Kwr Construction, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedJuly 21, 2015
Docket15-156
StatusUnpublished

This text of Kwr Construction, Inc. v. United States (Kwr Construction, 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
Kwr Construction, Inc. v. United States, (uscfc 2015).

Opinion

In the United States Court of Federal Claims No. 15-156C (Filed: July 21, 2015)* *Opinion originally filed under seal on March 23, 2015

) KWR CONSTRUCTION, INC. ) ) Plaintiff, ) ) Bid Protest; Price Completeness; Price v. ) Reasonableness; Price Realism; ) Remand to Agency THE UNITED STATES, ) ) Defendant. ) ) )

Frances J. Haynes, Phoenix, AX, for plaintiff.

Matthew P. Roche, Civil Division, United States Department of Justice, Washington, DC, with whom were Benjamin C. Mizer, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Franklin E. White, Jr., Assistant Direector. Erika L. Whelan Retta, Air Force Legal Operations Agency, Joint Base Andrews, MD, of counsel.

OPINION

FIRESTONE, Judge.

Pending before the court are cross-motions for judgment on the administrative

record filed by plaintiff, KWR Construction, Inc. (“KWR”), and defendant the United

States (“the government”), in connection with the United States Air Force’s (“agency”)

award of Contract Nos. F4887-14-D-0002, FA4887-14-D-0003, FA4887-14-D-0004, and

FA4887-14-D-0005 to Herman Construction Group, Inc. (“Herman”), Rore, Inc.

(“Rore”), Mirack & Macro-Z Technology (“M & M”), and Premier Engineering Corporation (“Premier”). In its complaint filed under 28 U.S.C. § 1491(b), KWR alleges,

among other things, that: (1) the Air Force’s determination that KWR’s price proposal

was unacceptable on the grounds that it was incomplete, unreasonable, and unrealistic is

not supported by the record and thus the decision to eliminate KWR from the competition

was irrational; (2) the Air Force violated procurement law by phoning KWR and

encouraging KWR to lower its prices in connection with an amendment to the solicitation

that required offerors to review their price proposals; (3) the solicitation’s price terms and

evaluation standards violated the FAR; (4) the Air Force applied more stringent standards

to KWR’s price evaluation than to the other offerors and the awardees; (5) the Air Force

engaged in bad faith tradeoffs; and (6) the Source Selection Evaluation Board’s (“SSEB”)

decision failed to provide the best value for the government by failing to consider KWR’s

past performance evaluation prior to rejecting its price proposal.

For the reasons that follow, the court finds that KWR’s challenges to the Air

Force’s rejection of its price proposal are well-founded and that a remand to the Air

Force is necessary in order for the Air Force to properly explain its rejection of KWR’s

price proposal with a reasoned explanation or adopt a different decision with a reasoned

explanation.

I. Background

A. The Procurement

At issue in this case is a Multiple Award Construction Contract (“MACC”)

Indefinite-Delivery Indefinite-Quantity for Luke Air Force Base in Glendale, Arizona.

Administrative Record (“AR”) 1447, 1625. The MACC will be used to award multi-

2 discipline construction requirements (i.e., civil, mechanical, electrical, demolition, etc.)

with additional capability to perform large-scale design build projects necessary to

support larger requirements at Luke Air Force Base. AR 1625. Under the terms of the

MACC, contractors are to furnish all plant, labor, material, equipment, transportation,

and supervision necessary to accomplish each task order in accordance with the contract,

specifications, and additional terms and conditions. Id. The Air Force anticipated

awarding three to five contracts, which represented the best value in the areas of past

performance and price, to include a base year period beginning on August 1, 2014, and

four one-year option periods. Id. at 183, 1447. The solicitation, RFQ FA4887-13-R-

0005 (solicitation or RFP), was posted to Federal Business Opportunities website on June

20, 2013 with a closing date of July 30, 2013. Id. at 118.

1. Relevant Solicitation Provisions

The evaluation process was set out in Section M(C)(1) of the Solicitation which

stated that “[e]ach step of this process is codependent upon the step immediately

preceding; the government will only rate those proposals in Step 2 [Price of

Demonstration Project] that were deemed Acceptable in Step 1 [Technical Acceptability].

At the conclusion of Step 2, the government would evaluate Past Performance of the

lowest priced acceptable offerors, assign a Past Performance Confidence rating and

continue in succession based on price assigning Past Performance Confidence ratings.”

Id. at 189. Accordingly, a technical proposal that was “Unacceptable” in Step 1 would

not be evaluated in Step 2; in turn, a price proposal that was not complete, reasonable,

and realistic in Step 2 would not be evaluated for past performance in Step 3. Id.

3 With respect to the price evaluation performed in Step 2, the Solicitation provided

that proposals would be evaluated in three ways. First, the Air Force would determine

whether the price submission was complete, providing “[a]ll information/data required by

the solicitation” and that all information received was free of omissions or errors. Id. at

186, 189. Second, prices would be evaluated for reasonableness; that is, the total price

“represents an amount that a prudent person would pay in a competitive business

environment.” Id. at 186. Third, the agency would determine whether the price proposal

was realistic. Section M(B)(1)(b)(i) and Section M(B)(3)(d) of the Solicitation provide

that “[r]ealism is based on the items of the demonstration project price proposal to

determine whether prices are realistic for the work to be performed, reflect a clear

understanding of the requirements, and are consistent with the various elements of the

offeror’s technical proposal.” Id. The Solicitation provided that “[u]nrealistically low or

high prices may be grounds for eliminating a proposal from competition on the basis that

the offeror does not understand the requirement.” Id.

The Solicitation also stated that the “Government intends to evaluate proposals

without discussions with offerors. Therefore, it is imperative that each offeror submit

their best terms with their initial proposal . . . . Offerors will not assume that they will be

contacted or afforded an opportunity to qualify, discuss or revise their proposals.” Id. at

173-74.

2. Amendments to the Solicitation

4 Eight amendments were issued before initial proposals were due. See generally

Id. at 194-248. The RFP’s closing date was extended from July 30, 2013 to August 5,

2013 to account for these changes. Id. at 118, 238.

B. Initially, the Source Selection Board Approved KWR’s Proposal

On August 5, 2013, the Air Force received twenty-five proposals; it anticipated

issuing awards within 120 days of receipt. Id. at 1447, 118, 233. The SSEB conducted

an initial evaluation of the 25 proposals received. Id. at 1633. The SSEB found 13 of the

proposals received, including KWR’s, to be technically acceptable during Step 1 of the

evaluation. Id. In Step 2, the Air Force evaluated the price proposals of the 13

technically acceptable offerors, of which 11 were found to be “complete, reasonable, and

realistic” in accordance with the solicitation, including KWR’s. Id. at 1633-34. KWR’s

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

Related

Florida Power & Light Co. v. Lorion
470 U.S. 729 (Supreme Court, 1985)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
R & W Flammann Gmbh v. United States
339 F.3d 1320 (Federal Circuit, 2003)
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)
A & D Fire Protection, Inc. v. United States
72 Fed. Cl. 126 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Kwr Construction, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/kwr-construction-inc-v-united-states-uscfc-2015.