Klinge Corp. v. United States

87 Fed. Cl. 473, 2009 WL 1766835
CourtUnited States Court of Federal Claims
DecidedApril 27, 2009
DocketNo. 08-551C
StatusPublished
Cited by13 cases

This text of 87 Fed. Cl. 473 (Klinge Corp. 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
Klinge Corp. v. United States, 87 Fed. Cl. 473, 2009 WL 1766835 (uscfc 2009).

Opinion

OPINION

BRUGGINK, Judge.

Pending in this bid protest are plaintiffs and defendant’s motions for reconsideration of our opinion of September 12, 2008. That opinion resolved the second bid protest in this court arising out of the Marine Corps’ (“agency”) continuing effort to procure Large Field Refrigeration Systems (“LFRS”). In the first proceeding, we granted injunctive relief to plaintiff, Klinge Corp. (“Klinge”), enjoining the Marine Corps from going forward with its putative award to intervenor, Sea Box Inc. (“Sea Box”). In this second action, plaintiff challenged the agency’s use of a different procurement vehicle to purchase a smaller quantity of LFRSs, once again from Sea Box. In resolving that second action, we denied the injunctive relief sought by plaintiff, although we ordered reimbursement of plaintiff’s bid preparation and proposal costs.

Plaintiffs motion for reconsideration asserts that new information calls into question our denial of injunctive relief relating to the second procurement. Defendant’s motion asks us to reconsider the award of bid preparation and proposal costs to plaintiff, or to clarify that those costs only relate to the second procurement. The matter has been fully briefed, and oral argument was held on March 10, 2009. For the reasons stated below, both motions are denied.

PROCEDURAL HISTORY2

The Marine Corps’ first effort at obtaining LFRSs was through the use of a Request [475]*475For Proposals (“RFP”) for an indefinite delivery, indefinite quantity (“IDIQ”) contract for between 10 and 300 LFRSs. See Klinge Corp. v. United States, 82 Fed.Cl. 127 (2008) (“Klinge I”). We held in Klinge I that Sea Box could not receive the award because the agency’s failure to disqualify it for non-eom-plianee with the Trade Agreements Act (“TAA”), 19 U.S.C. § § 2501 et seq. (2006), was arbitrary and not in accordance with law. 82 Fed.Cl. at 137-38. The action was dismissed, and plaintiff was later awarded attorney’s fees.

On July 31, 2008, plaintiff filed a new complaint. In the interim, the agency had elected to obtain twenty-five LFRSs from the General Services Administration Federal Supply Schedule (“GSA FSS”) using a Request for Quotations (“RFQ”). See Klinge v. United States, 83 Fed.Cl. 773 (2008) (“Klinge II ”). Plaintiff was ineligible to compete because it was not on the FSS. Plaintiff therefore sought an injunction on the grounds that the agency had improperly cancelled the RFP and was using the RFQ to steer work to the intervenor.

In our September 12, 2008, opinion, we denied injunctive relief. It was important to the result that plaintiff did not have standing to challenge the RFQ because it was ineligible for an award under the FSS. We agreed with plaintiff that the follow-on contract would not have occurred but for the cancellation of the award to Sea Box and but for the agency’s mistaken belief that Klinge was ineligible for award under the RFP. We nevertheless held that the error did not implicate the integrity of the RFQ and hence did not warrant injunctive relief. See id. at 780. We concluded that the limit of plaintiffs standing to challenge the RFQ was the opportunity to show that the agency’s action reflected something approaching bad faith or something otherwise seriously undermining the integrity of the procurement. We ultimately found no evidence of that. Instead, we awarded the alternative relief requested by plaintiff — bid preparation and proposal costs.

In denying injunctive relief, we took into account the fact that one of the potential awardees under the RFQ was Charleston Marine Containers Inc. (“CMCI”). CMCI is a schedule contractor but it did not yet have an LFRS on the schedule. Klinge had applied to have its refrigeration unit added to CMCI’s offerings on the FSS, so the possibility existed that Klinge might obtain benefits as a subcontractor under the RFQ. During the pendency of Klinge II, defendant considered it a possibility that CMCI would be awarded the contract as it appeared to offer the best value under the RFQ. On December 12, 2008, however, the agency awarded an order for twenty-five LFRSs to Sea Box under a Blanket Purchase Agreement (“BPA”). At that time, CMCI was not able to offer an LFRS because Klinge’s equipment had not yet been added to CMCI’s FSS offerings.

