Maintenance Engineers v. United States

50 Fed. Cl. 399, 2001 U.S. Claims LEXIS 203, 2001 WL 1263393
CourtUnited States Court of Federal Claims
DecidedOctober 17, 2001
DocketNo. 01-25C
StatusPublished
Cited by17 cases

This text of 50 Fed. Cl. 399 (Maintenance Engineers 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
Maintenance Engineers v. United States, 50 Fed. Cl. 399, 2001 U.S. Claims LEXIS 203, 2001 WL 1263393 (uscfc 2001).

Opinion

OPINION

HORN, Judge.

This action comes before the court on Maintenance Engineers’s (Maintenance) post-award bid protest requesting preliminary injunctive and permanent injunctive relief for damages allegedly incurred as a result of deficiencies in the contract award process for RFP (request for proposals) No. N68711-00-R-76032 for grounds maintenance and landscaping at eleven Navy facilities in San Diego County, California. On January 16, 2001, the plaintiff filed its complaint with this court alleging that the Navy’s use of an unstated technical evaluation sub-factor violated the Competition in Contracting Act (CICA), Pub.L. No. 98-369, 98 Stat. 1175 (codified as amended in scattered sections at 10, 31 and 41 U.S.C.) and the Federal Acquisition Regulation (FAR), 48 C.F.R. Part 15 (2000), that the Navy’s evaluation of experience and past performance was unreasonable, arbitrary and capricious and that the failure to produce documentation of the evaluation of proposals prevented any determination of the reasonableness of the Navy’s decision to award to- Miranda’s Landscaping, Inc. (MLI). The record of the evaluation process was later produced to the plaintiff, and the plaintiff revised its argument, conceding that the defendant had produced the evaluation documentation, but arguing that the evaluation record showed that the evaluations and recommendations made by Navy officials were “unreasonable and unsupported by the facts in the record” and that “the information submitted to the Source Selection Authority was misleading, erroneous, and incomplete which makes the award decision unreasonable and an abuse of discretion.” According to the plaintiffs complaint, the plaintiff sought a judgment declaring that the evaluation of the proposals was improper, a prehminary injunction preventing the Navy from allowing the awardee to begin performance on the contract and a permanent injunction directing that the award be set aside, that the Navy re-evaluate the proposals consistent with the solicitation, and that the Navy make an award consistent with that re-evaluation.

On January 17, 2001, the court held a hearing on the preliminary injunction requested by the plaintiff. After consideration of the arguments presented by both parties, on January 18, 2001, the court denied plaintiffs motion for a preliminary injunction. Subsequently, the parties designated an administrative record and filed cross-motions for judgment on the administrative record, on which the court bases its review of the Navy’s actions.

FINDINGS OF FACT

On May 24, 2000, the Navy issued an RFP through solicitation No. N68711-00-R-7603 for grounds maintenance and landscaping at eleven different Navy facilities in San Diego County, California. The RFP at issue represented a consolidation of work previously performed under seven separate contracts. The plaintiff, Maintenance Engineers, held two of the previous seven contracts. These two contracts had a total contract value of $3,475,753.13. The procurement at issue was a set-aside for small business and contemplated a firm fixed-price, indefinite quantity contract with one base year and four one-year options. The contracting officer issued five amendments to the solicitation to extend the deadline for the submission of offers and to answer the contractors’ questions about the solicitation. None of these amendments changed the evaluation criteria established in the solicitation, and none are at issue in the present case. Section M.2 of the solicitation provided that “[ojfferors are cautioned with [sic] award hereunder may be effected without discussions. Initial proposals should, consequently, present the best offer to the Government.” (emphasis in original).

The solicitation directed offerors to submit their proposals in two separate volumes: (1) Non-Price (Technical and Management) Proposal and (2) Price Proposal. Section M.4 of [402]*402the solicitation provided an overview and explained the relative importance of the evaluation factors, as follows:

(a) OVERALL EVALUATION. The technical evaluation factors, when combined, are approximately equal in importance to price. It is the Government’s intent to procure these services on a best-value basis. Based on the Government’s past experiences with similar jobs, a Contractor’s experience and past performance, technical approaches and quality have been found to be as important as price. Due to the Contractor’s direct interface with the various Naval Activities serviced through this contract, and the high visibility of the areas to be maintained, a well-qualified Contractor may save the Government significant time and expense when compared to a Contractor who may offer a lower price for services of lower or marginal quality.

