MCS Management, Inc. v. United States

48 Fed. Cl. 506, 2000 U.S. Claims LEXIS 265, 2001 WL 99196
CourtUnited States Court of Federal Claims
DecidedDecember 21, 2000
DocketNo. 00-639 C
StatusPublished
Cited by21 cases

This text of 48 Fed. Cl. 506 (MCS Management, 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
MCS Management, Inc. v. United States, 48 Fed. Cl. 506, 2000 U.S. Claims LEXIS 265, 2001 WL 99196 (uscfc 2000).

Opinion

OPINION

DAMICH, Judge.

I. Introduction

This is a pre-award bid protest. This matter is before the Court on cross-motions for judgment upon the administrative record.1 Plaintiff seeks to enjoin the United [508]*508States Marine Corps (USMC) from awarding two contracts for regional garrison food service. Plaintiff contends that the contracting officer’s decision not to set aside the two solicitations exclusively for small business was arbitrary and capricious and in violation of procurement law. For the reasons stated herein, Plaintiffs motion for judgment upon the administrative record is DENIED. Defendant’s motion for judgment upon the administrative record is GRANTED.

II. Background

A. Facts

The Requests For Proposal (RFP’s) provide for award of two primarily fixed-price incentive contracts, with a base period of five years, and three one-year options, to provide regional garrison food service for the USMC at: (1) 32 messhalls on the East Coast (RFP M00027-00-R-0001), and (2) 23 messhalls on the West Coast (RFP M00027-00-0002). AR 4720 & 5252. The estimated value of each regional contract is approximately 45 million dollars. AR 3790. Current messhall contracts are valued between $360,000— $7,000,000 each. According to Defendant, the RFP’s “represent a fundamentally new and qualitatively different approach of feeding Marines in the garrison messhall environment.” AR iii-v. As stated in the RFP’s, the goal of the regional approach is to maximize “food service efficiencies and technology in an effort to continue to provide quality food services for United States Marine Corps personnel and other authorized patrons while at the same time realize savings over current Marine Corps food service operating processes.” AR 62 & 1581.

The current food service contracts are provided on a base-by-base, messhall-by-mess-hall basis, using the traditional “cook-serve” process by small businesses. According to Defendant, the regional approach to food service is driven by numerous considerations, including: (1) a savings of approximately $20 million per year; (2) budgetary shortfalls in operation and maintenance accounts; (3) the need to improve the consistency and quality of the food served; (4) advanced food technologies; and (5) the need to release Marines in the food service military occupational specialty to other Fleet operations. AR 3790-3806.

The Statement of Work (SOW) provides in pertinent part that “the Contractor shall provide all management, personnel, supervision, subsistence and other items and services as stated to perform Full Food Service (FFS), Management and Mess Attendant (M & MA), and Brig Messhall Management and Food Preparation (M & FP) tasks at various [east coast/west coast] Marine Corps installations as defined in this Contract ...” AR 56 & 1576. The following excerpt illustrates some of the changes from the current service:

Under the solicitations, the number of full food service messhalls will increase to 35. USMC has current contracts for mess attendant services at 28 of the messhalls, including 18 serviced by MCS and 10 serviced by four other small business concerns. Under the solicitations, mess attendant messhalls will be reduced in number to 17 and will become management and mess attendant messhalls, with the contractors now also responsible for management of the messhalls (as well as furnishing mess attendant services). (Food preparation will continue to be performed by the USMC cooks at the management and mess attendant messhalls). The contractors also will become responsible under the solicitations for management and food preparation for three brig messhalls not previously contracted out. In addition, under the solicitations, the procurement of subsistence (food) and (after a transition period) maintenance and repair of government food preparation and serving equipment, previously the responsibility of the Government, will become the contractor’s responsibility at all messhalls. Further, the number of mess-halls set-aside under JWOD, 41 U.S.C. § 46-48c, is increased from 9 to 20; JWOD organizations for the blind or other severely handicapped will operate the [509]*509messhalls as subcontractors to the contractors.

