Great Western Steel, Inc. v. United States

31 Cont. Cas. Fed. 71,582, 3 Cl. Ct. 510, 1983 U.S. Claims LEXIS 1607
CourtUnited States Court of Claims
DecidedOctober 3, 1983
DocketNo. 574-83C
StatusPublished
Cited by1 cases

This text of 31 Cont. Cas. Fed. 71,582 (Great Western Steel, Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Great Western Steel, Inc. v. United States, 31 Cont. Cas. Fed. 71,582, 3 Cl. Ct. 510, 1983 U.S. Claims LEXIS 1607 (cc 1983).

Opinion

OPINION

COLAIANNI, Judge:

On September 15, 1983, plaintiff, Great Western Steel, Inc. (Great Western), filed an action in this court seeking to enjoin the Bonneville Power Administration (BPA) from awarding a contract to a competing bidder on the solicitation now at issue. The BPA stated that it would withhold award of a contract on the disputed portion of the solicitation only through September 30, 1983.1

This case is before the court on cross-motions for summary judgment pursuant to RUSCC 56. The parties are in agreement on all facts necessary for the resolution of this case. Upon review of the motions presented and supporting documents, and following oral argument of counsel, this court concludes that the BPA’s modified invitation for bids (IFB) for this procurement manifested its intention to equate compliance with the Buy American Act and the bidder’s offer to perform as a labor surplus area concern (LSAC). This court finds that BPA did not breach its implied-in-fact contract with plaintiff to fully and fairly consider plaintiff’s bid under the terms of the solicitation. Therefore, plaintiff’s motions for summary judgment and injunctive relief are denied and defendant’s cross-motion for summary judgment is granted.

Facts

The Bonneville Power Administration issued an invitation for bids for the fabrication and delivery of four schedules of steel power transmission towers. Each schedule [512]*512was for two or more tower types, and the erection of any one tower type did not depend on any other. Another contractor was to assemble the delivered steel and erect the towers. The total of all four schedules equaled 15,300 tons of steel.

As finally issued, the IFB contained requirements applicable to both LSACs and the Buy American Act (the Act). All bidders were required to submit a “Buy American Representation and Certification.” In addition, the IFB required each bidder to agree to perform as an LSAC. If the bidder failed to comply with the LSAC requirement, its bid would be rejected as non-responsive. Several passages in the IFB, as amended, are important in defining the terms of the solicitation and the intended evaluation method for the bids.

The IFB defined LSAC as follows:

(3) The term “labor surplus area concern” means a concern that together with its first-tier subcontractors will perform substantially in labor surplus areas.
(4) The term “perform substantially in labor surplus areas” means that the costs incurred on account of manufacturing, production, or appropriate services in labor surplus areas exceed 50 percent of the contract price.

In addition, the IFB notified all bidders that “Award will be made by SCHEDULE OR COMBINATION OF SCHEDULES, OR AS A WHOLE, on the basis of the lowest evaluated cost to the Government.” (Emphasis added.)

On April 22, 1983, BPA issued Amendment No. 001, which contained several highly pertinent passages. That amendment stated:

(a) The offeror certifies as part of his offer, that if awarded a contract, it will perform as a labor surplus area concern. For this solicitation, performance as a labor surplus area concern necessarily re-suits in a domestic end product. The offeror’s certification to perform as a labor surplus area concern therefore certifies that it will furnish a domestic end product.

(Emphasis added.)

Amendment No. 001 also deleted a section from the original IFB2 and substituted the following language:

Bids for combined SCHEDULES will be considered for award. Each bid for combined SCHEDULES shall be submitted separately, on its own “SCHEDULE OF ITEMS” sheets for the appropriate SCHEDULES, complete, with all quantities, unit prices, and totals shown. The bidder shall use reproduced copies of pertinent sheets, stapled together and marked to identify the combination of SCHEDULES being bid, and attached to the rear of this packet.
If the facts of the bidder’s BUY AMERICAN REPRESENTATION AND CERTIFICATION (ref. par. C-ll) for a single schedule bid are changed in the bid for combined SCHEDULES, a separate certification shall be completed and attached to each bid in which there is a change in facts, using reproduced copies of the certification sheets.

Amendment No. 001 did not delete the section of the IFB concerning application of the Buy American Act differential to foreign offers. The amendment did, however, append a note to that section. As amended, the section stated, in pertinent part:

B-5. FOREIGN OFFERS
(b) For purposes of comparison for award, the following factors shall apply to foreign offers within the meaning of the Buy American Act (See paragraph F-l). [513]*513(1) When comparing foreign offers with the low domestic offer under the Buy American Act, an evaluating differential of six percent will be added to the price of each foreign end item delivered at destination but excluding the price of any additional work to be performed at the site such as installation or testing; provided, that the differential will be doubled to twelve percent in the event that the low domestic Offer- or qualifies as a small business or labor surplus area concern.

NOTE

This solicitation is restricted to offers from labor surplus area concerns. Foreign offers will not be considered. A foreign company may qualify as a labor surplus area concern by agreeing to incur costs of manufacturing production and appropriate services in excess of 50 percent of the contract price in a labor surplus area. Offers from concerns agreeing to perform as labor surplus area concerns will not have Buy American Act factors applied for purposes of bid evaluation. Offers from concerns that do not agree to perform as labor surplus area concerns are nonresponsive and will be rejected.

In addition, Amendment No. 001 modified the Schedule of Items section of the IFB. This section required the bidder to list, for each of the four solicited schedules, each line item. Before amendment, the IFB only required a statement of the unit price and total cost for each line item. As amended, the IFB required a breakdown of each line item, by quantity, unit price, and total cost, into its foreign and domestic parts.

On May 4, 1983, the BPA issued Amendment No. 002, which provided in relevant part:

For this solicitation, it has been determined that an offer from a concern that will agree to perform as a labor suprlus [sic] area concern will be evaluated as a domestic bid, and no Buy American evaluation factor will be applied. Offers from concerns that do not agree to perform as labor surplus area concerns will be considered nonresponsive.

Bids were submitted by three companies: Great Western; Anchor Metals, Inc. (Anchor); and Riverside Industries, Inc.3 Bids were opened on June 9, 1983. Anchor submitted a combination bid containing the lowest bid for each of the four schedules. For schedules I and IV, Anchor stated that all costs would be domestic, and for schedule II, Anchor intended that more than fifty percent of the costs would be domestic. For schedule III, however, Anchor intended to rely solely on foreign material and manufacture.

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

Related

Eastern Marine, Inc. v. United States
32 Cont. Cas. Fed. 72,391 (Court of Claims, 1984)

Cite This Page — Counsel Stack

Bluebook (online)
31 Cont. Cas. Fed. 71,582, 3 Cl. Ct. 510, 1983 U.S. Claims LEXIS 1607, Counsel Stack Legal Research, https://law.counselstack.com/opinion/great-western-steel-inc-v-united-states-cc-1983.