Macro-Z Technology

CourtArmed Services Board of Contract Appeals
DecidedMay 30, 2019
DocketASBCA No. 60592
StatusPublished

This text of Macro-Z Technology (Macro-Z Technology) is published on Counsel Stack Legal Research, covering Armed Services Board of Contract Appeals primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Macro-Z Technology, (asbca 2019).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of -- ) ) Macro-Z Technology ) ASBCA No. 60592 ) Under Contract No. N44255-04-D-9122 )

APPEARANCES FOR THE APPELLANT: Adam K. Lasky, Esq. Howard W. Roth, III, Esq. Alix K. Town, Esq. Oles Morrison Rinker & Baker LLP Seattle, WA

APPEARANCES FOR THE GOVERNMENT: Craig D. Jensen, Esq. Navy Chief Trial Attorney Robyn L. Hamady, Esq. Senior Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE WILSON ONTHE GOVERNMENT'S MOTION FOR SUMMARY JUDGMENT

At issue in this motion is whether Macro-Z Technology's (appellant or MZT) 2015 claim is barred by the Contract Disputes Act's six-year statute of limitations. MZT submitted a claim in 2008, which was appealed to the Board and dismissed for failure to state a sum certain. The claim presently before the Board arose from the same facility construction as in the 2008 claim, but MZT is now asserting what it describes as a different legal theory for recovery, that of unconscionability. According to MZT, it did not know, and could not have known, the particular facts giving rise to its claim of unconscionability until the government produced certain records in 2009. The Board concludes there are no genuine issues of material fact in this appeal. The government's motion for summary judgment is granted for the reasons set forth below. The Board has previously issued two decisions relating to appeals under the same contract number. Macro-Z Technology, ASBCA No. 56711, 14-1 BCA 135,712; and Macro-Z Technology, ASBCA No. 56711, 12-1 BCA 135,000. Familiarity with those decisions is presumed.

STATEMENT OF FACTS (SOF) FOR PURPOSES OF THE MOTION

1. On July 15, 2004, the Naval Facilities Engineering Command Northwest (NAVFAC or Navy) issued a Request for Proposals (RFP) for a Small Business Administration (SBA)§ 8(a) Multiple Award Construction Contract. The RFP anticipated award of three to five indefinite-delivery, indefinite-quantity contracts, under

l which additional task orders would be issued. (R4, tab 1 at 1-23 1) The RFP stated that the task orders would "consist of new construction, renovation, alteration, demolition, and repair work, including any necessary design" (id. at 10). The task orders could cumulatively total $99 million, with all task orders to be awarded at firm-fixed prices ranging from $1 million and $6 million (R4, tab 21 A at 1700).

2. The RFP stated the Navy anticipated awarding contracts to three to five offerors, that the seed project (first project), which was the Naval Air Station Whidbey Island Fire Station (WIFS or fire station), would be used as a component of the criteria to select the awardees, and that the most highly qualified offeror would be awarded the fire station seed project task order (R4, tab I at 1-4 ). The seed project included the "design and construction" of the fire station (R4, tab IA at 88-92). The fire station RFP stated: "Project Budget: Not To Exceed $3.825M [million]" (id. at 79).

3. The RFP's Source Selection Plan (SSP) stated that the government intended to award without discussions but reserved the right to conduct discussions if determined to be in the interests of the government (R4, tab 6 at 1093). The Source Selection Board (SSB) (with Source Selection Authority (SSA) concurrence) was permitted to seek additional information through discussions, based primarily on the number of acceptable proposals received, whether the proposals established legitimate price and technical competition, and whether the proposals would permit accomplishment of the government's objectives (id. at 1094). The SSP required that the SSB Chairperson "[p]repare a pre-business clearance for SSA approval...before commencing discussions with all offerors" and that the proposals be re-evaluated (id. at I 088). The SSB Chairperson was also required to prepare a post-business clearance and final board report for SSA approval (id. at I 089).

4. The Technical Evaluation Board (TEB) was required to, among other things, review and evaluate technical proposals, document concerns for questioning the offerors when necessary, and reevaluate and assign rankings as a result of discussions (R4, tab 6 at I 089-91 ).

5. In response to written pre-proposal inquiries, the Navy confirmed that a contractor could replace, as opposed to renovate, the fire station if the proposal was "under the construction cost limitation [3.825M]" (R4, tab 3 at 944). The Navy also confirmed that complete demolition and replacement was an option, "if affordable" (id. at 945).

