Munilla Construction Management, LLC v. United States

130 Fed. Cl. 635, 2017 U.S. Claims LEXIS 94, 2017 WL 606020
CourtUnited States Court of Federal Claims
DecidedJanuary 31, 2017
Docket16-1684C
StatusPublished
Cited by10 cases

This text of 130 Fed. Cl. 635 (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. 635, 2017 U.S. Claims LEXIS 94, 2017 WL 606020 (uscfc 2017).

Opinion

Keywords: Bid Protest; 28 U.S.C. § 1491(b); Standing; Interested Party; Price Analysis; Price Reasonableness; Contract Line Items; Unbalanced Pricing.

OPINION AND ORDER

KAPLAN, Judge.

Plaintiff Munilla Construction Management, LLC (Munilla) is currently performing port operations services at the United States Naval Base at Guantanamo Bay, Cuba, under a bridge contract with the United States Navy. Munilla filed this post-award bid protest on December 22, 2016, to challenge the Navy’s award of a new contract to provide such services to Intervenor Seaward Services, Inc; (Seaward). ECF No. 1. The Navy awarded the contract to Seaward after finding that it had submitted the lowest-priced technically acceptable offer in response to the Navy’s solicitation.

Munilla’s protest centers around the validity of the Navy’s price evaluation, which it claims did not comport with the requirements set forth in the solicitation. The government and Seaward contend that Munilla lacks standing to press its claims because another offeror, Crowley Government Services, Inc. (Crowley), was second in line to receive the award after Seaward. They also contend, in the alternative, that Munilla’s claims lack merit and that, in any event, Munilla was not substantially prejudiced by any of the errors it has identified.

Currently before the Court are the parties’ cross-motions for judgment on the administrative record. For the reasons discussed below, Munilla’s motion for judgment on the administrative record is DENIED and the cross-motions for judgment on the .administrative record filed by the government and Seaward are GRANTED.

BACKGROUND

I. The Solicitation

On June 8, 2016, the United States Navy issued RFP N68836-15-R-0003 (the “RFP”- or the “Solicitation”). Admin. R. (AR) Tab 26 at 320. The RFP sought offers to perform services involving the “operation of multiple watereraft and boats, related maintenance services, port operations, and waterfront administration” at the United States Naval Base, Guantanamo Bay, Cuba. Id. at 367. Pursuant to the RFP, the contractor would be responsible for “the operation, preventive, predictive, [and] corrective maintenance of *638 various watercrafts, boats and equipment^] industrial marine repair services[;] and ... port operations services.” Id. The Solicitation provided that services would be supplied “on a ‘turn-key1 basis with the Contractor providing all necessary management expertise, personnel, supplies, tools, equipment and vehicles” except as otherwise specified in the contract. Id. It set forth fifteen “primary tasks” illustrating the services the contractor would be required to perform, and specified that the contractor would be required to “plan, schedule, coordinate and ensure effective completion of all services described.” Id.

The contract was to be a firm fixed-price contract. Id. at 477. Offerors were required to submit prices for forty-five contract line items (CLINs) on a price schedule included with the Solicitation, Id at 478, 491; see also id. at 321-66 (listing CLINs). The CLINs represented the required tasks for each year of the contract. See id at 321-66. The Navy initially sought proposals for a twelve-month base year and four option years, the first three of which were for twelve months and the fourth for eleven. See id. at 491. It subsequently amended the Solicitation to alter the periods of performance to a “one month transition period, a 10 month base periodt,] and four (4) one-year option periods.” See id. Tab 123 at 3661-62.

Pursuant to the Solicitation, offerors were to submit their proposals in two volumes: 1) “Non-Price Evaluation Factor — Technical Capability”; and 2) “Standard Form 33 & Price Proposal.” Id. Tab 26 at 477-78. Section M of the Solicitation, entitled “Evaluation Factors for Award,” provided that the contract would be awarded “to the responsible Offeror whose proposal conforming to the solicitation [was] most advantageous to the Government, price and other factors considered[,] and [was] the Lowest Price Technically Acceptable (LPTA) Offer.” Id. at 488. To make this determination, the Navy would evaluate proposals based on three factors: technical capability, past performance, and price. Id. With respect to price, “[a]n Offer- or’s proposed prices [would] be determined by multiplying the quantities identified in the Schedule by the, proposed unit price for each [CLIN] to confirm the extended amount for each.” Id. at 490. The government would then evaluate the prices submitted to determine completeness and reasonableness. Id. at 490-91.

Concerning completeness, the Solicitation stated, inter alia, that “[a]ll CLINs as stated in the solicitation shall be priced except for Reimbursable CLINs 0016, 1016, 2015, 3016 and 4016.” Id. at 490. Offerors were required to structure their pricing “in accordance with the bid schedule of the SF 33” and to.“return fully executed CLINs to include a unit price and total extended prices in accordance with the bid schedule provided in the solicitation and a total amount showing the sum of all line items.” Ld. at 491. In that regard, the Solicitation provided that “[flailure.to submit a price for any CLIN could result in the proposal being considered unacceptable.” Id. The Navy further advised offerors with respect to the reimbursable CLINs that “[evaluation of the price proposal will include [the amount of $1,000,000] for all Reimbursable CLINs,” and that “[n]o other price shall be submitted in the Offeror’s Price Proposal for the [Reimbursable] CLIN[s].” Id. (emphasis omitted). It also stated that “[fjailure to furnish the price proposal in accordance with the instructions above shall render the proposal unacceptable.” Id.

As for the evaluation of price reasonableness, the Solicitation read as follows:

2. Reasonableness: [p]rice is fuily 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 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 accordance with FAR 15.404-1(g)(2) a price analysis will be conducted *639 on the individual CLINs to determine whether unbalanced pricing occurred.

Id. at 490-91. 1

To determine the lowest-priced offeror, the Navy would “add[] the total price for all options to the total price for the basic requirement,” along with the price for the “potential six month[] option period available under PAR 52.217-8.” See id. at 491. If the option prices were “significantly unbalanced,” the Navy warned offerors, it could “determine that [the] offer is unacceptable.” Id.

After the Navy issued the RFP, potential offerors were permitted to submit questions. See id. Tab 43. SoBran, Inc.

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. 635, 2017 U.S. Claims LEXIS 94, 2017 WL 606020, Counsel Stack Legal Research, https://law.counselstack.com/opinion/munilla-construction-management-llc-v-united-states-uscfc-2017.