MacAulay-brown, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 18, 2016
Docket15-1041
StatusPublished

This text of MacAulay-brown, Inc. v. United States (MacAulay-brown, 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
MacAulay-brown, Inc. v. United States, (uscfc 2016).

Opinion

In the United States Court of Federal Claims No. 15-1041C (Filed: February 18, 2016)* *Opinion originally filed under seal on February 10, 2016

) MACAULAY-BROWN, INC., ) ) Plaintiff, ) ) and ) ) CACI-WGI, INC., ) BOOZ ALLEN HAMILTON, INC., ) Bid Protest; Motion for Judgment on ) the Administrative Record; Corrective Plaintiff-Intervenors, ) Action ) v. ) ) THE UNITED STATES, ) ) Defendant, ) ) and ) ) JACOBS TECHNOLOGY, INC., ) ) Defendant-Intervenor. ) )

Kevin P. Connelly, Washington, DC, for plaintiff. Kelly E. Buroker and Caroline A. Keller, Washington, DC, of counsel.

Thomas O. Mason, Washington, DC, for plaintiff-intervenor CACI-WGI, Inc. Christopher J. Kimball, Washington, DC, of counsel.

Jonathan D. Shaffer, Tysons Corner, VA, for plaintiff-intervenor Booz Allen Hamilton, Inc. Mary Pat Buckenmeyer, Tysons Corner, VA, of counsel.

Mariana T. Acevedo, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC, with whom were Benjamin C. Mizer, Principal Deputy Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Claudia Burke, Assistant Director, for defendant. Craig S. McCaa, Special Operations Judge Advocate’s Office, Acquisition Law, United States Special Operations Command, and Marvin K. Gibbs, Commercial Law and Litigation Directorate, Air Force Legal Operations Agency, of counsel.

Robert J. Symon, Washington, DC, for defendant-intervenor Jacobs Technology, Inc. Elizabeth A. Ferrell and Aron C. Beezley, Washington, DC, of counsel.

OPINION

FIRESTONE, Senior Judge.

Pending before the court in this bid protest challenging proposed corrective action

are cross-motions for judgment on the administrative record filed by plaintiff MacAulay-

Brown, Inc. (“MacAulay-Brown”), plaintiff-intervenors CACI-WGI, Inc. (“CACI”) and

Booz Allen Hamilton, Inc. (“Booz Allen”), defendant the United States (“the

government”), and defendant-intervenor Jacobs Technology, Inc. (“Jacobs”). The

plaintiffs were awarded contracts by the United States Special Operations Command

(“SOCOM” or “the agency”). In response to protests before the U.S. Government

Accountability Office (“the GAO”), the agency proposes to take corrective action to

amend the solicitation, establish new dates for the submission of proposals, and make

new award decisions. The plaintiffs claim that the proposed corrective action is arbitrary

and capricious. The government and Jacobs argue that the planned corrective action is

within the scope of the government’s discretion and must be upheld.

Under the request for proposals, Solicitation No. H92222-14-R-0020 (“the RFP”

or “the solicitation”), SOCOM awarded indefinite delivery, indefinite quantity (“IDIQ”)

contracts totaling up to $900 million for global support services to MacAulay-Brown,

CACI, Booz Allen, and non-party Raytheon Blackbird Technologies, Inc. (“Raytheon

Blackbird”). The awards were based in significant part on the agency’s evaluation of

2 offerors’ proposals for three initially awardable task orders, identified here as “task order

one,” “task order two,” and “task order three.” The agency awarded task orders one and

two to Booz Allen and task order three to MacAulay-Brown.

Following the four IDIQ awards and the three initial task order awards, several

disappointed bidders filed protests with the GAO. The GAO protesters claimed, among

other things, that the procurement process was flawed because Raytheon Blackbird had

an actual or potential organizational conflict of interest (“OCI”)1 with regard to task order

one that was not properly evaluated by the agency and that should have made Raytheon

Blackbird ineligible for an IDIQ contract even though Raytheon Blackbird was not

awarded the task order.

