Manson Construction Co. v. United States

79 Fed. Cl. 16, 2007 U.S. Claims LEXIS 332, 2007 WL 3409417
CourtUnited States Court of Federal Claims
DecidedOctober 19, 2007
DocketNo. 07-694C
StatusPublished
Cited by4 cases

This text of 79 Fed. Cl. 16 (Manson Construction Co. 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
Manson Construction Co. v. United States, 79 Fed. Cl. 16, 2007 U.S. Claims LEXIS 332, 2007 WL 3409417 (uscfc 2007).

Opinion

[18]*18 MEMORANDUM OPINION AND ORDER

CHRISTINE O.C. MILLER, Judge.

This post-award bid protest is before the court after argument on the parties’ cross-motions for judgment on the administrative record. At the conclusion of argument on October 11, 2007, the court issued a bench ruling stating its findings of fact and conclusions of law pursuant to RCFC 52(a). This memorandum opinion and order memorializes those findings and conclusions.

PROCEDURAL HISTORY

This post-award bid protest concerns Solicitation W9127N-07-R-0022, the Columbia River Channel Improvement Project (“CRCIP”) Phase III Dredging (“the Solicitation”), issued July 24, 2007, and amended twice thereafter. The Administrative Record (the “AR”) is the source of the relevant facts. The Army Corps of Engineers, Portland, Oregon Division (the “Corps”), sought to deepen a portion of the Columbia River from -40 feet to -43 feet by dredging the river bed. The Solicitation was structured as a best-value negotiated procurement; offerors were directed to submit their proposals by 2:00 p.m. on August 29,2007.

Two companies submitted proposals in response to the Solicitation: Manson Construction Co. (“plaintiff’) and Great Lakes Dredge and Dock Co., LLC (“GLDD”). On September 6, 2007,2 the Source Selection Authority (the “SSA”), Ralph Banse-Fay, issued his Source Selection Decision (the “SSD”) directing award of the contract to GLDD. Notice of Award was sent to GLDD on September 10, 2007; Notice of Non-Award, including a Debriefing of Source Selection, was sent to plaintiff on the same date.

On September 26, 2007, plaintiff filed a complaint in the United States Court of Federal Claims alleging that the Corps did not follow its Evaluation Plan in three significant respects: first, that its evaluation of plaintiffs non-price proposal was arbitrary and capricious, Compl. filed Sept. 26, 2007, fU 27-31, 41-68; second, that its evaluation of plaintiffs price was inaccurate and arbitrary and capricious, Id. at 111132-40; and, third, that it did not engage in a proper tradeoff analysis and should have awarded plaintiff the contract because plaintiffs proposal, although ranked lower than GLDD’s proposal on non-price factors, was the lowest priced proposal by just over [ ], id. at UU 69.

On September 27, 2007, the court granted GLDD’s unopposed motion to intervene under RCFC 24(a); noted plaintiffs withdrawal of its motion for a temporary restraining order; consolidated plaintiffs motion for a preliminary injunction with proceedings on the merits pursuant to RCFC 65(c); granted defendant’s motion for a protective order; directed defendant to file the Administrative Record on October 1, 2007; directed the parties to file simultaneous cross-motions for judgment on the administrative record by October 5, 2007; and directed the parties to file their simultaneous oppositions and replies on October 9, 2007. Argument was held on October 11, 2007; the court had committed to issuing a decision by October 12, 2007.3

DISCUSSION

I. Standard of review

As it did in its bench ruling, the court incorporates by reference pages 9-14 of its slip opinion in Erinys Iraq Ltd. v. United States, 78 Fed.Cl. 518 (2007), pertaining to standing, the standard of review of a bid protest to a best-value negotiated procurement, the standard of review for judgment on the administrative record, and the standards for obtaining injunctive relief.

II. Success on the merits

Plaintiff has standing to pursue this action because it was an actual bidder in this solicitation and because its direct economic inter[19]*19est has been affected by the award of the contract. To demonstrate success on the merits, plaintiff must prove either that the Corps acted without a rational basis when it excluded plaintiff from the competitive range, or that the agency action constituted “a clear and prejudicial violation of the applicable statutes or regulations.” Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324, 1333 (Fed.Cir.2001). In addition, plaintiff must prove that the Corps’s actions prejudiced plaintiff. “[I]f the trial court finds that the government’s conduct fails the APA review under 5 U.S.C. § 706(2)(A), then it proceeds to determine, as a factual matter, if the bid protestor was prejudiced by that conduct.” Bannum, Inc. v. United States, 404 F.3d 1346, 1351 (Fed. Cir.2005). “[T]he prejudice determination assesses whether an adjudged violation of law warrants setting aside of [defendant’s determination].” Id. at 1357.

Plaintiff attacks the Solicitation on three major grounds. First, plaintiff argues that the Corps’s evaluations of two of plaintiffs non-price evaluation factors, Technical Plan and Management Plan, were improper and arbitrary and capricious. Plaintiff next argues that the Corps improperly cited plaintiffs price as unbalanced and improperly failed to consider plaintiffs clarifications regarding its mobilization/demobilization cost breakdown in a manner that was arbitrary and capricious. Finally, plaintiff argues that the Corps did not engage in a proper tradeoff analysis and so should have awarded the contract to plaintiff because plaintiffs proposal, although ranked lower than GLDD’s proposal on non-price factors, was the lowest priced proposal by just over [ ]. Plaintiff does not succeed in any of these arguments.

The court made findings with respect to each of the following arguments:

1. The Evaluation Plan and the composition of the Technical Evaluation Team

Plaintiff contends that the Corps’s evaluation of non-price factors was fundamentally flawed because it did not follow the Evaluation Plan, AR Tab 6 at 542-551. In particular, plaintiff noted that the Evaluation Plan directed that the Technical Evaluation Team (the “TET”) “will be comprised of’ three listed individuals, two civil engineers and one civil engineer-in-training and two listed alternates, both civil engineer technicians. During the evaluation some of these members listed were shifted to the Price Evaluation Team in order to address an issue with the Independent Government Estimate. AR Tab 31 at 1026. The two participating members of the TET were Richard Dylan Davis, one of the originally listed civil engineers, and Elizabeth Smock, one of the civil engineer technicians originally listed as an alternate. See AR Tab 6 at 542.

The Evaluation Plan, however, was an internal document and marked “Procurement Sensitive” and “FOR OFFICIAL USE ONLY” at the bottom of each page. See id. at 542-551. Internal agency documents that are not distributed as part of a solicitation do not themselves confer rights to potential offerors. See Lincoln Servs. Ltd. v. United States, 230 Ct.Cl. 416, 678 F.2d 157, 163-166 (1982); see also In re Delta Dental of California, B-296307, 2005 C.P.D. ¶ 152, 2005 WL 1994327 (GAO Jul. 28, 2005); In re DTH Mgmt. JV, B-283239, 99-2 C.P.D. ¶ 168, 1999 WL 828064 (GAO Oct. 6, 1999).

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

Related

Progressive Industries, Inc. v. United States
129 Fed. Cl. 457 (Federal Claims, 2016)
Atlantic Diving Supply, Inc. v. United States
107 Fed. Cl. 244 (Federal Claims, 2012)
Allied Technology Group, Inc. v. United States
94 Fed. Cl. 16 (Federal Claims, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
79 Fed. Cl. 16, 2007 U.S. Claims LEXIS 332, 2007 WL 3409417, Counsel Stack Legal Research, https://law.counselstack.com/opinion/manson-construction-co-v-united-states-uscfc-2007.