Ocean Associates, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedOctober 9, 2018
Docket18-803
StatusUnpublished

This text of Ocean Associates, Inc. v. United States (Ocean Associates, 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
Ocean Associates, Inc. v. United States, (uscfc 2018).

Opinion

United States Court of Federal Claims No. 18-803 C (Filed Under Seal: July 31, 2018) (Reissued: October 9, 2018) _______________________________ OCEAN ASSOCIATES, INC., Plaintiff, v. UNITED STATES OF AMERICA, Defendant, v. EARTH RESOURCES TECHNOLOGY, INC., Defendant-Intervenor, v. TECHNICAL ENGINEERING SUPPORT ALLIANCE, Defendant-Intervenor. __________________________________

Jason Nicholas Workmaster, Esquire, Covington & Burling LLP, Washington D.C., for plaintiff. Tanya Beth Koenig, Esquire, U.S. Department of Justice – Civil Division, Washington, D.C., for defendant. Ronald Stuart Perlman, Esquire, Holland & Knight LLP, Washington, D.C., for defendant-intervenors. ORDER AND OPINION1 HODGES, Senior Judge Plaintiff, Ocean Associates, Inc., challenges the inclusion of defendant- intervenors, Earth Resources Technology, Inc. and Technical and Engineering Support Alliance in the competitive range for a solicitation issued by the National Oceanic Atmospheric Association (“NOAA”). NOAA is an agency of the Department of Commerce. Plaintiff contends that NOAA included the intervenors improperly because they flouted the page limitation through their use of tables. Plaintiff filed a Motion for Judgment on the Administrative Record. Defendant filed a Motion to Dismiss and a Cross Motion for Judgment on the Administrative Record. For the reasons set forth below, we grant defendant’s Motion to Dismiss for lack of subject matter jurisdiction and deny the Motions for Judgment on the Administrative Record as moot. BACKGROUND A. The Solicitation NOAA issued a solicitation in January of 2017, to procure professional and technical services for the Agency’s Fisheries. NOAA intends to award multiple indefinite delivery, indefinite quantity contracts with a total possible award value of $3,000,000,000. The solicitation included a two-year base contract with three one-year option periods.

1 We issued this Opinion, under seal, on July 31, 2018, and invited counsel to propose redactions prior to publication. The parties responded with redactions and arguments in a Joint Status Report. Defendant and intervenor were concerned about mention in the Opinion of the number of total offerors, the number of offers in the competitive range, the identities of other offerors, and the evaluation ratings of offerors in the competitive range. Plaintiff proposed wide-reaching redactions including most of the evaluation information and any text which quoted the original evaluation. According to the Federal Circuit, courts deciding on requests for redactions by the parties should apply a “presumption of public access to judicial records.” Baystate Techs., Inc. v. Bowers, 238 Fed. Appx. 808, 810 (Fed. Cir. 2008). The parties redactions are overly- broad and they have provided no rational that overcomes the presumption of public access. The agency’s adjectival ratings, for example, assigned to various aspects of a particular proposal, are routinely given public access in these cases. No competitive advantage or disadvantage arises where the Government’s evaluation, in the form of quotations and ratings, or the number of offerors becomes part of the public record. The proposed redactions by the parties are all rejected. 2 The work outlined in the solicitation and expected of the contractor included thirty-seven subtasks falling into four main areas: (1) studies, analyses, and reports; (2) applied research, engineering, consulting, and operations; (3) field sampling, data collection, and surveys; and (4) consulting, program, and program management. Offerors were instructed that they could be considered for an award without “providing capability for the entire array of efforts set forth in the [Statement of Work].” AR 510. The solicitation set forth detailed instructions how the proposals were to be formatted. Proposals were to be on 8.5 x 11 inch paper with one inch margins, single- spaced, with paragraphs separated by at least 6-point spacing. AR 500. They were required to contain text in Times New Roman 12-point font, but provided that a reduced font size not less than 8-point was permitted for “Tables and Illustrations.” AR 500. The solicitation also stated that “[o]fferors whose proposals do not follow all instructions may be deemed ‘[n]oncompliant’ and disqualified from further evaluation.” AR 498. Each individual volume of the proposal was subject to specified page limitations. At issue is Volume II, which addresses Evaluation Factor 1: “Corporate Experience and Commitment,” and was limited to twenty-five pages of text, tables, and illustrations. AR 500. Offerors were asked to describe their “breadth and depth of experience and qualifications working within the requirements of the [Statement of Work].” AR 503. Past commitment and experience would be considered, but the solicitation noted that “[e]valuation of technical experience will also be based on proposed methods for establishing, organizing and performing logistics related aspects of this requirement.” AR 504. The solicitation did not specify the total number of expected awards, but instead noted that it would make a “manageable number of awards . . . to ensure adequate competition at the task order level and to allow for the small business reserves.” AR 510. It also stated that “[o]fferors with limited capability may obtain a contract if they are the only firm or highly beneficial for a part of this domain.” AR 510. NOAA stated that the award would be made on a best value basis by the “Highest Technically Rated Offerors with a Fair and Reasonable Price.” AR 509. In other words, “an Offeror whose proposed prices are determined not to be fair and reasonable will not be awarded a contract regardless of the Government’s evaluation of the non-price factors of the Offeror’s proposal.” AR 509. However, three non-price factors “when combined, are significantly more important than cost or price.” Id. Those non-price factors were listed as (in descending order of importance): Factor 1, Corporate Experience and Commitment; Factor 2, Management Approach; and Factor 3, Past Performance. Id. Regarding the first non-price factor, Corporate Experience, the solicitation indicated that offerors would be evaluated based on the extent of their demonstration of “the qualifications and corporate experience in performing work of the same or similar nature as that of the requirements of the SOW.” AR 510. NOAA stated it would evaluate

3 the Management Approach based on “the extent to which the Offeror’s management and organization demonstrate sound and reasonable business practices with respect to managing this contract.” Id. Past Performance was to be evaluated “based on the relevance and quality of the Offeror’s and proposed subcontractors’ past performance as it relates to the probability of successfully accomplishing the solicitation requirements. AR 510–11. B. The Proposals NOAA received twenty-six timely proposals. Plaintiff’s and intervenors’ Volume II proposals are the relevant aspects of the procurement in this case Earth Resources Technology, Inc.’s Volume II contains twenty-five pages. Of those twenty-five pages, approximately twelve are covered with one-column tables. The tables consists of paragraphs and headings printed in 8-point font and do not contain space between paragraphs or headings and text, meaning the proposal contained more text than it would have been able to had the offeror removed the lines around the language. The additional text is attributable to the smaller font size, the lack of spaces between the headings and the descriptions, and the lack of space between paragraphs. Technical and Engineering Support Alliance employed essentially the same device. It included approximately twelve pages of a table with a single column, in Calibri 8-point font.

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

Related

Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
United States v. Mathis
238 F. App'x 807 (Third Circuit, 2007)
Diaz v. United States
853 F.3d 1355 (Federal Circuit, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
Ocean Associates, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ocean-associates-inc-v-united-states-uscfc-2018.