AR iii-iv. Currently, the USMC contracts for full food service at eight messhalls. Plaintiff provides full food service at three of those messhalls and the other five are operated by National Industries for the Severely Handicapped (“NISH”) workshops. AR 4720 & 5252. Plaintiff provides messhall management, food preparation and mess attendant services at its three full food service mess-halls. Id.

The solicitations encourage but do not require the submission of proposals utilizing advanced food technologies like “cook chill”2 centralized production facilities. However, the USMC believes that a successful offeror would more than likely have to base its proposal on such a centralized approach, together with cook chill technology, with 50-70 percent of the food processed in this manner. See AR 3790-91 & 3805-06. According to the USMC, centralized food production is fundamental to achieving the anticipated cost savings from the new procurement approach. The RFP’s do not require the contractor to construct a centralized production facility. For instance, a contractor may procure “cook chill” products from an existing “cook chill” facility or contract for use of an existing “cook chill” facility from a third party. Whatever option the contractor chooses, the contractor is required to describe in detail its advanced food technology plans in its offer.

B. Procedural History

Plaintiff filed two pre-award protests before the GAO.3 In those protests, Plaintiff alleged, among other issues, that Defendant’s decision not to set aside the two procurements exclusively for small business concerns was improper. AR 3744-89. After discovery and a hearing, on October 11, 2000, the GAO dismissed Plaintiffs protest, finding that the “USMC reasonably concluded that there was no reasonable expectation of receiving fair market price offers from at least two responsible small business concerns so as to warrant setting aside the requirements for small business concerns.” AR ix-x.

Plaintiff filed the present action on October 30, 2000, challenging Defendant’s decision not to set aside these two procurements exclusively for small business concerns and seeking a temporary restraining order. On October 31, 2000, the Court held oral arguments and denied Plaintiffs motion for a temporary restraining order. The Court set a briefing schedule for cross-motions for judgment upon the administrative record. The parties filed briefs in support of their positions on November 14, 2000. Reply briefs were submitted on November 21, 2000. Plaintiff filed a motion seeking to supplement the administrative record through discovery. The Court held a status conference on November 22, 2000, at which time it denied Plaintiffs motion to conduct expedited discovery; denied Plaintiffs motion for leave to file a congressional report; and ordered that Exhibits 3-9 and 13 of Plaintiffs motion for a temporary restraining order and the Moore affidavit attached to Plaintiffs motion for permanent injunction be stricken from the record.

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

Related

Pernix Group, Inc. v. United States
121 Fed. Cl. 592 (Federal Claims, 2015)
Sek Solutions, LLC v. United States
117 Fed. Cl. 43 (Federal Claims, 2014)
Management & Training Corporation v. United States
118 Fed. Cl. 155 (Federal Claims, 2013)
Adams and Associates, Inc. v. United States
109 Fed. Cl. 340 (Federal Claims, 2013)
Dynamic Educational Systems, Inc. v. United States
109 Fed. Cl. 306 (Federal Claims, 2013)
Gear Wizzard, Inc. v. United States
99 Fed. Cl. 266 (Federal Claims, 2011)
Camden Shipping Corp. v. United States
89 Fed. Cl. 433 (Federal Claims, 2009)
Global Computer Enterprises, Inc. v. United States
88 Fed. Cl. 350 (Federal Claims, 2009)
Rhinocorps Ltd. v. United States
85 Fed. Cl. 712 (Federal Claims, 2009)
Benchmade Knife Co. v. United States
79 Fed. Cl. 731 (Federal Claims, 2007)
United Enterprise & Associates v. United States
70 Fed. Cl. 1 (Federal Claims, 2006)
Blue Dot Energy Co. v. United States
76 Fed. Cl. 783 (Federal Claims, 2004)
CW Government Travel, Inc. v. United States
61 Fed. Cl. 559 (Federal Claims, 2004)
Bannum, Inc. v. United States
56 Fed. Cl. 453 (Federal Claims, 2003)

Cite This Page — Counsel Stack

Bluebook (online)
48 Fed. Cl. 506, 2000 U.S. Claims LEXIS 265, 2001 WL 99196, Counsel Stack Legal Research, https://law.counselstack.com/opinion/mcs-management-inc-v-united-states-uscfc-2000.