Ksc Boss Alliance, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedMarch 29, 2019
Docket18-1559
StatusPublished

This text of Ksc Boss Alliance, LLC v. United States (Ksc Boss Alliance, 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
Ksc Boss Alliance, LLC v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 18-1559C (Filed Under Seal: March 19, 2019 | Reissued: March 29, 2019)*

) Keywords: Pre-Award Bid Protest; 28 KSC BOSS ALLIANCE, LLC, ) U.S.C. § 1491; Exclusion from the ) Competitive Range; FAR 15.306; Plaintiff, ) Judgment on the Administrative Record; ) NASA. v. ) ) THE UNITED STATES OF AMERICA, ) ) Defendant, ) ) and ) ) PAE-SGT PARTNERS, LLC, ) ) Defendant-Intervenor. ) ) )

Aron C. Beezley, Bradley Arant Boult Cummings LLP, Washington, DC, for Plaintiff. Patrick R. Quigley and Sarah S. Osborne, Bradley Arant Boult Cummings LLP, Washington, DC, Of Counsel.

Elizabeth Anne Speck, Senior Trial Counsel, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, DC, for Defendant, with whom were Douglas K. Mickle, Assistant Director, Robert E. Kirschman, Jr., Director, and Joseph H. Hunt, Assistant Attorney General. Brian M. Stanford, Senior Attorney, and Lisette S. Washington, Attorney, NASA Headquarters, Office of the General Counsel, Washington, DC, Of Counsel.

Anuj Vohra, Crowell & Moring LLP, Washington, DC, for Defendant-Intervenor. James G. Peyster, Olivia L. Lynch, Michelle D. Coleman, Sarah A. Hill, and Payal P. Nanavati, Crowell & Moring LLP, Washington, DC, Of Counsel.

* This opinion was originally issued under seal and the parties were given the opportunity to request redactions. The opinion is now reissued with redactions of three offerors’ names denoted as references to Offeror A, Offeror B, and Offeror C. OPINION AND ORDER

KAPLAN, Judge.

In this pre-award bid protest, Plaintiff KSC Boss Alliance, LLC (“KBA”) challenges as arbitrary and capricious NASA’s decision to exclude it from the competitive range in a procurement for “baseport operations and spaceport services” at John F. Kennedy Space Center in Cape Canaveral, Florida.1 Currently before the Court are cross-motions for judgment on the administrative record filed by KBA on the one hand, and the government and Defendant- Intervenor PAE-SGT Partners, LLC (“PSP”), on the other.

For the reasons discussed below, the Court finds that KBA’s arguments lack merit. KBA’s motion is therefore DENIED and the government and PSP’s cross-motions are GRANTED.

BACKGROUND

I. The Solicitation

NASA issued Solicitation NNK18619079R (“the Solicitation”) on November 1, 2017. AR Tab 15 at 13589. The Solicitation requested proposals for the Kennedy Space Center Base Operations and Spaceport Services Contract (“the BOSS Contract”). Id. at 13582, 13589. Under the BOSS Contract, the contractor would provide “mission-focused institutional support at the John F. Kennedy Space Center and NASA facilities on Cape Canaveral Air Force Station.” Id. at 13720. Specifically, the BOSS contractor’s duties would include managing infrastructure and utilities at Kennedy Space Center as well as coordinating the use of various facilities by several institutional spaceport “users” including NASA, the Air Force, private entities, and other contractors. See generally AR Tab 15 at 13743–803; see id. at 13720 (describing support services as including “operations, maintenance, and engineering (OM&E) of assigned facilities, systems, equipment, and utilities (FSEU); work management and Spaceport integration functions; mission support and launch readiness management; project management and design engineering services; construction support services; and institutional logistics”); id. at 13906 (list of OM&E organizational users); AR Tab 38 at 27797 (list of baseline customers). The Solicitation defined the period of performance as an initial two-year base period followed by three two-year option periods. AR Tab 15 at 13604.

