Iap World Services, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 8, 2021
Docket20-1116
StatusPublished

This text of Iap World Services, Inc. v. United States (Iap World Services, 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
Iap World Services, Inc. v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1116 C Originally Filed: January 21, 2021 Re-issued: February 8, 2021 1 ________________________________________ ) IAP WORLD SERVICES, INC., ) ) Plaintiff, ) ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) VECTRUS-J&J FACILITIES SUPPORT, LLC, ) ) Defendant-Intervenor. ) ________________________________________ )

Anuj Vohra, Crowell & Moring LLP, Washington, DC, for Plaintiff. Abigail Stokes, Robert Sneckenberg, and Alexandra Barbee-Garrett, of counsel.

Galina I. Fomenkova, Trial Attorney, United States Department of Justice, Civil Division, Washington, D.C., with whom were Jeffrey Bossert Clark, Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Steven J. Gillingham, Assistant Director, of counsel, for the Defendant. Sandra C. Simmons, Nicolle A. Vasquez, and Seth M. Eddy, United States Department of the Navy, Office of the General Counsel, NAVFAC Atlantic, of counsel.

Adam K. Lasky, Seyfarth Shaw LLP, Seattle, WA, for Defendant-Intervenor. Bret C. Marfut, Steven J. Kmieciak, and Sara Rogers, of counsel.

OPINION AND ORDER

MEYERS, Judge.

IAP World Services, Inc. (“Plaintiff” or “IAP”) filed this post-award bid protest to challenge the award of a Base Operations Services contract to provide services to Navy Support

1The Court initially filed this opinion under seal so that the Parties could propose redactions. The redactions are indicated by bracketed ellipses (“[ … ]”) below. Activity, Annapolis. Plaintiff raises a number of challenges to the contract award regarding the technical evaluation, price evaluation, and best value tradeoff and seeks: (1) a declaration that the contract awarded by the United States, acting through the U.S. Navy (the “Government” or “Navy”), to Defendant-Intervenor Vectrus-J&J Facilities Support, LLC (“Intervenor” or “VJFS”) was arbitrary and capricious; (2) a permanent injunction prohibiting the Navy from commencing performance of the contract awarded to VJFS and requiring corrective action including a new evaluation of proposals and new award decision; and (3) other relief.

While the Court denies most of IAP’s motion, IAP is correct that the Administrative Record does not reflect the Navy ever analyzed proposals for unbalanced pricing, which is required under the Federal Acquisition Regulation (“FAR”). Therefore, Plaintiff’s Motion for Judgment on the Administrative Record is Granted-in-Part insofar as it seeks a remand to the Navy to perform an unbalanced pricing analysis and Denied in all other respects. The Government’s and VJFS’s Cross-Motions for Judgment on the Administrative Record are Granted-in-Part and Denied-in-Part as to Counts I-IV of IAP’s Complaint. The Court remands the procurement to the Navy to perform and document the unbalanced pricing analysis required by the FAR. The Court DEFERS entering judgment on Count V until after the conclusion of the remand.

I. Factual and Procedural Background.

A. The Solicitation.

On October 22, 2018, the United States, acting through the U.S. Navy, issued Request for Proposal N62470-16-R-5008 (the “RFP”) for Base Operation Support (“BOS”) services to Navy Support Activity, Annapolis, which includes the United States Naval Academy. RFP § A.2, AR Tab 80a at 13598-99. The contemplated BOS contract encompasses numerous services including facility management, utilities management, maintenance, pest control, event services, and other activities. The RFP’s performance requirements are organized in a series of technical specifications contained in Performance Work Statement (“PWS”) annexes – Annex 01-02, 15- 17. RFP § C.1, AR Tab 80a at 13610. The RFP provides for an award to the offeror whose proposal is most advantageous to the Government “price and other factors considered.” Id. § M.1, AR Tab 80a at 14060. Further, the RFP expressly “allow[ed for] consideration of award to other than the lowest priced Offeror or other than the highest technically rated Offeror,” i.e., a best value tradeoff. Id. The RFP was amended fourteen times, most recently on February 25, 2020. AR Tabs 10-21, 49, & 52. 2

The RFP provides for a 12-month base period and six option periods of 12 months each, for a total contract term of 84 months. RFP § B.2, AR Tab 80a at 13600. For each period of performance, there are two Contract Line Items (“CLINs”)—“Recurring Work” and “Non- Recurring Work.” Id. § A.2, AR Tab 80a at 13598-99. As the Navy explained, “Recurring Work CLINs are [Firm Fixed Price] CLINs, in which the Agency pays a fixed price for a certain set of defined services over the course of that period of performance.” AR Tab 80 at 13542 (Agency Report in GAO Protest). Thus, Recurring Work covers those tasks that the Navy

2 Because the issues presented are not impacted by specific amendments to the RFP, all references are to the conformed version of the RFP at AR Tab 80a unless otherwise indicated.