(b) TECHNICAL FACTORS. The following factors will be evaluated:

FACTOR A: Experience/Past Performance

SUBFACTOR Al — Specific grounds experience and past performance

FACTOR B — Management/Administration Plan

SUBFACTOR B1 — Management Plan for Work Accomplishment

SUBFACTOR B2 — Detailed Information for Achieving Horticultural Goals

(c) RELATIVE IMPORTANCE OF EVALUATION FACTORS:

(1) Subfactors Bl, and B2 are of equal importance.

(2) When combined, the Subfactors under Factor B are of some what [sic] lesser value than the Subfactor under Factor A, making Factor A more important than Factor B.

(3) If the technical differences among competing offers are significant, but the differences in prices are insignificant, then technical factors will be the most influential factors in determining best value.

(4) Price is approximately equal in importance to the technical evaluation factors, combined. Prices will be evaluated for reasonableness.

(5) If technical differences among proposals are insignificant, but price differences are significant, then price will be the most influential factor.

Section M.5 listed the past performance factors to be evaluated: (1) Quality of Work/Services; (2) Timeliness of Performance; (3) Customer Satisfaction; and (4) Reasonableness and Cooperativeness exhibited during contract performance. In addition, the instructions for the preparation of the Non-Price Proposal were established in section M.8 and included the following:

The following information shall be included in Volume 1 of your proposal. This information is required to facilitate an evaluation and comparison of your qualifications with other firms submitted [sic] proposals:

FACTOR A: CONTRACTOR EXPERIENCE/PAST PERFORMANCE

(1) SUBFACTOR Al: Specific Grounds Experience and Past Performance:

An evaluation of the offeror’s past performance and experience.will be performed by the Government. The evaluation of past performance will include an assessment of the offeror’s past quality of work, timeliness of performance, commitment to customer satisfaction, and reasonableness and cooperativeness exhibited during contract performance.

(i) Provide a listing of all grounds and landscape maintenance contracts or projects within the last three years in which the offeror participated as prime contractor or subcontractor. For each item listed, identify whether the offeror was a prime contractor or subcontractor.

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

Related

Newimar, S.A. v. United States
Federal Claims, 2022
Croman Corp. v. United States
106 Fed. Cl. 198 (Federal Claims, 2012)
FirstLine Transportation Security, Inc. v. United States
100 Fed. Cl. 359 (Federal Claims, 2011)
Afghan American Army Services Corp. v. United States
90 Fed. Cl. 341 (Federal Claims, 2009)
NEQ, LLC v. United States
88 Fed. Cl. 38 (Federal Claims, 2009)
Blackwater Lodge & Training Center, Inc. v. United States
86 Fed. Cl. 488 (Federal Claims, 2009)
Femme Comp Inc. v. United States
83 Fed. Cl. 704 (Federal Claims, 2008)
Serco Inc. v. United States
81 Fed. Cl. 463 (Federal Claims, 2008)
NVT Technologies, Inc. v. United States
73 Fed. Cl. 459 (Federal Claims, 2006)
Comprehensive Health Services, Inc. v. United States
70 Fed. Cl. 700 (Federal Claims, 2006)
Wit Associates, Inc. v. United States
62 Fed. Cl. 657 (Federal Claims, 2004)
Banknote Corp. of America, Inc. v. United States
56 Fed. Cl. 377 (Federal Claims, 2003)
Gulf Group, Inc. v. United States
56 Fed. Cl. 391 (Federal Claims, 2003)
Ceres Environmental Services, Inc. v. United States
52 Fed. Cl. 23 (Federal Claims, 2002)

Cite This Page — Counsel Stack

Bluebook (online)
50 Fed. Cl. 399, 2001 U.S. Claims LEXIS 203, 2001 WL 1263393, Counsel Stack Legal Research, https://law.counselstack.com/opinion/maintenance-engineers-v-united-states-uscfc-2001.