McRae Industries, Inc. v. United States

53 Fed. Cl. 177, 2002 U.S. Claims LEXIS 204, 2002 WL 1964009
CourtUnited States Court of Federal Claims
DecidedAugust 14, 2002
DocketNo. 01-460C
StatusPublished
Cited by3 cases

This text of 53 Fed. Cl. 177 (McRae Industries, 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
McRae Industries, Inc. v. United States, 53 Fed. Cl. 177, 2002 U.S. Claims LEXIS 204, 2002 WL 1964009 (uscfc 2002).

Opinion

OPINION

MEROW, Senior Judge.

This post-award bid protest is before the court on plaintiffs motion for injunctive relief, defendant’s and intervenors’ motion to dismiss, and defendant’s motion for a protective order. Plaintiff McRae Industries, Inc. (“McRae”) seeks to set aside the United States Defense Logistic Agency, Defense Supply Center-Philadelphia’s (“DSCP”) decision to award a contract for military combat boots to intervenors Belleville Shoe Manufacturing Co. (“Belleville”) and Wolverine World Wide, Inc. (“Wolverine”). Plaintiff contends that the award was improper because DSCP failed to evaluate offerors’ bids in accordance with the requirements listed in the solicitation. Defendant and intervenors argue that plaintiff lacks standing to challenge the procurement because it did not submit a bid, or, in the alternative, that DSCP’s award decision was reasonable. For the reasons stated below, plaintiffs motion for injunctive relief is denied and defendant’s and intervenors’ motion to dismiss is granted.

BACKGROUND

On September 27, 2000, DSCP issued Request for Proposals No. SP0100-00-R-0050 (the “RFP” or “solicitation”) seeking offers to supply combat boots to the military. The RFP described the required boot as follows: “Boot, intermediate cold/wet with removable insulated booties, shall be manufactured in accordance with purchase description CRFD/PD 99-09...” Administrative Record (“AR”) 90. The solicitation stated that half of the acquisition would be set aside for a small business with the remaining half unrestricted. The solicitation requested offers for a base period of one year with four option years. In the first year, the RFP provided that DSCP would order a minimum of 33,033 pairs of boots and a maximum of 68,820 pairs.

The RFP indicated that awards would be made on a “best value” basis, taking into account several technical evaluation factors as well as price. In order to qualify for the competitive range, offerors were required to submit several product demonstration model (“PDM” or “sample”) boots for both “midsole component” and “end-item” testing. RFP Section M stated that “FAILURE TO PASS ALL DESIGNATED END ITEM TESTS WILL CAUSE IMMEDIATE REJECTION OF THE OFFER AND ELIMINATE OF[179]*179FEROR FROM FURTHER CONSIDERATION.” (AR 184) (emphasis in original).

At issue here are two of the end-item tests, the Boot Leakage Test (“Leakage Test”) and the Adhesion-at-Toe Test (“Adhesion Test”). The Leakage Test, which DSCP had not used before, required a boot to be flexed 100,000 times while dry, then immersed in water and flexed another 100,-000 times. AR 33 n. 7; 204. The Adhesion Test determined the force required to separate the upper part of the boot from the sole at the toe. AR 241-2. Although McRae had been the low-price offeror in many previous DSCP boot procurements, McRae elected not to submit a proposal because of the Leakage Test requirement. (Plaintiffs’ Brief at 4). DSCP received proposals and sample boots from several offerors.

DSCP subsequently determined that it could not perform either the Leakage or Adhesion tests. The machine required for the Leakage Test did not work properly, and DSCP discovered it no longer had the equipment necessary to perform the Adhesion Test. AR 207. Faced with these difficulties, DSCP decided to eliminate both tests from the evaluation criteria. Id. DSCP believed that the Leakage Test was not necessary because all offerors proposed using Gore-Tex, a proven water-proof membrane, and would therefore meet field performance requirements. Id. The Adhesion Test could be eliminated because the PDM boots had already passed the more strenuous Bond Strength Test. Id. After technical scoring and evaluation were completed, the agency awarded the small business set aside contract to Belleville and the general award contract to Wolverine on April 12, 2001.

