Lyon Shipyard, Inc. v. United States

113 Fed. Cl. 347, 2013 WL 6185059
CourtUnited States Court of Federal Claims
DecidedNovember 27, 2013
Docket13-508C
StatusPublished
Cited by19 cases

This text of 113 Fed. Cl. 347 (Lyon Shipyard, 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
Lyon Shipyard, Inc. v. United States, 113 Fed. Cl. 347, 2013 WL 6185059 (uscfc 2013).

Opinion

OPINION

ALLEGRA, Judge:

In this post-award bid protest action, Lyon Shipyard, Inc. (Lyon), of Norfolk, Virginia, challenges the Navy’s decision to award a contract for marine boatyard services to Marine Hydraulics International (MHI). It claims that the Navy did not conduct meaningful discussions and failed to treat all offerors equally. The parties have filed cross-motions for judgment on the administrative record. For the reasons that follow, the court DENIES plaintiffs motion for judgment on the administrative record and GRANTS defendant’s cross-motion. 2

1. BACKGROUND

The administrative record in this case reveals the following:

In June of 2011, the Navy issued Solicitation (Solicitation) No. N50054-11-R-0002 to procure the “necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support ... and periodic maintenance primarily in support of ... boats, craft, lighterage, and service craft custodians” in the Hampton Road area of Virginia. The Solicitation organized the work requirements into two separate lots, Lots I and II 3 — only the latter is the subject of this bid protest. It contemplated the award of multiple indefinite delivery/indefinite quantity (ID/IQ) contracts to up to five awardees. Firm, fixed-price task orders would be competed among the five awardees. Each contract has a twelve-month ordering period, with four one-year options.

The Solicitation advised offerors that awards will be made to “the responsible offeror or offerors whose offer, conforming to the solicitation, is deemed most advantageous to the Government, price and other factors considered.” According to the Solicitation, the factors to be considered in determining the best value were “technical,” “past performance,” and “price.” Offerors were advised that the “[n]on-priee factors (Technical and Past Performance), taken together, will be more important than price,” adding though that “as non-price factors equalize among competing proposals, price may assume a greater degree of importance.”

In the Solicitation, the Navy emphasized that the proposed prices should be “fully burdened,” to include, inter alia, “the potential of escalating fuel costs, all direct and indirect costs, labor, equipment rental, services, overhead, profit,” etc. The Solicitation required offerors to propose a composite labor rate, a material handling and a travel rate, as well as rates for boat storage, lift and towing, each of which were multiplied by a notional quantity provided by the Navy for evaluation purposes. The Solicitation stated that a proposed price would “be evaluated independently to determine whether it is reasonable and whether it reflects the offeror’s *351 understanding of the work and ability to perform the contract.” Price evaluations “include[d] a comparison of the proposed prices and a comparison of the proposed prices against the independent government estimate [IGE].” Finally, the Solicitation warned that “[a] price proposed that is unrealistic, unreasonable, or unbalanced may be rejected.”

The Solicitation advised that “all offerors selected to participate in discussions shall be advised of deficiencies in their offer, and shall be offered a reasonable opportunity to correct or resolve the deficiencies and to submit such price or cost, or other revisions to their offer, that may result from the discussions.” It further indicated that “[a] contract award under this request for proposals (RFP) will be the result of an integrated assessment by the Contracting Officer of the results of the evaluation based on the evaluation factors and their relative order of importance.” The Solicitation stated that the Navy intended “to make a best value determination for contract award,” adding that the Navy “may award any resulting contract to other than the lowest priced offeror, or other than the offeror with the highest evaluation rating for technical and past performance.”

On July 26, 2011, the Navy received eight proposals for Lot II from the following: East Coast Repair and Fabrication (East Coast), Alliance Technical Services (Alliance), Davis Boat Works (Davis), Associated Naval Architects (Associated), Colonna’s Shipyard (Colonna’s), Marine Hydraulics International (MHI), Bluewater Yacht Sales (Bluewater), and Lyon Shipyard (Lyon). Most of the offerors, including Lyon, were incumbents on the prior marine boatyard support contract.

Between August 23 and September 27, 2011, the Source Selection Evaluation Board (SSEB) evaluated each offeror’s technical proposal to assess its strengths and weaknesses. On October 11, 2011, the SSEB reported its preliminary findings to the Source Selection Advisory Council (SSAC), assigning in its report a consensus rating to the offeror’s technical proposals. On or about December 9, 2011, the SSEB modified its ratings of the technical proposals competing for Lot II. After an initial round of discussions focusing on the deficiencies, omissions and weaknesses associated with the proposals, two of the offerors (Associated and Bluewater) withdrew their offers for Lot II.

On or about June 15, 2012, additional discussions were held with the offerors remaining in the competitive range. As part of those discussions, the Navy, in an attachment to an email, informed Lyon that its “price proposal for Lot II [was] significantly higher than the Government estimate.” It requests ed that Lyon “carefully review [its] pricing and specifically note the following:”

Note 1 of pricing Exhibits which states that proposed rates for each line item are to be fully burdened (refer to Note 1 for complete wording).
Note 2 of pricing Exhibits which states that ELINS [exhibit line item numbers] are to be fully burdened to include any required subcontractors and subcontract effort shall not be priced as material or considered as part of the material pools.
Note 3 of pricing Exhibits which states that it is anticipated that 98% of the boats are located in the Norfolk, VA vicinity (refer to Note 3 for complete wording).
Note 4 of pricing Exhibits which states that overtime is not authorized under the terms and conditions of this contract (refer to Note 4 for complete wording).
Note 5 of pricing Exhibits which states that ELINS are to be fully burdened to include any required rental equipment (refer to Note 5 for complete wording).

The Navy’s attachment concluded with the following remarks:

Offerors are strongly reminded to ensure all costs associated with accomplishing this work have been considered and are included in your price. These elements will not be allowed on individual task orders.
Please do not submit new pricing at this time. Please only submit your rationale and confirmation that the notes in the exhibits have been accounted for in your pricing.
You are hereby afforded the opportunity to provide this office with clarifying or addi *352

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

Related

Xtec, Inc. v. United States
Federal Claims, 2021
Glocoms, Inc. v. United States
Federal Claims, 2020
Mvm, Inc. v. United States
Federal Claims, 2020
Iron Bow Technologies, LLC v. United States
133 Fed. Cl. 764 (Federal Claims, 2017)
Greenland Contractors I/S v. United States
131 Fed. Cl. 216 (Federal Claims, 2017)
Omran Holding Group v. United States
128 Fed. Cl. 273 (Federal Claims, 2016)
Cyios Corporation v. United States
122 Fed. Cl. 726 (Federal Claims, 2015)
Coastal Environmental Group, Inc. v. United States
118 Fed. Cl. 15 (Federal Claims, 2014)
Rush Construction, Inc v. United States
117 Fed. Cl. 85 (Federal Claims, 2014)
Am General, LLC v. United States
115 Fed. Cl. 653 (Federal Claims, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
113 Fed. Cl. 347, 2013 WL 6185059, Counsel Stack Legal Research, https://law.counselstack.com/opinion/lyon-shipyard-inc-v-united-states-uscfc-2013.