Defendant filed its motion for reconsideration on December 18, 2008, contesting the award to plaintiff of bid preparation and proposal costs to the extent they arise out of the original RFP. Defendant argues that the award of injunctive relief in Klinge I precludes the monetary relief awarded in Klinge II, at least to the extent it relates to the first procurement. Plaintiff contends that the law permits the award of both injunctive and monetary relief.

Plaintiff filed its motion for reconsideration on December 23, 2008, asserting that information it recently obtained calls into question the factual basis of our denial of injunctive relief in Klinge II. Plaintiff asserts that the agency’s inaccurate market research should be “the straw that breaks the camel’s back to support a finding by the Court that the agency’s determination that Klinge’s proposal under the RFP was non-eompliant ... was pretextual and designed to ensure the award of the contract to Sea Box.” PL’s Mot. for Recons, at 8. Plaintiff further claims that the December 12, 2008, award of the contract to Sea Box was an unjustified sole source award and a violation of Federal Acquisition Regulation (“FAR”) Subparts 8.405-6 and 8.405-[476]*4761(e)(1). Defendant contends, however, that the agency satisfied the surveying requirements of FAR Subpart 8.405-l(c)(l) and that there is no evidence of pretext. A brief review of the agency’s market research and surveying efforts as set forth in the Administrative Record (“AR”) is provided below.

BACKGROUND

In his declaration of August 22, 2008, the Contracting Officer (“CO”) Terence McGinn, explains the efforts that he and Program Manager (“PM”), Michael Gallagher, undertook after the court’s decision instructing the agency that the award under the RFP to Sea Box could not stand. According to the CO, the agency opted in favor of attempting to use the GSA FSS because it offered the advantage of speed, at least in connection with an initial, smaller order, and it obviated concerns about TAA compliance.

Mr. Gallagher provided a supplemental declaration on February 4, 2009. In it, he explains that in doing market research, he began with the data he had accumulated prior to the decision in 2007 to utilize an RFP. During his 2007 market research, Mr. Gallagher visited the production facilities of a number of contractors potentially capable of producing LFRSs. At that time, none of these contractors had an LFRS on the GSA schedule. Nevertheless, three of the vendors — AAR Mobility Systems (“AAR”), CMCI, and Sea Box — indicated to Mr. Gallagher that “if the Marine Corps were going to be procuring LFRS via GSA, they intended to get [an] LFRS on a GSA schedule contract.” AR Tab 18.

When Mr. Gallagher revisited the question of procuring LFRSs in June 2008, he “conducted follow-up market research.” Id. He provides no details as to what that follow-up research entailed, although defendant points to references in the administrative record regarding the agency’s search of electronic databases available to it through GSA to find the two separate, constituent components of an LFRS. See AR Tabs 22-24.

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

Related

Monbo v. United States
Federal Claims, 2025
Q Integrated Companies, LLC v. United States
126 Fed. Cl. 124 (Federal Claims, 2016)
Validata Chemical Services v. United States Department of Energy
169 F. Supp. 3d 69 (District of Columbia, 2016)
Caddell Construction Co., Inc. v. United States
111 Fed. Cl. 49 (Federal Claims, 2013)
International Genomics Consortium v. United States
104 Fed. Cl. 669 (Federal Claims, 2012)
Distributed Solutions, Inc. v. United States
104 Fed. Cl. 368 (Federal Claims, 2012)
Mobile Medical International Corp. v. United States
95 Fed. Cl. 706 (Federal Claims, 2010)
K-LAK Corp. v. United States
93 Fed. Cl. 749 (Federal Claims, 2010)
Allied Technology Group, Inc. v. United States
94 Fed. Cl. 16 (Federal Claims, 2010)
Red River Holdings, LLC v. United States
87 Fed. Cl. 768 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
87 Fed. Cl. 473, 2009 WL 1766835, Counsel Stack Legal Research, https://law.counselstack.com/opinion/klinge-corp-v-united-states-uscfc-2009.