Logistic Management Services, Inc. v. United States

794 F. Supp. 147, 1992 U.S. Dist. LEXIS 10103, 1992 WL 166444
CourtDistrict Court, E.D. Pennsylvania
DecidedJuly 10, 1992
DocketCiv. A. No. 92-3535
StatusPublished

This text of 794 F. Supp. 147 (Logistic Management Services, Inc. v. United States) is published on Counsel Stack Legal Research, covering District Court, E.D. Pennsylvania primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Logistic Management Services, Inc. v. United States, 794 F. Supp. 147, 1992 U.S. Dist. LEXIS 10103, 1992 WL 166444 (E.D. Pa. 1992).

Opinion

MEMORANDUM

MARVIN KATZ, District Judge.

The parties have stipulated to the following:

1. The identity of the parties is accurately set forth in paragraphs 2 through 4 of the complaint.

2. On August 12, 1991, defendant UNI-COR, Federal Prisons Industries, Inc. (“UNICOR”) issued Invitation for Bids No. 1PI-0010-91 (the “IFB”) requesting bids for the transportation and installation of movable partition panel systems and modular work stations, supplied by UNICOR to various locations throughout the United States and Puerto Rico.

3. The systems furniture and modular work stations are built by prisoners at various federal prisons. UNICOR operates approximately 75 factories at over 48 locations. It products, including the systems furniture at issue here, are sold to federal agencies and the Department of Defense. UNICOR’s operations are financed solely through earnings from its products. Through its manufacturing activities, UNI-COR provides employment, education and training opportunities to federal prisoners.

4. The prior contract under which this work was performed was held by Mayflower Transit, Inc. (“Mayflower”). Work under that contract was performed by Mayflower, Town and Country, Inc. (an agent [148]*148of Mayflower’s) and then, for at least the past year, by Logistics Management Services, Inc. (“LMS”), a company having many of the same principals as Town and Country. At the time of the IFB, and at present, work was being carried out by LMS.

5. The prior contract stated:

[w]here the contractor is required to use union labor, or where labor regulations require a class or laborer other than that ordinarily required for furniture installation, a reasonable rate adjustment may be approved in advance by the Contract ing Officer’s Technical Representative.

6. Under the present contract, union labor was required by UNICOR and/or its customer on at least four occasions. On each of those occasions, UNICOR negotiated a new price with LMS and passed the increase onto its agency customer.

7. Bid opening under the IFB was originally scheduled for September 12,1991, but was extended to September 19, 1991 by Amendment 0001.

8. In response to the IFB, UNICOR received timely bids from seven bidders, including bids from LMS and Krueger International/OEI Division (“Krueger”).

9. Bid opening was conducted on September 19, 1991.

10. After evaluating all the bids, UNI-COR determined that all bids were nonre-sponsive because all bidders had failed to comply with the specifications. For example, for transportation charges, Krueger’s bid contained a price per mile varying by length of trip, but LMS' bid contained a price per mile plus a flat fee.

11. Because all bidders on IFB had been deemed to be nonresponsive, on or about October 21, 1991, UNICOR determined to convert the solicitation to a negotiated procurement.

12. On or about January 22, 1992, UNI-COR issued Amendment 0001 which converted the IFB to a negotiated procurement identified as Request for Proposals 1PI-0010-91 (the “RFP”).

13. The Amendment expressly states as follows:
Solicitation is hereby amended as follows: Subject solicitation is converted from a sealed bid solicitation to a negotiated solicitation. Attached are clause changes/corrections, as well as the schedule to be completed by offerer. Of-ferors are advised that any deviation from the attached schedule will not be evaluated. BEST AND FINAL OFFERS ARE DUE BY FEBRUARY 3, 1992, 2:00 p.m.
14. The RFP incorporated the following evaluation scheme:
The evaluation criteria, except for price, are listed in the order of their relative importance. Technical content comprises 75% of the total points possible (Factors A-C). Price comprises 25%> of the total points possible. (Factor D).
A. Fast Performance/Experience: How long has the company been in the business of installing Systems and freestanding furniture and what types of systems furniture have they installed, (sic)
B. Capability: How many sites can be installed in an average month and does the company have the capability of installing up to forty (40) sites per month.
C. Response Time: Does the company have the ability to meet response time required for shipment of product and installation of furniture. Must be able to react within ten (10) working days.
D. Price: When scoring this factor, the lowest price will receive the highest score. The next lowest price receives the next highest, and so on.
Total points possible: 100

15. The RFP provided: the “Government contemplates award of a firm fixed price requirements service contract”: for a base year and four one year option years.

16. In response to the RFP, six offers were timely submitted to UNICOR. Four of the offers, including offers from LMS and Krueger, contained both technical and price proposals.

17. The RFP expressly provided notification to offerors that the contract might be awarded without discussions.

[149]*14918. The RFP specifically requested name, titles and telephone numbers of persons authorized to negotiate on behalf of the offeror.

19. Between the time of the issuance of the RFP and the award to Krueger, no discussions were held with any offeror.

20. The technical proposals were evaluated by a technical evaluation panel comprised of UNICOR employees familiar with the underlying requirements of the contract.

21. The technical evaluation panel did not consider price in its evaluation.

22. The technical evaluation panel reviewed the technical aspects in accordance with the evaluation criteria set forth in paragraph 14 above.

23. The RFP required: “Five (5) trailers per site/day spotted.”
24. Krueger’s technical proposal provided:
[Krueger] can comply with this level of spotted trailers. All spotted trailers shall be transported at least once per week. It is [Krueger’s] intention that in complying with this specific transportation requirement that trailers are to be loaded for transport of product to job sites and not for storage.

25. The RFP contained an example to provide pricing for phased installation. The example contained no line item number, but its components were derived from line items elsewhere in the offer.

26. Krueger did not fill in blanks in the example. Krueger did not provide the line item entries necessary to complete the example if necessary.

27. The results of the technical evaluation were as follows:
Krueger 72 points
Interstate 42 points
Graebel Van Lines 68 points
LMS 75 points

28.The UNICOR contracting offer evaluated prices submitted by the offerors, The result of UNICOR’s initial evaluation of the prices of the offers is as follows:

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

Cite This Page — Counsel Stack

Bluebook (online)
794 F. Supp. 147, 1992 U.S. Dist. LEXIS 10103, 1992 WL 166444, Counsel Stack Legal Research, https://law.counselstack.com/opinion/logistic-management-services-inc-v-united-states-paed-1992.