Nilson Van & Storage, Inc. v. United States

99 Fed. Cl. 408, 2011 WL 3528757
CourtUnited States Court of Federal Claims
DecidedAugust 12, 2011
DocketNo. 10-716C
StatusPublished
Cited by2 cases

This text of 99 Fed. Cl. 408 (Nilson Van & Storage, 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
Nilson Van & Storage, Inc. v. United States, 99 Fed. Cl. 408, 2011 WL 3528757 (uscfc 2011).

Opinion

OPINION AND ORDER1

LETTOW, Judge.

In this post-award bid protest, Nilson Van & Storage, Inc. (“Nilson Van”) challenges the [410]*410United States Army’s award of a contract to Ken Krause Company (“Krause” or “Ken Krause”) for the preparation, shipment, and storage of property belonging to Army personnel. Both parties have filed motions for judgment on the administrative record which have been briefed and argued and are ready for disposition.

FACTS2

On July 2, 2009, the Army at Fort Bragg, North Carolina, issued Solicitation No. W91247-09-B-0005, Inbound Packing and Crating (“Solicitation”). AR 3-17.3 The solicitation was for a small-business set-aside under North American Industrial Classification System (“NAICS”) 488991, which limits the size of the contractor eligible to bid to $25.5 million or less in annual revenue. AR 3-17 (Solicitation, Box 10).4

The solicitation required bidders to secure the appropriate permits and licenses if they were bidding to perform transportation services. The Performance Work Statement (“PWS”) specified:

The provisions of the FAR [¿a, Federal Acquisition Regulations, 48 C.F.R. § ]52.247-2, Permit, Authorities, or Franchises, are applicable for qualification to perform services under this regulation. A prospective contractor engaged in interstate transportation shall be approved and hold authorization in their own name by the Interstate Commerce Commission, or, if engaged intrastate transportation, a certificate issued by the appropriate state regulatory body will be required.

AR 3-101 (Solicitation, Performance Work Statement ¶ 1.4). The provision of the FAR cited in the Performance Work Statement, FAR § 52.247-2, states in part:

The offeror shall furnish to the Government, if requested, copies of the authorization before moving the material under any contract awarded. In addition, the offeror shall, at the offeror’s expense, obtain and maintain any permits, franchises, licenses, and other authorities issued by State and local governments.

FAR § 52.247-2(b).

The Performance Work Statement also prescribed the standards for storage facilities under the contract. For example, the winning contractor’s warehouse was required to have an “acceptable automatic sprinkler system” or a “supervised fire detection and reporting system.” AR 3-128 (Solicitation, Performance Work Statement ¶ 5.8.5). It must “not show evidence of insect and rodent infestation,” and must “afford adequate protection from pilferage and theft.” AR 3-129 (Solicitation, Performance Work Statement ¶ 5.8.5.1). In addition, FAR § 52.212-4(q) was incorporated into the Solicitation by reference, see AR 3-17 (Solicitation, Box 27a); AR 3-73 (Solicitation); that provision states, “The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.”

Paragraph 5.8.6 of the Performance Work Statement further required the contractor’s facility to “be initially inspected, if applicable, [411]*411and ... approved by a representative from the contracting office or PPSO [i.e., Personal Property Shipping Officer] for compliance with this contract and the standards and regulations stated or referenced therein. Thereafter, a satisfactory rating must be maintained during inspections held on a quarterly basis or, if deemed necessary, on a more frequent basis.” AR 3-129 (Solicitation, Performance Work Statement ¶ 5.8.6).

In addition to responding to the Solicitation, bidders were required to register in two government databases. The Solicitation incorporated FAR § 252.204-7004 (Central Contractor Registration [“OCR”] ([FAR § ]52.204-7) Alternate A) by explicit reference and, implicitly, FAR § 52.204-7(b) to (h). See AR 3-75 (Solicitation).5 Section 52.204-7 states,

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the OCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. ... If the Offeror does not become registered in the OCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

FAR § 52.204-7(b)(l), (d). The Solicitation also required prospective contractors to register in the Online Representations and Certifications Application database, through incorporation of FAR § 52.212-3 into the Solicitation. AR 3-76 to 86 (Solicitation).

Two offerors responded to the solicitation, Nilson Van and Ken Krause. Nilson represented that it could perform the contract for $1,394,577.50, and Ken Krause represented it could perform the contract for $1,088,732.60, including the base and option years. See AR 10-197 (Nilson Van Bid Work Sheet); AR 19-379 (Letter from Ken Krause to Sharon Carter (May 17, 2010) (listing bid as $1,088,732.60)); see also AR 11-262 (Ken Krause Bid Work Sheet) (listing bid as $1,098,124.49).

Krause’s bid specified that its name and address was “Ken Krause Co[.;] 148 Rice Rd[.;] Vass[,] NC 28394.” AR 11-262 (Ken Krause Bid Work Sheet); AR 11-263 (Ken Krause Bid, Box 8); AR 11-268 (Ken Krause Bid, Box 17a). On April 14, 2010, Ken Krause e-mailed the Army to state that it intended to use facilities in Southern Pines, NC, and Carthage, NC, to store goods during performance of the contract. See AR 22-383 (E-mail from Ken Krause to Sharon Carter (Apr. 14, 2010)). Krause offered to host a site visit to those facilities. Id. The Contracting Officer and others inspected the facilities on April 19, 2010, took photographs, and determined that the facilities met the requirement of the Performance Work Statement. See AR 1-2 to 3 (Agency Report (July 6, 2010)); AR 22-383 (E-mail from Carter to Krause (Apr. 16, 2010)); AR 25-388 to 418 (Photographs from Ken Krause Warehouse Inspection); AR 27-426 (Determination of Responsibility for Ken Krause (May 27, 2010)) (“[W]e found both warehouses to be in full compliance with the Performance Work Statement.”).

The government awarded the moving and storage contract to Ken Krause on May 27, 2011. See AR 27-420 (Contract Award Decision Statement (May 27, 2011)). Nilson Van protested the award to the Government Accountability Office (“GAO”), which denied the protest on August 19, 2010. See Nilson Van & Storage, Inc., No. B-403009, 2010 CPD ¶ 198, 2010 WL 3328658 (Comp.Gen. Aug. 19, 2010). Nilson then filed a complaint in this court.

[412]*412After resolution of procedural issues and other threshold matters, see Nilson Van & Storage, Inc. v. United States, 2011 WL 477704 (Fed.Cl. Feb. 7, 2011), both parties moved for judgment on the administrative record and a hearing was held on the cross-motions. The case is now ready for resolution.

STANDARDS FOR DECISION

Under 28 U.S.C. § 1491

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
99 Fed. Cl. 408, 2011 WL 3528757, Counsel Stack Legal Research, https://law.counselstack.com/opinion/nilson-van-storage-inc-v-united-states-uscfc-2011.