Jacqueline R. Sims, AKA Jrs Staffing Services v. United States

112 Fed. Cl. 808, 2013 U.S. Claims LEXIS 1428
CourtUnited States Court of Federal Claims
DecidedSeptember 30, 2013
Docket13-494C
StatusPublished
Cited by6 cases

This text of 112 Fed. Cl. 808 (Jacqueline R. Sims, AKA Jrs Staffing Services 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
Jacqueline R. Sims, AKA Jrs Staffing Services v. United States, 112 Fed. Cl. 808, 2013 U.S. Claims LEXIS 1428 (uscfc 2013).

Opinion

Pre-Award Bid Protest; Preliminary Tasks Set Forth in the Solicitation As “Special Contract Conditions” Which Will Occur Before a Task Order Issues Under the Contract Are Not Contract Performance and Are Not Improper.

OPINION

Bush, Judge.

Plaintiff Jacqueline R. Sims, sole proprietor of JRS Staffing Services (JRS), filed her pro se pre-award bid protest complaint on July 19, 2013. In her amended complaint filed July 29, 2013, Ms. Sims challenges the terms of Solicitation No. RFQP05151300011 issued by the United States Bureau of Prisons (BOP or Bureau). The solicitation requests bids for educational services to be provided at the Federal Correctional Institution in Texarkana, Texas (FCI Texarkana). In this protest, plaintiff seeks a permanent injunction and declaratory relief, and alleges “clear and prejudicial violations of Statute and Regulation in connection with the Government’s plan to award a requirements contract whereby the Contractor would be required to commence performance of certain contract obligations prior to the time that appropriated funds are obligated or a valid order is issued.” Compl. at 2.

The administrative record (AR) of this procurement was filed on July 29, 2013. Brief *811 ing was filed according to an expedited schedule, and plaintiff was given an electronic filing account to avoid the inefficiencies associated with paper filings. As discussed below, plaintiff has not shown that the terms of the solicitation violated procurement laws or regulations or were arbitrary or capricious. Defendant’s motion for judgment on the administrative record is therefore granted and plaintiffs motion for judgment on the administrative record is denied.

BACKGROUND

I. The Solicitation

Solicitation No. RFQP05151300011, “Education Services at the Federal Correctional Institution Texarkana, Texas,” was issued by the Bureau on March 18, 2013, AR at 32-76, and was amended on March 26, 2013, id. at 86-87. The procurement is a 100% set-aside for small business concerns, and is described as

an indefinite delivery/requirements type contract with firm fixed prices to a responsible entity for the provision of Spanish GED Instructor, Parenting Services Instructor, Testing Services Coordinator, Library Technician, and Lab Monitor for the male offend[e]rs at the Federal Correctional Institution (FCI) and the Federal Prison Camp (FPC) located in Texarkana, Texas.

Id. at 38. Bidders were to submit their prices for a base year and four option years: the bidder would first specify a fully-burdened hourly rate for each educator position; the bidder would then multiply these hourly rates by the estimated number of annual hours for each position. Id. at 36-37.

In these contracting circumstances, the court notes that the contractor’s payments under the contract will be determined by the hourly rates set for the educator positions and the number of hours required by the Bureau for each position. There is no mandatory minimum number of hours for any of the five positions identified in the solicitation. See Def.’s Mot. at 3 n.3 (noting that “requirements contracts do not guarantee a minimum quantity of orders”) (citation omitted). Contract services would be provided in response to task orders issued under the contract. AR at 42.

Price appears to be the primary factor which will determine award:

The Government intends to make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be most advantageous to the Government, considering lowest price.

AR at 57. The bidders were on notice that the government reserved the right to award without discussions. Id. at 37. The solicitation states that “each initial offer should contain the offeror’s best terms from a cost or price standpoint.” Id.

The solicitation also contains a variety of terms which discuss the obligations of the awardee. Of most interest, in light of plaintiffs protest, is the description of the procedures for obtaining security clearances for the educators, and, in particular, the timing of these procedures. On the subject of timing, the court notes that the solicitation distinguished between the date of contract award and the effective date of award. AR at 51. Before Amendment 0001 was issued, the solicitation indicated that the effective date of award would occur approximately one month after the date of contract award:

It is anticipated that a contract award resulting from this solicitation will be made approximately May 17, 2013 with an anticipated effective date of award of June 17, 2013.

Id.

The solicitation provision governing procedures for obtaining security clearances for the educators, in its original form, stated that:

The Contractor shall submit required documentation to initiate security clearance, within 5 calendar days from effective date of award of the contract and commence full performance of the services under this contract within 30 calendar days from the effective date of award.

AR at 51. Thus, if the original anticipated contract schedule and the provision regarding security clearances had not been modi *812 fied, the following anticipated contract schedule was described in the solicitation:

Contract Award: May 17, 2013

Effective Date of Contract Award: June 17, 2013

Security Clearance Documents Due: June 22, 2013

Full Contract Performance: July 17, 2013.

Id. One potential bidder, Ms. Sims, immediately requested that the timing of security clearance procedures be changed.

II. Amendment 0001

Here are the most relevant portions' of plaintiffs request that security clearance procedures be scheduled differently:

a. Please clarify that the Contractor must submit required documentation to initiate security clearance upon receipt of a task order.
b. Please consider allowing more time (at least 21 days) from the receipt of a task order and receipt of the security clearance forms for the Contractor to submit the required documentation to initiate security clearance. Time must be allowed for re-eruitment/pre-screening, for the Contractor’s staff to actually complete the forms, and for the Contractor to review the forms for completeness prior to submission to the BOP.
c. Please consider deleting in its entirety the requirement that the Contractor commence full performance of the services under the contract within 30 calendar days from the effective date of award. No services are-to be provided under the contract, as services are provided in accordance with task orders.

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

Related

M. Nicolas Enterprises, Llc.
Federal Claims, 2021
Cleveland Assets, LLC v. United States
132 Fed. Cl. 264 (Federal Claims, 2017)
Diaz v. United States
127 Fed. Cl. 664 (Federal Claims, 2016)
Worldwide Language Resources, LLC v. United States
127 Fed. Cl. 125 (Federal Claims, 2016)
American Safety Council, Inc. v. United States
122 Fed. Cl. 426 (Federal Claims, 2015)
Raytheon Company v. United States
121 Fed. Cl. 135 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
112 Fed. Cl. 808, 2013 U.S. Claims LEXIS 1428, Counsel Stack Legal Research, https://law.counselstack.com/opinion/jacqueline-r-sims-aka-jrs-staffing-services-v-united-states-uscfc-2013.