Leath, McCarthy & Maynard, Inc. v. Army & Air Force Exchange Service

604 F. Supp. 514, 1985 U.S. Dist. LEXIS 22153
CourtDistrict Court, N.D. Texas
DecidedMarch 1, 1985
DocketCiv. A. No. 3-84-2086-H
StatusPublished
Cited by2 cases

This text of 604 F. Supp. 514 (Leath, McCarthy & Maynard, Inc. v. Army & Air Force Exchange Service) is published on Counsel Stack Legal Research, covering District Court, N.D. Texas primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Leath, McCarthy & Maynard, Inc. v. Army & Air Force Exchange Service, 604 F. Supp. 514, 1985 U.S. Dist. LEXIS 22153 (N.D. Tex. 1985).

Opinion

MEMORANDUM OPINION AND ORDER

SANDERS, District Judge.

This case is before the Court on Plaintiff’s Brief in Support of Application for Preliminary Injunction, filed December 19, 1984; Federal Defendants’ Opposition, filed January 7, 1985; Defendant Chic Hosiery Corporation’s Brief in Opposition, filed January 7, 1985; and Plaintiff’s Reply Brief, filed February 20, 1985. Each submission has supporting affidavits.

Factual Background

This case arises out of the award of a two-year requirements contract under Solicitation No. AAFES-MR-A82-37-84-001, awarded by Defendant Army and Air Force Exchange Service ("AAFES”) to Defendant Chic Hosiery. The contract concerned the supply of women’s hosiery to be stocked as AAFES’ house brand.

Plaintiff Leath, McCarthy and Maynard (“LM & M”) had been the supplier of the hosiery products since 1979. In the latter part of 1983, the AAFES contracting officer, Defendant Vivian R. West, sought and received LM & M’s permission to distribute its specifications for the product to various potential suppliers for the submission of samples. The letter (MR-A/2) stated: “Items submitted for review must be of ‘equal or better’ quality than specifications indicated.” Exhibit C, Plaintiff’s Brief.

Chic responded to the letter, and included samples and product data sheets. Although Chic apparently misunderstood the terms of the letter, Hanks Transcript at 88, the samples were not of what AAFES defined as comparable quality. Plaintiff’s Exhibit F, Page Affidavit.

Following receipt of all responses to MR-A/2, AAFES issued the Solicitation to seven companies, including LM & M and Chic. The Solicitation incorporated by reference the quality specifications of MR-A/2:

1. Style numbers indicated above are those submitted by prospective offerors in response to AAFES-MR-A letter dated 6 Oct. ’83 [MR-A/2], incorporated herein by reference, which provide specifications for items listed herein. By submission of a proposal offerors certify that their products/style numbers are [516]*516equal to or better than that supplied in the AAFES-MR-A letter.

Solicitation, Plaintiffs Exhibit B at 1.

The Chic style numbers provided in response to MR-A/2 were listed in the Solicitation as “Acceptable Styles”. Id. Plaintiff was not aware, at this point, that the Chic specifications did not meet those incorporated in the Solicitation. West apparently relied on Chic’s certification to indicate responsiveness. West Affidavit at 4.

Chic’s bid was the lowest. The contract was entered into on July 10, 1984. See Exhibit A, Plaintiff’s Brief. Plaintiff was eventually the fourth-lowest bidder.

In September of 1984, AAFES sent the Chic samples to an independent testing service. The results included the following statements: “[T]he test report clearly indicates that the Chic samples do not conform to the LM & M manufacturing specifications____ These differences in the overall garment construction qualities have caused considerable differences in the performance characteristics.” See Exhibit F, Plaintiff’s Brief. Other defects were subsequently noted.

The deficiencies were brought to Chic’s attention and were subsequently corrected. Spruill Affidavit at 4. It appears that Chic is now providing goods in conformity with the specifications.

Plaintiff seeks a preliminary injunction prohibiting further performance of the Chic-AAFES contract pending a trial on the merits. The usual standards governing injunctive relief apply, see John Carlo, Inc. v. Corps of Engineers, 539 F.Supp. 1075, 1079 n. 6 (N.D.Tex.1982), and the Court will address them seriatim.

Substantial Likelihood of Prevailing on Merits

To successfully challenge the legality of a procurement decision, a party must show either that:

(1) the procurement official’s decisions on matters committed primarily to his own discretion had no rational basis, or
(2) the procurement procedure involved a clear and prejudicial violation of applicable statute or regulations.

Kinnett Dairies, Inc. v. Farrow, 580 F.2d 1260, 1271 (5th Cir.1978).

Plaintiff appears to focus on the second option. To secure a “fair, equitable and impartial” procurement policy, DOD Instruction No. 4105.67 at ¶ Dl, Plaintiff’s Exhibit G, joint Army and Air Force regulation AR 60-20/AFR 147-14, provides:

Evaluation of proposal. Proposals received as a result of a multiple source solicitation will be evaluated on the basis of responsiveness, competitiveness and responsibility.
Awards of contracts. Contracts will be awarded or issued only to those responsive and responsible offerors whose proposals are most advantageous, price, fee and other factors considered ...
(a) A responsive offer is an offer that satisfies all the requirements stated in the solicitation (oral or written), including, but not limited to, delivery schedules, quality, quantity, the price stipulations and specifications.

Exhibit G at 6.

The operational regulations are set forth in Exchange Service Procurement Instruction Manual 65-1, issued by the Commander of AAFES. Responsiveness is again highlighted as the foremost consideration in the awarding of the contract:

GENERAL GUIDELINES. The three basic factors for evaluating proposals are (1st) responsiveness, (2nd) competitiveness ... and (3rd) responsibility, to be accomplished in that order____ Award of contract will be made to the responsible prospective contractor whose offer is responsive to the solicitation and is most advantageous to AAFES and its customers, considering price/fee and/or other evaluation factors set forth in the solicitation.
RESPONSIVENESS. A proposal is responsive when it fulfills all of the requirements set out in the solicitation,
a. If a proposal ... doesn’t fully meet all requirements of the solicitation, [517]*517the contracting officer will determine it nonresponsive and won’t consider it for award.

Exhibit G at 12-13.

These promulations carry the full force and effect of law. Standard Oil Co. v. Johnson, 316 U.S. 481, 484, 62 S.Ct. 1168, 1169, 86 L.Ed. 1611 (1942).

To permit a contracting officer to accept a bid deviating from quality specifications would render meaningless the whole procedure of competitive government contracting. Prestex, Inc. v. United States, 320 F.2d 367, 372 (Ct.Cl.1963). The prejudice to other bidders, such as Plaintiff, is clear. If Plaintiff was permitted to submit a bid on different specifications, it may have been able to underbid Chic. See Toyo Menka Kaisha, Ltd. v. United States, 597 F.2d 1371, 1377, 220 Ct.Cl. 210 (1979).

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

Related

Terry v. United States
96 Fed. Cl. 131 (Federal Claims, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
604 F. Supp. 514, 1985 U.S. Dist. LEXIS 22153, Counsel Stack Legal Research, https://law.counselstack.com/opinion/leath-mccarthy-maynard-inc-v-army-air-force-exchange-service-txnd-1985.