Kgjj Engineering Solutions, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedAugust 10, 2022
Docket22-372
StatusPublished

This text of Kgjj Engineering Solutions, LLC v. United States (Kgjj Engineering Solutions, LLC 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
Kgjj Engineering Solutions, LLC v. United States, (uscfc 2022).

Opinion

In the United States Court of Federal Claims No. 22-372 (Filed: July 29, 2022) (Re-Filed: August 10, 2022)1

**************************

KGJJ ENGINEERING SOLUTIONS, LLC, Bid protest; post- Plaintiff, award bid protest; experience; affiliates; v. key personnel; safety; past performance; THE UNITED STATES, relevancy; Blue & Gold; injunction Defendant,

and

BERING GLOBAL SOLUTIONS, LLC,

Intervenor.

Adam K. Lasky, Seattle, WA, for plaintiff, KGJJ Engineering Solutions, LLC, with whom were Edward V. Arnold, Bret C. Marfut, and Ryan C. Gilchrist, of counsel.

Mikki Cottet, Senior Trial Counsel, United States Department of Justice, Civil Division, with whom were Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director, and Deborah A. Bynum, Assistant Director, for defendant. Andrew Campos, Department of the Navy, of counsel.

1 This opinion was originally issued under seal in order to afford the parties an opportunity to propose redactions of the protected material. We have redacted information necessary to safeguard the competitive process. Redactions are indicated by brackets. Kenneth A. Martin, McLean, VA, for intervenor, Bering Global Solutions, LLC, with whom was William K. Walker, of counsel.

OPINION

This is a post-award bid protest of the United States Department of the Navy’s (“agency’s”) decision to award a fixed-price and indefinite- delivery, indefinite-quantity contract for facility support services to Bering Global Solutions, LLC (“BGS” or “intervenor”). Plaintiff, KGJJ Engineering Solutions, LLC (“KGJJ” or “protestor”), argues that the agency 2

failed to follow the solicitation’s terms in numerous respects and engaged in unequal and arbitrary evaluations of proposals. It seeks a permanent injunction against the agency’s decision. The matter is now fully briefed on cross-motions for judgment on the administrative record (“MJARs”). Oral argument was held on July 22, 2022, at the conclusion of which we announced our decision to sustain the protest for the reasons set out below.

BACKGROUND

On July 30, 2021, the agency issued a Request for Proposals (“RFP” or “solicitation”) for a firm-fixed price and indefinite-delivery, indefinite- quantity contract for facility support services at two facilities: the Marine Corps Air Ground Combat Center and a Naval Hospital, both located in Twentynine Palms, CA. The facility support services were for eight types of work: Facility Investment, Custodial, Pest Control, Integrated Solid Waste Management, Grounds Maintenance and Landscaping, Pavement Clearance, Water, and Environmental. The contract was to be an 8(a) small business set-aside. The contract period is for twelve months, with seven twelve-month options and one six-month option period. Proposals were due September 22, 2021. The solicitation was amended eleven times.3

2 “KGJJ is an 8(a) joint venture formed under the U.S. Small Business Administration’s Mentor-Protégé program between King & George, LLC [‘King & George’] (protégé member) and J&J Maintenance, Inc., d/b/a J&J Worldwide Services [‘J&J’] (mentor member).” Pl.’s MJAR at 2. 3 References to the solicitation are to the tenth amended solicitation. 2 I. Evaluation Scheme

Proposals were to be evaluated based on six factors: Price, Experience, Technical Approach, Management Approach, Safety, and Past Performance.4 All non-price factors combined were equal in importance to price. Past Performance was equal in importance to all other non-price factors combined. Each non-price factor would be rated adjectively. The non-price factors, aside from Past Performance, would be rated as Outstanding, Good, Acceptable, Marginal, or Unacceptable.5 Past Performance would be rated as Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence. Past Performance’s importance to this solicitation, according to the agency, “require[d] a greater level of discrimination within the past performance evaluation,” necessitating its more detailed rating scale. AR 526. Ratings would be determined “through an assessment of the strengths, weaknesses, significant weaknesses, deficiencies, and risk of a proposal.” AR 523. A deficiency was a “material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.” Id. at 524.

Experience was to be evaluated based on an offeror’s “demonstrated experience and depth of experience in performing relevant projects” and the recency of those projects. AR 528. Offerors could receive higher ratings in Experience if their projects met certain criteria (“bonus criteria”). For example, offerors could receive higher ratings if they demonstrated work experience in Facilities Investment, Custodial, or Water as a prime contractor in relevant projects.6 Id. at 528–29 (listing the criteria that could result in higher Experience ratings for offerors).

4 The evaluation criteria of Technical Approach and Management Approach are not at issue. 5 If an offeror’s proposal received an Unacceptable rating in a factor, it was considered “unawardable.” AR 524. 6 Facilities Investment, Custodial, and Water represented a large portion of the expected work under this contract, according to the Independent Government Estimate. 3 Offerors were to submit a minimum of two prior projects and a maximum of four projects for the agency to evaluate. Notably, the RFP stated that “[t]he Government will not consider any project submitted for experience that was performed by a firm other than the Offeror.” AR 517. The RFP also contained an exception to that limitation, allowing the government to:

[C]onsider otherwise relevant projects performed by parent or subsidiary companies, predecessor companies, or satellite offices (i.e. any office(s) of the Offeror other than the one submitting the current proposal) of the Offeror, provided the Offeror’s proposal clearly explains how the offered experience will be effectively utilized in the performance of the solicited contract.7

Id. Offerors were to submit their prior project experience using a standard form (“Exhibit B”). This form, however, allowed the offeror to check an additional box for the experience of “Key Personnel.” While the RFP itself did not offer “key personnel” as an additional exception and Exhibit B referred back to the RFP for evaluation information, the agency’s responses to Requests for Information (“RFIs”) indicate that projects performed by key personnel under Exhibit B of the Experience factor would be considered.8

7 The RFP also contained an exception for joint ventures and first-tier small business subcontractors, which are not relevant to our discussion of the protest. 8 When asked whether offerors could submit projects of key personnel under Experience, the agency responded, “Per FAR 15.305(a)(2)(iii), ‘The evaluation should take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.’” AR 417. Although the FAR paragraph cited pertains to past performance, the fact that the agency quoted it in response to a question about Experience informs us that the agency intended it to apply to Experience as well. Further, when an offeror asked about the process of submitting key personnel experience, the agency answered the question rather than saying that key personnel experience was not permitted. AR 497. 4 For Safety, the agency sought “to determine that the Offeror has consistently demonstrated a commitment to safety.” AR 531.

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

Related

Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Femme Comp Inc. v. United States
83 Fed. Cl. 704 (Federal Claims, 2008)

Cite This Page — Counsel Stack

Bluebook (online)
Kgjj Engineering Solutions, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/kgjj-engineering-solutions-llc-v-united-states-uscfc-2022.