Laerdal Medical Corp. v. United States

111 Fed. Cl. 783, 2013 U.S. Claims LEXIS 989, 2013 WL 4011030
CourtUnited States Court of Federal Claims
DecidedJuly 29, 2013
Docket13-256C
StatusPublished
Cited by1 cases

This text of 111 Fed. Cl. 783 (Laerdal Medical 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
Laerdal Medical Corp. v. United States, 111 Fed. Cl. 783, 2013 U.S. Claims LEXIS 989, 2013 WL 4011030 (uscfc 2013).

Opinion

Bid Protest; Cross-Motions for Judgment on the Administrative Record; Dispute Regarding Technical Evaluation of Mannequins to Be Used to Train Army Combat Medics

OPINION

HEWITT, Chief Judge

This is a post-award bid protest brought by Laerdal Medical Corporation (Laerdal or plaintiff), the awardee of Contract Number W900KK-12-D-0050 (the contract or Laer-dal’s contract) for the delivery of mannequins used to train combat medics. Post-Award Procurement Protest Compl. (Compl.), Docket Number (Dkt. No.) 1, ¶¶ 1-2. In this suit, Laerdal challenges a decision by the United States, acting through the United States Department of the Army’s Program Executive Office, Simulation Training and Instrumentation Acquisition Center (PEO STRI, the Army, the government or defendant) to take corrective action in the form of terminating Laerdal’s contract in response to a bid protest filed with the United States Government Accountability Office (GAO). Id.

Plaintiff and defendant have filed cross-motions for judgment on the administrative record. Before the court are plaintiffs and defendant’s cross-motions for judgment on the administrative record and the associated briefing: Plaintiffs Motion for Judgment on the Administrative Record (plaintiffs Motion), Dkt. No. 31, filed May 7, 2013 with plaintiffs Statement of Facts, Dkt. No. 31-1, and Plaintiffs Brief in Support of Motion for Judgment on the Administrative Record (PL’s Mem.), Dkt. No. 31-2; Defendant’s Opposition to Plaintiffs Motion for Judgment upon the Administrative Record and Cross-Motion for Judgment upon the Administrative Record (defendant’s Motion or Def.’s Mot.), Dkt. No. 40, filed May 31, 2013; Plaintiffs Opposition to Defendant’s Cross-Motion for Judgment on the Administrative Record, Dkt. No. 42, filed June 12, 2013 with plaintiffs Counter-Statement of Facts, Dkt. No. 42-1, and Plaintiffs Brief in Support of Plaintiffs Opposition to Defendants] Cross-Motion for Judgment on the Administrative Record (PL’s Resp.), Dkt. No. 42-2; and Defendant’s Reply in Support of Its Cross-Motion for Judgment upon the [Administrative] Record (Def.’s Reply), Dkt. No. 43, filed June 28, 2013. Defendant-intervenor CAE Healthcare, Inc. (CAE or defendant-interve-nor) has not filed briefing.

I. Background

A. The Solicitation

On April 23, 2012 the government issued Solicitation Number W900KK-12-R0013 (the solicitation 2 ), Admin. R. (AR) 918 (request for proposals (RFP)), for delivery of high-fidelity tetherless mannequins to be used to train soldiers “to treat wounds in the combat environment,” AR 1025 (statement of work). The solicitation provided for the delivery of thirty-eight mannequins during the base year of contract performance and delivery of up to a total of 130 additional mannequins during four one-year option periods. AR 629 (Army GAO mem.) (providing contracting officer’s statement of facts); AR 1981 (CAE 2d debriefing); see also AR 920-65 (RFP) (listing individually the items to be delivered). The mannequins were to be purchased as commercial items pursuant to Federal Acquisition Regulation part 12. See AR 918 (RFP) (titled, in part, “Order for Commercial Items”); cf. 48 C.F.R. (FAR) pt. 12 (2012) (governing acquisition of commercial items). The solicitation also provided for the delivery of certain associated services and equipment. See AR 1026-30 (statement of work) (stating that the awardee would be required to “provide all commercial products and services necessary to complete the tasks in this [statement of work]”); see, e.g., AR 920 (RFP) (requiring delivery of new equipment training).

The solicitation listed forty-nine numbered requirements, which it stated each manne *787 quin “shall include.” AR 1037-40 (statement of work); see also id. at 1026 (stating that the awardee “shall deliver [mannequins] that meet the requirements as defined in this [statement of work]—including the [forty-nine numbered] Requirements”). Seven of these requirements were identified as “critical requirements.” 3 AR 1055-56 (evaluation criteria). Of particular relevance to this case: The mannequins were required to permit remote, tetherless operation and to “allow radio operation from a distance of 300 feet that is not [in the] direct line of sight.” AR 103 7-3 8 (statement of work). They were to include “anatomically correct pulse sites,” id. at 1039, and “life-like ears with the capability to ooze simulated fluids appropriate to related injuries,” id. at 1038. Additionally, the mannequins were to be able to “simulate bi-lateral tension pneumothorax” and “human responses to both correctly and incorrectly performed needle decompression procedures.” 4 Id. at 1039. The mannequins were required to be equipped with “sternal [intraosseous] acceptance sites ... with the ability to provide fluid resuseitative treatment.” 5 Id. The mannequins also were to “be capable of being used to demonstrate the proper procedure for insertion of an IV in brachial veins.” Id. at 1040.

Award was to be made on a best value basis, based on three factors: Technical, Performance Risk 6 and Price. AR 1053 (evaluation criteria); AR 1011 (RFP). The Technical factor was to be “significantly more important than the Performance Risk” factor, and the Performance Risk factor was to be “significantly more important than” the Price factor. AR 1053 (evaluation criteria); AR 1011 (RFP). Award was to be made according to “an integrated tradeoff assessment among the evaluation factors and by the exercise of sound business judgment.” AR 1053 (evaluation criteria).

The solicitation stated that, with respect to the Technical factor, the government would assign each proposal one of the following five adjectival ratings (Technical ratings):

*788 Color Rating Description

Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

Purple Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

Yellow Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies.

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

Related

Innovative Test Asset Solutions LLC v. United States
125 Fed. Cl. 201 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
111 Fed. Cl. 783, 2013 U.S. Claims LEXIS 989, 2013 WL 4011030, Counsel Stack Legal Research, https://law.counselstack.com/opinion/laerdal-medical-corp-v-united-states-uscfc-2013.