Grumman Data Systems Corporation v. Sheila Widnall, Secretary of the Air Force, and Contel Federal Systems, Inc., Intervenor

15 F.3d 1044, 39 Cont. Cas. Fed. 76,612, 1994 U.S. App. LEXIS 1306, 1994 WL 19742
CourtCourt of Appeals for the Federal Circuit
DecidedJanuary 26, 1994
Docket93-1271
StatusPublished
Cited by123 cases

This text of 15 F.3d 1044 (Grumman Data Systems Corporation v. Sheila Widnall, Secretary of the Air Force, and Contel Federal Systems, Inc., Intervenor) is published on Counsel Stack Legal Research, covering Court of Appeals for the Federal Circuit primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Grumman Data Systems Corporation v. Sheila Widnall, Secretary of the Air Force, and Contel Federal Systems, Inc., Intervenor, 15 F.3d 1044, 39 Cont. Cas. Fed. 76,612, 1994 U.S. App. LEXIS 1306, 1994 WL 19742 (Fed. Cir. 1994).

Opinion

BENNETT, Senior Circuit Judge.

DECISION

Appellant, Grumman Data Systems Corporation (Grumman) appeals from the decision of the General Services Administration Board of Contract Appeals (board) denying Grumman’s bid protest in connection with a federal procurement contract known as the “Joint Staff Automation for the Nineties” (JSAN) awarded by appellee, Department of the ■ Air Force (Air Force), to intervenor, Contel Federal Systems, Inc. (Contel). 1 We affirm the decision of the board.

BACKGROUND

On January 22, 1991, a Request for Proposals (RFP), Solicitation No. F19630-90-R-0006, was issued in connection with JSAN, a contract for the procurement of an office automation system for use by the Joint Chiefs of Staff. Among the bidders submitting proposals in response to the RFP were Contel and Grumman. Section M.2, Basis of Award, of the RFP required the Source Selection Authority (SSA) to select the proposal that delivered the best overall value to satisfy the Air Force’s needs. Section M.2 further specified that the selection was to be based on “how well each proposal satisfies the evaluation criteria as described in paragraph M.3 and also on an integrated assessment of the proposals submitted in response to this RFP.”

The evaluation criteria set out in section M.3 of the RFP provided in part:

3.1 General. The evaluation will be based on an integrated assessment of the offeror’s proposal. The integrated assessment of the offeror’s proposal will address mandatory requirements, terms and conditions, technical factors, life cycle cost, and level of Live Test Demonstration (LTD) performance. The offeror’s proposals will be evaluated and rated by the Government. This assessment will address two areas (listed in order of importance) of consideration which are:

Technical

Cost 2

Subsection M.3.3.1 of the solicitation provided for “evaluation credit” as follows:

Offered components, features and capabilities beyond the minimum mandatory requirements specified in the RFP; Section C references below will be evaluated depending upon the degree to which they benefit the Government. To receive evaluation credit the offered additional component, feature and/or capability beyond the minimum requirements must substantially benefit the Government as determined by its contribution to the specific items, factors, and considerations identified below.

(Emphasis added.) As the board acknowledged in its decision, this subsection of the RFP, read in isolation, can be interpreted as precluding the Air Force from' according any comparative value to items, features, or components that had failed to meet established evaluation standards. Grumman Data Sys. Corp., GSBCA No. 11939-P, 93-2 BCA (CCH) ¶ 25,776, at 128, 249, 128,277, 1992 WL 409542. Nevertheless, the Air Force conducted a head-to-head comparison of the Grumman and Contel proposals and eonsid- *1046 ered factors which had not received credit during the initial technical evaluation.

The Air Force’s Source Selection Evaluation Board (SSEB) produced a report containing a detailed comparison of the Grumman and Contel proposals. The SSEB report concluded that the Contel proposal was technically superior to the less expensive Grumman proposal. Based upon the report’s conclusions as well as the minutes of the Source Selection Advisory Council briefing and the information conveyed during a briefing on December 4, 1991, the Source Selection Authority awarded the JSAN contract to Contel. Thereafter, Grumman filed its first bid protest with the board (Grumman I).

In Grumman I, the board granted Grumman’s protest stating that the Air Force had failed adequately to explain whether the added value of the Contel proposal was worth its higher price. Grumman Data Sys. Corp., GSBCA No. 11635-P, 92-2 BCA (CCH) ¶ 24,-999, at 124,591, 124,609, 1992 WL 494606. The board directed the Air Force to: (1) review the two proposals; (2) consider whether the specific technical enhancements offered by Contel justified a cost that was 58.8% higher than Grumman’s cost; (3) articulate and document the rationale for its conclusion; and (4) either confirm the award to Contel or terminate that award and proceed in accordance with statute and regulation. Id. Following the board’s instructions, the Air Force conducted an extensive best value analysis to determine the value of each proposal as compared to its cost. The results of that analysis again supported the award of the JSAN procurement to Contel. Contel was officially re-awarded the JSAN contract on July 13, 1992, and Grumman filed its second protest (Grumman II).

In Grumman II, the board discovered various errors in the Air Force’s best value analysis. The board then proceeded to revise the Air Force’s best value analysis by including additional information not considered by the SSA in order to conduct a more accurate comparison of the two competing proposals. The board’s analysis was based upon evidence introduced at trial as well as the testimony of the parties’ respective technical experts. Ultimately, the board upheld the Air Force’s selection of Contel, and Grumman now appeals.

The board’s jurisdiction over this dispute was based on 40 U.S.C. § 759 (1988). Under section 759(f)(1), the same standard of review that governs claims brought under the Contract Disputes Act of 1978 also applies to this dispute. Accordingly, the agency’s procurement selection is reviewed de novo by the board. 41 U.S.C. § 609(b) (1988). On appeal to this court, the board’s findings of fact are final unless fraudulent, arbitrary, capricious or in bad faith or not supported by substantial evidence, 41 U.S.C. § 609(b) (1988), and its conclusions of law are reviewed de novo. Id.; see Cecile Indus., Inc. v. Cheney, 995 F.2d 1052, 1054 (Fed.Cir.1993).

Government agencies are entrusted with a good deal of discretion in making procurement decisions. 40 U.S.C. § 759(e) (1988); see Lockheed Missiles & Space Co. v. Bentsen, 4 F.3d 955, 958-59 (Fed.Cir.1993); Tidewater Management Servs., Inc. v. United States, 573 F.2d 65, 73 (Ct.Cl.1978). Therefore, in reviewing procurement decisions, a board may not second guess an agency’s procurement decision and/or substitute its own judgment for that of the government. Andersen Consulting Co. v. United States,

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
15 F.3d 1044, 39 Cont. Cas. Fed. 76,612, 1994 U.S. App. LEXIS 1306, 1994 WL 19742, Counsel Stack Legal Research, https://law.counselstack.com/opinion/grumman-data-systems-corporation-v-sheila-widnall-secretary-of-the-air-cafc-1994.