2 anticipated it would need each year and in quantities that were predictable (e.g., preventative maintenance, operational support, and inspection services). Non-Recurring Work, however, covered tasks that likely would be needed but in quantities that were unpredictable (e.g., replacing failed or broken equipment, building painting, carpet replacement, etc.). Therefore, “Non-Recurring Work CLINs operate in an IDIQ manner, with orders being placed at established rates for certain work items on an as-needed basis.” Id.

1. Non-Price Proposals.

Offerors were required to submit their proposals in two volumes—Volume 1: Price Proposal and Volume 2: Non-Price Proposal. RFP § L.4, AR Tab 80a at 14047. The Navy evaluated the non-price proposal using four factors: Corporate Experience (Factor 1); Safety (Factor 3); Small Business Utilization (Factor 4); and Past Performance (Factor 5). 3 Id. § L.5, AR Tab 80a at 14047.

For Factor 1, Corporate Experience, offerors were to submit a minimum of one and a maximum of five examples of relevant projects to “demonstrate relevant prime contractor experience on projects similar in size, scope, and complexity to the requirements described in the PWS.” Id. § L.6, AR Tab 80a at 14051. The PWS incorporated sixteen technical specifications that covered different types of work to be performed, including Facility Management, Pest Control, Special Events, Utility Management, Steam, Chiller Plant, and others. Id. § C.1, AR Tab 80a at 13610. To be considered relevant, offerors were required to show that each project for BOS services included showing the performance of:

• technical specification 1502000 – Facility Investment,

• one (1) of the Utilities technical specifications (either 1602000 – Electrical, 1603000 – Natural Gas, 1604000 – Wastewater, 1605000 – Steam, 1606000 – Water, or 1607000 [–] Chiller), and

o Note: Technical specifications 0100000 – General Information, 0200000 – Management and Administration will not be considered or counted towards the minimum of one other technical specification required to demonstrate a relevant project under corporate experience.

3 The RFP originally contained Factor 2, “Technical Approach/Management Approach.” The Navy evaluated this Factor when determining the competitive range. AR Tab 40 at 10053-59 (evaluation of Factor 2 for IAP), 10075-82 (evaluation of Factor 2 for [ … ]), & 10083-89 (evaluation of Factor 2 for VJFS). After the competitive range determination, the Navy removed Factor 2 from consideration in Amendment 13. See AR Tab 49 at 10256 (“Section L has been revised . . . to remove Evaluation Factor 2 from consideration . . . .”). The overall weight of the remaining factors relative to each other remained unchanged. See id. § L.5, AR Tab 49 at 10277.

3 • a minimum of two (2) other technical specifications.

Id.

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
Monsanto Co. v. Geertson Seed Farms
561 U.S. 139 (Supreme Court, 2010)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Allied Technology Group, Inc. v. United States
649 F.3d 1320 (Federal Circuit, 2011)
Edward R. Marden Corporation v. United States
803 F.2d 701 (Federal Circuit, 1986)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Mazurek v. Armstrong
520 U.S. 968 (Supreme Court, 1997)
American Auto Logistics, Lp v. United States
117 Fed. Cl. 137 (Federal Claims, 2014)
Clinicomp International, Inc. v. United States
117 Fed. Cl. 722 (Federal Claims, 2014)
Crowley Technical Management, Inc. v. United States
123 Fed. Cl. 253 (Federal Claims, 2015)
Telos Corporation v. United States
129 Fed. Cl. 573 (Federal Claims, 2016)
Active Network, LLC v. United States
130 Fed. Cl. 421 (Federal Claims, 2017)
Munilla Construction Management, LLC v. United States
130 Fed. Cl. 635 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Iap World Services, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/iap-world-services-inc-v-united-states-uscfc-2021.