Munilla Construction Management, LLC v. United States

130 Fed. Cl. 131, 2016 U.S. Claims LEXIS 2026, 2016 WL 7666663
CourtUnited States Court of Federal Claims
DecidedDecember 23, 2016
Docket16-1684C
StatusPublished
Cited by11 cases

This text of 130 Fed. Cl. 131 (Munilla Construction Management, LLC 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
Munilla Construction Management, LLC v. United States, 130 Fed. Cl. 131, 2016 U.S. Claims LEXIS 2026, 2016 WL 7666663 (uscfc 2016).

Opinion

Keywords: Temporary Restraining Order; Likelihood of Success; Irreparable Harm; Bid Protest; 28 U.S.C. § 1491(b).

OPINION AND ORDER

KAPLAN, Judge.

Plaintiff Munilla Construction Management, LLC (Munilla) filed this post-award bid protest on December 22, 2016. ECF No. 1. On the same day, Munilla also filed a motion for a temporary restraining order and preliminary injunction. ECF No. 5. On December 23, 2016, the Court heard oral argument on the motion. For the reasons discussed below, Munilla’s motion for a temporary restraining order is hereby DENIED.

BACKGROUND 1

Munilla is a construction company that has been in operation for more than thirty-two years. PL’s Mem. of Law in Supp. of Its Mot. for TRO, Prelim. Inj., and Permanent Inj. (Pl.’s Mem.) at 3, ECF No. 6. Munilla alleges that it (and its predecessor company) have provided “port operations services at Guantanamo Bay Naval Station under contract with the Department of the Navy since 1999.” Compl. ¶ 4.

In June 2016, the Navy issued Request for Proposal number N68836-16-R-0003 (the RFP), a re-solicitation of the port services then being provided by Munilla. See id, ¶¶ 6, 9. Munilla submitted a proposal in response. Idlfll.

The solicitation was for a firm fixed-price contract and contracting authority was based upon FAR Part 12 and FAR Part 16. Def.’s Notice of Filing Solicitation, Approved Business Clearance, and Decl. of Harm (Def.’s Notice) Ex. A at 158, ECF No. 22-1. The RFP provided for award of the contract to the lowest-priced technically acceptable of-feror. PL’s Mem. at 5; see also Def.’s Notice Ex. A at 169 (“Government intends to award a contract ... to the responsible Offeror whose proposal conforming to the solicitation will be most advantageous to the Government ... and will be the Lowest Price Technically Acceptable (LPTA) Offer”). The RFP stated as follows regarding the evaluation of price:

2. Reasonableness: Price is fully justified and supported and is considered fair under current market conditions as well as reasonable to both the Offeror and the Government. Reasonableness may also be *134 determined by comparing the proposed pricing with Government estimates and/or other offers received. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of cost or price analysis techniques. An offer may be rejected if the Contracting Officer determines that the lack of balance proposes an unacceptable risk to the Government. In accoi'dance with FAR 15.404-1(g)(2) a price analysis will be conducted on the individual CLINs to determine whether unbalanced pricing occurred.

Def.’s Notice Ex. A at 171-72.

The Navy ultimately awarded the contract to Seaward Services, Inc. (Seaward) on October 27, 2016. PL’s Mem. at 6; see also Compl. ¶ 12, Munilla requested a debriefing and on November 1, 2016, the Navy informed Munil-la that although Munilla’s proposal was technically acceptable, it was not the lowest-priced; rather, Seaward had the lowest-priced technically acceptable proposal. See Pl.’s Mem. at 6.

According to Munilla (and as reflected in the source selection documents), its base year price was [***], while Seaward’s base year price was $3,539,749. Id. Munilla’s total price, including option years, was [***], while Seaward’s was $20,475,969. Id. at 6-7. Notwithstanding only a difference of [***] (or approximately [***]%) in overall contract price between Munilla and Seaward, Munilla alleges that there are substantial differences between Munilla’s and Seaward’s contract line item prices. See id. It highlights a number of line items from both proposals which, according to Munilla, reflect differences between it and Seaward of tens and hundreds of thousands of dollars on different line items. Id. at 7-8.

Munilla further alleges that some of Seaward’s line item pricing is “so low that it is below cost” and also would not cover the cost of performance for its subcontractors. See id. at 8-9. In contrast, Munilla states that other line items in Seward’s proposal are “substantially overstated.” Id at 9.

Munilla alleged in its complaint and in its Memorandum in support of its TRO Motion that its proposal was the third lowest-priced, and that a second offeror’s proposal (that of SoBran, Inc.) was priced lower than Munil-la’s, but higher than Seaward’s. See id at 10-11. It claimed that “SoBran’s pricing was only [***] higher than Seaward’s” and that the Navy thus also failed to assess whether SoBran’s pricing was “reasonable” and “fully justified and supported and ... considered fair under current market conditions.” Id. Documentation provided by the government in response to Munilla’s motion, however, indicates that SoBran’s proposal was found technically unacceptable. Def.’s Opp’n to PL’s Mot. for a TRO (Def.’s Opp’n) App. at Appx248. It further shows that there was another technically-acceptable offeror whose overall proposal was less expensive than Munilla’s: Crowley Government Services, Inc. (Crowley); its proposal price (with government adjustments) was [***] (which is approximately [***] lower than Munilla’s, reflecting a price difference of a little less than [***]%). Id at Appx. 248-49.

After the contract award to Seaward, Mun-illa filed a protest at the Government Accountability Office (GAO) on November 3, 2016, alleging that Seaward’s proposal was “significantly understated and unbalanced” and “unreasonable,” and that the government failed to perform a “proper price analysis.” PL’s Mem. at 11-12. On December 14, 2016, the GAO dismissed Munilla’s protest on the ground that “the Navy was not required to perform a price analysis to determine if the proposed prices were too low.” Id at 12. Munilla then filed its bid protest, action in this Court, ECF No. 1.

In its complaint, Munilla alleges that both Seaward’s and SoBran’s prices were “unreasonable to the Offeror and/or the Government” and that they were “significantly understated and unbalanced.” Compl. ¶28. It argues that the Navy failed to engage in the proper price analysis to determine price reasonableness as required by the RFP and the FAR. See id. ¶40. Specifically, Munilla argues, the Navy failed to comply with the RFP’s requirement, “in accordance with FAR 15.404-l(g)(2)” to conduct a price analysis on the individual CLINs “to determine whether unbalanced pricing occurred.” Fur *135 ther, according Munilla, the Navy failed to conduct a proper analysis to determine whether Seaward’s price was “reasonable” and “fully justified and supported and ... fair under current market conditions.” See Pl.’s Mem. at 10. It thus requests that the Court issue a temporary restraining order restraining the government from:

[Executing a contract pursuant to the RPP with any proposer other than [Munil-la], from issuing a notice to proceed to Seaward, ... from taking any action toward implementing the contract award to any proposer other than [Munilla], from directing any contractor other than [Munil-la] to perform work on the Project, [and] from permitting any bidder other than [Munilla] to perform work on the Project.”

Id.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
130 Fed. Cl. 131, 2016 U.S. Claims LEXIS 2026, 2016 WL 7666663, Counsel Stack Legal Research, https://law.counselstack.com/opinion/munilla-construction-management-llc-v-united-states-uscfc-2016.