1 Several documents in the Rule 4 file contain more than one page number. We are using the full number at the top right of the page. As appropriate, we eliminate the preliminary alphanumerical reference "GOVOOO."

2 I MZT's Proposal

6. MZT submitted its price and technical proposal to the Navy on August 19, 2004 (R4, tab 5-5C). MZT's proposal was based on all new construction because keeping the existing fire station operating, including its sleeping quarters, during construction was not, in MZT' s opinion, "practical'' (R4, tab 21 at 1410). The narrative portion of the technical proposal stated, ·'After reviewing the proposed scope of work and inspecting the jobsite, our recommendation is to demolish the existing building and construct a new facility. The cost of doing so would be no more than renovating and adding on to the existing building," and noted that in "proposing a new building in lieu of a remodel, the design is not constrained by existing structure or infrastructure." (R4, tab 5C at 1049)

7. MZT' s proposal noted that "the new design does propose to reuse the existing structural slab and pilings which will save additional cost" (R4, tab 5C at 1050). The technical proposal provided the following regarding meeting UFC 4-010-01 Anti-Terrorism/Force Protection (ATFP) criteria:

The following section shows how our team will meet the standards and recommendations contained in the UFC 4-010-01 DoD MINIMUM ANTITERRORISM STANDS FOR BUILDINGS, 08 October 03. We are able to provide the following:

82-foot standoff distance to roadways and parking will be provided if parking can be relocated after coordination with the ROI CC (Standard # 1).

A 10-meter unobstructed zone around the building to preclude the ability to hide a 6" high or larger object.

(Id. at 1050-51)

The Pre-Negotiation Business Clearance Memorandum

8. The pre-negotiation business clearance memorandum, dated September 7, 2004, contained a summary table identifying each of the 12 offerors, each offeror's price proposal, the adjectival ratings assigned to each offeror for each evaluation factor, each offeror's overall adjectival rating and the government estimate of $3,825,000. The memorandum concluded that only one offeror was technically acceptable, but that "[a]ll offerors have the potential to become technically acceptable." The SSA agreed with the SSB 's recommendations to conduct "discussions with all offerors in order to obtain revised proposals." (R4, tab 2 lA at 1702)

3 Pre-Award Discussion Questions issued to MZT

9. The Navy issued written discussion questions to MZT on September 15, 2004, permitting MZT to respond in writing and submit a final proposal revision. The Navy asked, among other questions, for MZT to '·[ v ]erify that your design will maintain a clear zone of 10 meters between buildings and security fences as per Unified Facility Criteria 4-010-0 l" and to "[ r]eview your price and confirm or adjust it accordingly." (R4, tab 7 at 1132-34)

10. MZT responded to the Navy's discussion questions on September 17, 2004, submitting its final proposal revision. In response to the two discussion questions noted above, MZT stated that its design "meets the required setbacks ...

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

Related

Hume v. United States
132 U.S. 406 (Supreme Court, 1889)
Anderson v. Liberty Lobby, Inc.
477 U.S. 242 (Supreme Court, 1986)
United States v. Tohono O’odham Nation
131 S. Ct. 1723 (Supreme Court, 2011)
Tecom, Inc. v. The United States
732 F.2d 935 (Federal Circuit, 1984)
Pure Gold, Inc. v. Syntex (u.s.a.), Inc.
739 F.2d 624 (Federal Circuit, 1984)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
C. Sanchez and Son, Incorporated v. United States
6 F.3d 1539 (Federal Circuit, 1993)
Floorpro, Inc. v. United States
680 F.3d 1377 (Federal Circuit, 2012)
K-Con Building Systems, Inc. v. United States
778 F.3d 1000 (Federal Circuit, 2015)
Kellogg Brown & Root Services, Inc. v. Murphy
823 F.3d 622 (Federal Circuit, 2016)
Macro-Z Technology v. Mabus
793 F.3d 1375 (Federal Circuit, 2015)
Hume v. United States
21 Ct. Cl. 328 (Court of Claims, 1886)

Cite This Page — Counsel Stack

Bluebook (online)
Macro-Z Technology, Counsel Stack Legal Research, https://law.counselstack.com/opinion/macro-z-technology-asbca-2019.