontracting Significantly less important than A Slightly less important than B, C, and D
Volume II — Cost/Price Proposal Significantly less important than Technical Proposal
F. Cost/Price Significantly less important than A-E

AR 121-122 (emphasis in original).

Section A, “Mobilization/Strategic Management Plan,” measured five subsections: (1) “Deployment Plan — Mobilizing to Meet The Mission”; (2) “Organizational & Managerial Structure to Support Rapid and/or Long Term Deployment”; (3) “Structure of Proposed Team”; (4) “Safety Program”; and (5) “Quality Assurance/Quality Control Program.” AR 123-24. The first sentence of the evaluation section concerning Section A states, “Offerors should demonstrate a mobilization plan that includes the numbers, disciplines, and level of expertise of each employee that they may deploy.” AR 123. Section B, “Experience, Personnel and Specialized Expertise,” measured six subsections: (1) “Resumes of Key Personnel”; (2) “Expertise in Disaster Response”; (3) “Expertise in Temporary Roofing or Roofing Missions”; (4) “Best Practices Proposal to Minimize Damage to Metal Roofs”; (5) “Best Practices Proposal to Repair Small Areas of Damage on Roofs”; and (6) “Best Practices To Develop/ Maintain An Electronic Database Tracking and Scheduling Assigned Work.” AR 124-26. Section C, “Capacity,” measured one factor: “Ability to Respond to a Disaster of Varying Magnitude & Execute.” AR 126. Section D, “Past Performance,” measured an offeror’s past performance, and Factor E, “Subcontracting,” measured factors related to an offeror’s “Subcontracting With Local Entities.” AR 126.

For each proposal, the individual members of the Board assigned adjectival ratings for each section considered. Those individual ratings were then tabulated to create a consensus rating. For proposal Sections A, B, C, and E, the ratings available were Excel[4]*4lent, Above Average, Average, Marginal, and Unsatisfactory.3 AR 122. For Section D, which rated the amount of risk associated with a bid based upon the offeror’s past performance, the possible ratings were Very Low Risk, Low Risk, Moderate Risk, High Risk, Very High Risk, and Neutral. AR 122-23.

On or about February 27, 2009, the SSEB issued consensus ratings for twenty-two All State proposals. * * * * *

C. Re-evaluation

Following the initial evaluation of the proposals by the All State and Florida Boards, Lee McCormick (“Mr.McCormick”), the SSA and contracting officer in the COE’s Omaha District, decided that three proposals' — GCC, RCG, and ACRO Construction LLC (“ACRO”) — needed to be re-evaluated. The SSA found that there was “a major discrepancy” between the All State and Florida Boards’ treatment of common factors contained in the proposals. AR 1294-95. According to Mr.

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)
Axiom Resource Management, Inc. v. United States
564 F.3d 1374 (Federal Circuit, 2009)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
Ashbritt, Inc. v. United States
87 Fed. Cl. 344 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
91 Fed. Cl. 1, 2009 U.S. Claims LEXIS 701, 2009 WL 5178363, Counsel Stack Legal Research, https://law.counselstack.com/opinion/gcc-enterprises-inc-v-united-states-uscfc-2009.