The Solicitation contemplated a “single award, fixed-price contract with a cost- reimbursable Contract Line Item Number (‘CLIN’) and a fixed-price Indefinite Delivery Indefinite Quantity (‘IDIQ’) component.” AR Tab 58a at 28303. The cost-reimbursable CLIN applied to the “baseline work” set forth in the Performance Work Statement (“PWS”). That baseline work included:

1 KBA is a joint venture of Kellogg Brown and Root Services, Inc. (“KBR”) and Yang Enterprises, Inc. (“YEI”). Redacted Compl. ¶ 1, ECF No. 22. YEI is a subcontractor on the incumbent contract. AR Tab 38 at 27893.

2 responding to Service Orders (SOs) and Baseline Repairs and Replacements (BRRs); accomplishing recurring services such as Preventive Maintenance (PM), Programmed Maintenance (PGM), and Predictive Testing and Inspection (PT&I) that involve routine, periodic maintenance, and incidental repair requirements associated with assigned FSEU [i.e., facilities, systems, equipment and utilities]; operations that require continuous presence of qualified personnel during a specified period; work management and Spaceport integration; logistics; system engineering and engineering services; and project management services.

AR Tab 15 at 13720–21. The IDIQ component would include “work which cannot be adequately defined in advance for inclusion with baseline work.” Id. at 13721.

II. The Solicitation’s Source Selection Procedures and Evaluation Factors

A. Source Selection Procedures

Under the Solicitation, the award would be made to the responsible offeror whose proposal represented the best value to the government. Id. at 13686. The Solicitation specified that the BOSS procurement would use competitive negotiated acquisition procedures pursuant to FAR 15.3 and NASA FAR Supplement (“NFS”) 1815.3 and that NASA would also use the tradeoff process described in FAR 15.101-1. Id. at 13707.

The Solicitation warned prospective offerors that their “initial proposal[s] should contain [their] best terms from a cost or price and technical standpoint,” and indicated that NASA did not intend to hold discussions. Id. at 13686. Nonetheless, NASA reserved the right to conduct discussions if the contracting officer “later determine[d] them to be necessary.” Id. Moreover, in the event discussions were held—which would require the agency to establish a competitive range pursuant to FAR 15.306(c)—the contracting officer could “limit the number of proposals in the competitive range to the greatest number that [would] permit an efficient competition among the most highly rated proposals.” Id.

NASA’s Source Evaluation Board (“SEB”) would conduct evaluations of the proposals pursuant to NFS 1815.370. Id. at 13707. The SEB was comprised of five voting members, six nonvoting members (including the contracting officer, Kelly J. Boos), six evaluators, several consultants, and five ex officio members. AR Tab 11 at 13528–29.

B. Evaluation Factors

As set forth in the Solicitation and in accordance with NFS 1815.304-70, the SEB would evaluate proposals based on three factors: (1) Mission Suitability; (2) Past Performance; and (3) Price. AR Tab 15 at 13707. The Price factor was more important than the Mission Suitability factor, which was more important than the Past Performance factor. Id. The Mission Suitability and Past Performance factors, “when combined, [were] approximately equal to the Price factor.” Id. The Solicitation stated that unless it was not in NASA’s best interest, it would evaluate price based on the total price for all options plus the total price for the base period. Id. at 13708.

3 1. Mission Suitability

The Mission Suitability factor was comprised of three subfactors: (1) Management Approach; (2) Technical Approach; and (3) Small Business Utilization. Id. at 13708. The subfactors would be individually evaluated, numerically scored, and weighted “using the adjectival rating, definitions, and percentile ranges at NFS 1815.305(a)(3)(A).” Id. Those ratings, definitions, and percentile ranges are represented in the chart below:

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

Related

Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
One Largo Metro, Llc v. United States
109 Fed. Cl. 39 (Federal Claims, 2013)
Nve, Inc. v. United States
121 Fed. Cl. 169 (Federal Claims, 2015)
Square One Armoring Service, Inc. v. United States
123 Fed. Cl. 309 (Federal Claims, 2015)
Rivada Mercury, LLC v. United States
131 Fed. Cl. 663 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Ksc Boss Alliance, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ksc-boss-alliance-llc-v-united-states-uscfc-2019.