1 As defined in the Federal Acquisition Regulation (“FAR”), OCI “means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.” FAR § 2.101. OCI exists when work performed by a contractor may result in (1) an unfair competitive advantage because the contractor may be setting the ground rules for future contracts that would benefit its affiliates, or (2) impair the contractor’s objectivity in performing government work if for example it is called upon to evaluate proposals submitted by affiliates, or (3) where the contractor has access to nonpublic information that it could provide to an affiliate. When OCI exists, a contracting officer must neutralize or mitigate the OCI to ensure there is no unfair competitive advantage. This could mean eliminating an offeror from a competition or imposing a mitigation plan to protect against bias. See generally FAR §§ 9.504-06. Agencies are also authorized to waive OCI if they find it in the best interests of the government. See FAR § 9.503.

FAR subpart 9.5 “(a) [p]rescribes responsibilities, general rules, and procedures for identifying, evaluating, and resolving [OCI]; (b) [p]rovides examples to assist contracting officers in applying these rules and procedures to individual contracting situations; and (c) [i]mplements section 8141 of the 1989 Department of Defense Appropriation Act, Pub. L. 100-463, 102 Stat. 2270-47 (1988).” FAR § 9.500 (scope of subpart). Section 8141 of the 1989 Department of Defense Appropriation Act directed the Administrator of the Office of Federal Procurement Policy to issue government-wide regulations setting OCI standards and compliance procedures for persons who provide consulting services.

3 After reviewing the GAO protesters’ arguments, SOCOM wrote to the GAO

explaining that the agency had decided to take corrective action to address the concerns

raised by the protesters. The agency announced that it intends to amend the solicitation

to remove task order one from the procurement, add another task order in its place,

establish a new date for the submissions of proposals, and make new award decisions.

Under the proposed corrective action, the agency will terminate the currently awarded

IDIQ contracts and task orders. Administrative Record (“AR”) 19005a.

In this bid protest, the plaintiffs, which were awarded IDIQ contracts, challenge

the agency’s proposed corrective action plan. The plaintiffs argue that the agency’s

corrective action proposal is not reasonable under the circumstances because there is no

evidence in the administrative record to show that any of the IDIQ awardees, including

Raytheon Blackbird, has actual or potential OCI under the IDIQ awards or task order

awards. In the alternative, they argue that the corrective action must be reasonably

targeted to the problem identified and that unless and until the agency conducts an OCI

evaluation to establish with “hard facts” the existence of an OCI issue that cannot be

avoided or mitigated, the record does not support the proposed corrective action.

The government acknowledges that the agency has not evaluated any of the

awardees for OCI concerns and thus does not know if there is in fact an actual or

potential OCI problem. Nonetheless, the government argues that the proposed corrective

action is supported by the record because the agency claims that it failed to consider

whether there were OCI issues associated with task order one. The government explains

that the agency designed the solicitation with OCI concerns in mind and evaluated the

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

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
Rivera v. Centro Medico De Turabo, Inc.
575 F.3d 10 (First Circuit, 2009)
Pai Corp. v. United States
614 F.3d 1347 (Federal Circuit, 2010)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Turner Const. Co., Inc. v. United States
645 F.3d 1377 (Federal Circuit, 2011)
Parcel 49c Limited Partnership v. United States
31 F.3d 1147 (Federal Circuit, 1994)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Caddell Construction Co., Inc. v. United States
111 Fed. Cl. 49 (Federal Claims, 2013)
Whr Group, Inc. v. United States
115 Fed. Cl. 386 (Federal Claims, 2014)
Palladian Partners, Inc. v. United States
783 F.3d 1243 (Federal Circuit, 2015)
A-T Solutions, Inc. v. United States
122 Fed. Cl. 170 (Federal Claims, 2015)
Kwr Construction, Inc. v. United States
124 Fed. Cl. 345 (Federal Claims, 2015)
Springfield Parcel C, LLC v. United States
124 Fed. Cl. 163 (Federal Claims, 2015)
Magellan Corp. v. United States
27 Fed. Cl. 446 (Federal Claims, 1993)

Cite This Page — Counsel Stack

Bluebook (online)
MacAulay-brown, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/macaulay-brown-inc-v-united-states-uscfc-2016.