Loc Performance Products, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedOctober 7, 2019
Docket19-892
StatusPublished

This text of Loc Performance Products, Inc. v. United States (Loc Performance Products, 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
Loc Performance Products, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims No. 19-892C (Filed: September 23, 2019) (Re-Filed: October 7, 2019) 1

********************* LOC PERFORMANCE PRODUCTS, INC., Bid protest; post-award bid protest; 28 U.S.C. § Plaintiff, 1491(b)(4) (2018); 48 C.F.R. § 15.306 (2018); technical v. evaluation; competitive range determination; responsibility THE UNITED STATES, determination; prejudice.

Defendant.

*********************

Christian B. Nagel, Tysons, VA, for plaintiff. Gregory R. Hallmark and Amy L. Fuentes, of counsel.

Eric E. Laufgraben, Trial Attorney, United States Department of Justice, Civil Division, Commercial Litigation Branch, Washington, DC, with whom were Joseph H. Hunt, Assistant Attorney General, Robert E. Kirschman, Jr., Director, Douglas K. Mickle, Assistant Director, for defendant. Robert B. Nelson, Lieutenant Colonel, U.S. Army, Chief, Trial Team II, Contract & Fiscal Law Division, U.S. Army Legal Services Agency, of counsel.

OPINION BRUGGINK, Judge.

This is a post-award bid protest by Loc Performance Products, Inc. (“Loc”), of an award by the Army of contracts for armor and turret system hardware and platform integration kits, which are parts of weapons systems on military tactical vehicles. The Army awarded contracts to two companies,

1 This opinion was originally issued under seal to permit the parties an opportunity to propose redactions on or before October 4, 2019. The parties proposed redactions on October 4, and we adopt their redactions. O’Gara-Hess & Eisenhardt Armoring Company LLC (“O’Gara”) and Ibis Tek, Inc. (“Ibis Tek”), neither of which intervened in this protest.

The parties filed cross-motions for judgment on the administrative record. The matter is fully briefed, and we held oral argument on September 17, 2019. Because the Army rationally evaluated Loc’s proposal and excluded it from the properly-constructed competitive range, we deny plaintiff’s motion for judgment on the administrative record and grant the government’s motion.

BACKGROUND

The Army published a request for proposals (“RFP”) on October 25, 2017, seeking parts of military tactical vehicles’ weapons systems: armor and turret system hardware and platform integration kits. 2 The Army would award up to three indefinite delivery, indefinite quantity contracts based on which proposals offered the best value to the Army. It planned to award contracts without discussions, but reserved the right to engage in discussions and to allow offerors to revise their proposals. The solicitation stated that the Army could set a competitive range and limit it to the greatest number of offers that would permit efficient competition among the most highly rated proposals.

The solicitation also repeatedly advised offerors that they were responsible for providing sufficient detail and evidence to allow the Army to perform its evaluation. Administrative Record (“AR”) 183-85. The Army first stated its expected production rates for the solicited products in the Delivery or Performance section: “Up to 50 kits per month for each of the Armor Hardware, turret systems and [platform integration kits] configurations and related spares along with the capability to ramp up within 6 months to a minimum of 300 kits per month of each configuration related spares.” AR 155.

2 Armor hardware is “Gunner Protection Panels and Kits,” which include “mechanical, electrical and electromechanical components such as cables, gunner accessory package, turret drive motors, controllers and transparent armor.” Administrative Record 138. A turret system is “hatch assembly, slew bearing and gear ring for tactical vehicles,” which will interface with Gunner Protection Kits. Id. Platform integration kits “provide the unique mechanical and electrical interfaces to integrate Remote Weapon Systems [] to a variety of U.S. Government [] platforms.” Id. 2 A Source Selection Evaluation Board (“SSEB”) would evaluate proposals on three factors: Technical, Past Performance, and Price. The Technical factor was most important, and the Technical and Past Performance factors combined were more important than Price. The Army could award a contract to other than the lowest-priced offeror or the highest technically rated offeror.

The Technical factor includes three subfactors: Manufacturing Plan, Quality Assurance Plan, and Management Plan. The Manufacturing Plan and Quality Assurance Plan were equally important, and each was more important than the Management Plan. The Army would evaluate each subfactor for strengths, weaknesses, and uncertainties. It would assign an adjectival rating (Outstanding, Good, Acceptable, Marginal, or Unacceptable) to each subfactor and a cumulative rating for the Technical factor. Relevant here are the ratings “Acceptable” and “Marginal.” A “Marginal” Technical rating means that the “[p]roposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high.” AR 191. An “Acceptable” Technical rating means that the “[p]roposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate.” Id. Loc challenges its overall rating on the Technical factor and its ratings on subfactors 1 and 3.

Under Technical Subfactor 1: Manufacturing Plan, the Army required a detailed, realistic, supportable plan for producing and testing armor hardware, turret systems, and platform integration kits. The Army directed offerors to describe “the complete Armor Hardware, Turret Systems and [platform integration kits], including cable harness assemblies, gunner accessory package [], turret drive motors, controllers and transparent armor” as well as “essential manufacturing facilities and equipment.” AR 263.

The Army also instructed offerors to “[p]rovide a complete flow diagram of the proposed assembly line, including test, inspection, and build.” Id. The Army repeated here that offerors must indicate “capability to meet production rates of a minimum of 50 kits per month as a minimum along with the capability to ramp up within 6 months to a minimum of 300 kits per month for each of the configurations.” Id. It also directed offerors to propose subcontractors and describe their involvement.

Under Technical Subfactor 2: Quality Assurance Plan, the Army required offerors to describe their Quality Management System and how the

3 offeror would address quality requirements with subcontractors and suppliers.

Under Technical Subfactor 3: Management Plan, the Army required offerors to detail how manufacturing would meet the solicitation requirements. This included a detailed Integrated Master Schedule (“IMS”), which is a multilayered schedule of tasks for completing the target effort. The Army explained: “The IMS should include all events to be accomplished and support each task achievement criteria. Include a breakdown of the Armor Hardware, Turret Systems and [platform integration kits] in substantial detail showing specific piece-parts, sub-assemblies and components required. Include/discuss parts and assemblies that have lead times in excess of 120 days.” Id.

The Army further required a description of the offeror’s Configuration Management System, addressing “how engineering changes, deviations and waivers to drawings and specifications are processed, reviewed, and acted upon.” Id. The description needed to include the organization of the Configuration Management System, a chart of individuals involved, and a plan to address configurations changes with subcontractors.

The solicitation requirements included Sections C.3.4 Start of Work Meeting, C.3.5 Accident/Incident Report, C.3.6 Warranty, and C.5 OPSEC Requirements.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
Loc Performance Products, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/loc-performance-products-inc-v-united-states-uscfc-2019.