McRae subsequently learned that DSCP had not performed the Leakage or Adhesion tests on any of the PDM boots. On May 29, 2001, McRae filed a protest of both awards with the General Accounting Office (“GAO”). GAO denied this protest on July 20, 2001. McRae filed a Complaint for Declaratory and Injunctive Relief in this Court on August 7, 2001. The complaint alleges that: 1) DSCP violated applicable laws and regulations by failing to evaluate proposals using procedures set forth in the RFP; 2) DSCP violated 10 U.S.C. § 2305(a)(l)(B)(ii) (1994) and FAR 11.002(a)(l)(ii) by requiring offerors’ sample boots to pass the Leakage and Adhesion Tests; and 3) the awards were arbitrary, capricious, an abuse of discretion and contrary to law. McRae filed an application for a preliminary injunction on August 15, 2001. Defendant and Intervenor’s oppose this motion and have moved to dismiss for lack of subject matter jurisdiction.

DISCUSSION

In Steel Co. v. Citizens for a Better Env’t, 523 U.S. 83, 118 S.Ct. 1003, 140 L.Ed.2d 210 (1998), the Supreme Court stated that determining whether subject matter jurisdiction exists is an “inflexible” threshold matter. Id. at 94-95, 118 S.Ct. 1003. Accordingly, defendant’s and intervenors’ motion to dismiss must be addressed first.

A. Defendant’s and Intervenors’ Motion to Dismiss for Lack of Subject Matter Jurisdiction Pursuant to RCFC 12(b)(1)

(1) Standard of Review

The burden of establishing the court’s subject matter jurisdiction rests with the party seeking to invoke it. See Myers Investigative and Sec. Serv., Inc. v. United States, 275 F.3d 1366, 1369 (Fed.Cir.2002). When ruling on a motion to dismiss, the Court must accept all well-pled factual allegations as true and construe the facts in the light most favorable to the non-movant. See Scheuer v. Rhodes, 416 U.S. 232, 236, 94 S.Ct. 1683, 40 L.Ed.2d 90 (1974); Gould, Inc. v. United States, 935 F.2d 1271, 1274 (Fed.Cir.1991). However, “eonelusory allegations unsupported by any factual assertions will not withstand a motion to dismiss.” Briscoe v. La-Hue, 663 F.2d 713, 723 (7th Cir.1981), aff'd, 460 U.S. 325, 103 S.Ct. 1108, 75 L.Ed.2d 96 (1983); see also Bradley v. Chiron Corp., 136 F.3d 1317, 1322 (Fed.Cir.1998) (“Conclusory allegations of law and unwarranted inferences of fact do not suffice to support a claim.”). The court should not grant a motion to dismiss, “unless it appears beyond doubt that the plaintiff can prove no set of facts in support of his claim which would [180]*180entitle him to relief.” Conley v. Gibson, 355 U.S. 41, 45-46, 78 S.Ct. 99, 2 L.Ed.2d 80 (1957).

(2) McRae’s Status as an Interested Party

This court’s jurisdiction to entertain objections to a contract after the contract has been awarded is set forth in 28 U.S.C. § 1491

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

Related

Ace Property & Casualty Insurance v. United States
60 Fed. Cl. 175 (Federal Claims, 2004)
Texas Peanut Farmers v. United States
59 Fed. Cl. 70 (Federal Claims, 2003)
Sierra Military Health Services, Inc. v. United States
58 Fed. Cl. 573 (Federal Claims, 2003)

Cite This Page — Counsel Stack

Bluebook (online)
53 Fed. Cl. 177, 2002 U.S. Claims LEXIS 204, 2002 WL 1964009, Counsel Stack Legal Research, https://law.counselstack.com/opinion/mcrae-industries-inc-v-united-states-uscfc-2002.