Guardian Moving and Storage Co., Inc. v. United States

122 Fed. Cl. 117, 2015 WL 4162395
CourtUnited States Court of Federal Claims
DecidedJuly 10, 2015
Docket15-30C
StatusPublished
Cited by12 cases

This text of 122 Fed. Cl. 117 (Guardian Moving and Storage Co., 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
Guardian Moving and Storage Co., Inc. v. United States, 122 Fed. Cl. 117, 2015 WL 4162395 (uscfc 2015).

Opinion

Bid Protest; Corrective Action; Motion to Dismiss; Standing; Mootness; Motion for Judgment on the Administrative Record; FAR 15.308; FAR 15.307(b); FAR 52.212-1; FAR 15.206 FAR 15.306

OPINION AND ORDER

KAPLAN, Judge.

Before the Court are three bid protests brought by one offeror, Guardian Moving and Storage Inc. (“Guardian”), during the course of a single procurement. More specifically, Guardian filed (a) a post-award protest of the initial award by the United States Transportation Command (“USTRANS-COM” or “the agency”) to Metropolitan Van and Storage, Inc. (“MVS”) of a combined East and West Coast contract for non-temporary storage of household goods and unaccompanied baggage belonging to military service members and Department of Defense civilian employees; (b) a pre-award protest of the agency’s decision in response to Guardian’s original protest to take corrective action and reevaluate Guardian’s and MVS’s proposals; and (c) a post-award protest of the agency’s decision again to avyard the combined East and West Coast contract to MVS after the reevaluation. For the reasons set forth below, (1) Guardian’s first post-award protest is DISMISSED as moot; (2) the government’s and the intervenor’s motions for judgment on the administrative record are GRANTED; and (3) all other pending motions are DENIED.

BACKGROUND

I. The Solicitation

On July 2, 2014, the Military Distribution and Deployment Command, a component of USTRANSCOM, issued Request for Proposals (“RFP” or “solicitation”) No. HTC711-14-R-R011 for non-temporary storage of household goods (“HHG”) and unaccompanied baggage (“UB”) belonging to military service members and Department of Defense civilian employees on the East and West Coasts of the United States. Corrected Admin. R. (“AR”) Tab 23 at 364-65, 398. 2 The RFP restricted the competition to small businesses meeting the size standard of NAICS Code 493110. AR Tab 23 at 365. Offerors could submit a proposal for the East Coast only, a proposal for the West Coast only, and/or a combined proposal for both the East and West Coasts. AR Tab 23 at 367-68. The solicitation was amended twice. AR Tabs 24, 51.

The solicitation required that proposals consist of three sections: Part I-RFP Documents; Part II-Technical Proposal; and *123 Part Ill-Pricing Proposal. AR Tab 51 at 1399. In Pai’t I, offerors were instructed to provide, among other things, (1) a “[f]lood plain report from the Federal Emergency Management Agency [“FEMA”], the United States Army Corps of Engineers or [a] disinterested third party professional engineer/surveyor”; and (2) “[d]ocumentation signed by the Local Fire Marshall [sic] (or authorized representative) affirming that the facility meets all local codes and ordinances [and] dated within 30 days of [the] proposal submission date.” AR Tab 51 at 1399. In Part II, offerors were to describe their approaches for achieving the objectives stated in the Performance Work Statement (“PWS”). Id. at 1400. For instance, PWS paragraph 1.3.1.1.1 provides that “[t]he contractor shall be fully operational to begin accepting HHG/UB inventory and associated documentation not later than 30 days after award, as directed by the Contracting Officer.” Id. at 1405.' Paragraph 1.3.3.1 provides that “[t]he contractor shall operate warehouse storage facilities capable of storing up to fifteen million (15,000,000) gross pounds of HHG/UB annually.” Id. at 1406. Paragraph 1.3.3.1.2 provides that “[a]ll storage facilities shall provide firewall separation for every three (3) million gross pounds of stored personal property lots,” and that “[f]ire aisles shall meet local fire regulations as evidenced in the approved Fire Marshal Certification for all storage facilities” (firewall/fire aisle requirement). Id. Paragraph 1.3.3.1.3 provides that “[a]ll storage facilities shall be located above the 100-year flood plain for the area” (flood plain requirement). Id.

Pursuant to Federal Acquisition Regulation (FAR) 52.212-l(g), the Government intended “to evaluate proposals and award a eontract(s) without conducting discussions.” Id. at 1400. However, the government reserved the right “to conduct discussions if it is determined to be in the best interest of the Government.” Id.

In accordance with FAR 52.212-2(a), the award would be made on a lowest-priee, technically acceptable basis. Id. at 1400. Accordingly, the agency would add the total proposed prices of the lowest-price, technically acceptable East Coast proposal and the lowest-price, technically acceptable West Coast proposal, and it would compare the resulting, aggregated price with the total proposed price of the lowest-priee, technically acceptable combined proposal for both the East and West Coasts. Id. at 1401. If the total proposed price of the lowest-price, technically acceptable combined proposal were less than or equal to the aggregated price of the lowest-price, technically acceptable East Coast proposal and the lowest-price, technically acceptable West Coast proposal, the agency would award a single contract to the offeror who submitted that combined proposal. Id.

II. Initial Proposals and Award to MVS

Guardian, the plaintiff here and the East Coast incumbent, submitted an East Coast proposal, a West Coast proposal, and a combined proposal. See AR Tab 28 at 563-64. MVS, the intervenor here and the West Coast incumbent, submitted a West Coast proposal and a combined proposal. AR Tabs 29-30. 3

The agency initially determined that Guardian’s East Coast proposal was technically unacceptable but within the competitive range, and after discussions, the agency requested and Guardian submitted a final proposal revision (“FPR”). AR Tab 32 at 1012, AR Tab 34 at 1018. After reviewing MVS’s proposals, the agency determined that clarifications were required in accordance with FAR 15.306(b). AR Tab 32 at 1013. Specifically, the agency asked MVS to clarify that the person who signed the documentation affirming that MVS’s East Coast facility met all local codes and ordinances was an authorized representative of the local fire marshal, as required by the solicitation. Id. In addition, the agency asked MVS to clarify that it met the size standard associated with the NAICS code specified for this solicitation and that the System for Award Management (“SAM database”) was updated to reflect *124 that MVS met this standard. Id. MVS responded by providing a letter from the local building official responsible for fire and safety code compliance and confirming that it met the size standard and that the SAM database had been updated. AR Tab 36 at 1087-88.

Thereafter, the agency determined that Guardian’s offer was the lowest-priee, technically acceptable, East Coast proposal and that MVS’s was the lowest-price, technically acceptable West Coast proposal. Id. at 1030, 1104-05. It concluded, however, that the total proposed price of MVS’s combined proposal was lower than the aggregated price of Guardian’s East Coast proposal and MVS’s West Coast proposal. Id.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
122 Fed. Cl. 117, 2015 WL 4162395, Counsel Stack Legal Research, https://law.counselstack.com/opinion/guardian-moving-and-storage-co-inc-v-united-states-uscfc-2015.