Phoenix Management, Inc. v. United States

107 Fed. Cl. 58, 2012 U.S. Claims LEXIS 1219, 2012 WL 4788563
CourtUnited States Court of Federal Claims
DecidedOctober 9, 2012
DocketNo. 12-325
StatusPublished
Cited by3 cases

This text of 107 Fed. Cl. 58 (Phoenix 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
Phoenix Management, Inc. v. United States, 107 Fed. Cl. 58, 2012 U.S. Claims LEXIS 1219, 2012 WL 4788563 (uscfc 2012).

Opinion

MEMORANDUM OPINION AND ORDER

BRADEN, Judge.

I. RELEVANT FACTUAL BACKGROUND.1

A. The Solicitation.

On August 12, 2011, the United States Air Force (“Agency”) issued Solicitation No. FA4610-09-R-0013 (“Solicitation”). AR Tab 5 at 115. The purpose of the Solicitation was to provide a wide range of support services required by the 576th Flight Test Squadron for Force Development Evaluation Minuteman Launches at Vandenberg Air Force Base, California. AR Tab 2 at 7. These services included, but were not limited to, “launch facility refurbishment, corrosion control services, vehicle issue and control, management services, and training services” and were “designated as ‘mission essential’ pursuant to Department of Defense Instruction 3020.37[.]” Id.

The Solicitation required offerors to submit proposals in two parts, a price proposal and a technical proposal. AR Tab 5 at 165. The Solicitation stated that the Agency would use a four-step evaluation process to evaluate proposals and award the contract. Id. at 168. First, the Agency would evaluate each technical proposal for “Technical Acceptability.” Id. Second, the Agency would determine if discussions were necessary. Id. Third, the Agency would rank all price proposals by price, highest to lowest. Id. Finally, the Agency would award the contract to the lowest priced technically acceptable offer- or. Id.

When determining a proposal’s “Technical Acceptability,” the Agency would examine each proposal using four evaluation subfac-tors: (A) Understanding of Requirements and Technical Approach; (B) Technical Capability-Launch Refurbishment Services; (C) Technical Capability-Corrosion Control Services; and (D) Technical Capability-Vehicle Management Services. Id. at 168-69. Each subfactor would be evaluated “on a pass/fail basis” and would be assigned a rating of “Acceptable or Not Acceptable.” Id. at 168.

Under Subfactor A, a rating of “Acceptable” was to be given if

[o]fferor has conveyed an understanding of and a sound technical approaeh/methodolo-gy to fulfilling each of the following requirements: launch facility refurbishment, corrosion control services, maintenance programs management services, vehicle issue and control services, equipment issue and control services, training management services, and environmental management services!.]

AR Tab 5 at 168.

Under Subfaetor B, a rating of “Acceptable” was given if

[t]he offeror has provided evidence that each proposed staff member performing launch refurbishment services has all of the following licenses, training, and certifications: (a) National Commission for the Certification of Crane Operations/Part I Knowledge & Part II Practical Test (Certificate), (b) Confined Space Training (Certificate), and (c) has evidence of HAZWOPER training within the last year (either Initial 24-hr HAZWOPER Course (Certifi[61]*61cate), or 8-hr HAZWOPER (Refresher Course Proof))[.]

AR Tab 5 at 169.

Under Subfactor C, a rating of “Acceptable” was given if

[t]he offeror has provided evidence that each proposed staff member performing corrosion control services has both of the following licenses, training, and certifications: (a) State of California Department of Health Lead Related Construction “Worker” certificate, (b) has evidence of HAZWOPER training within the last year (either Initial 24-hr HAZWOPER Course (Certificate), or 8-hr HAZWOPER (Refresher Course Proof)), and (c) Confined Space Training (Certificate)!)]

Under Subfactor D, a rating of “Acceptable” was given if

[t]he offeror has provided evidence that at least one staff member performing vehicle management services has all of the following licenses, training, and certifications:
(a) 20th Air Force ICBM Maintenance Instructors Course (Certificate) or equivalent training instructor/teaehing qualifications,
(b) State of California Dept of Motor Vehicles, Class “A” (3 Axle) Drivers License,
(e) National Commission for the Certification of Crane Operators/Part I Knowledge & Part II Practical Test (Certificate) and
(d) Forklift Operator (Certificate)!)]

After determining whether an offeror’s proposal was “Technically Acceptable,” the Solicitation provided that the Agency would evaluate “each offeror’s proposal for reasonableness and affordability.” Id. The Solicitation defined “Reasonableness” as “a price to the Government that a prudent person would pay in the conduct of competitive business.” Id. at 170. The Solicitation stated that “price reasonableness” would be “established through price competition,” requiring the Agency to conduct an “affordability assessment” that would “consider the total estimated contract price as compared to the project budget for [the] program.” Id. Finally, under the price evaluation factor set forth in the Solicitation, the Agency would rank all offerors “according to price (including any option prices), from highest to lowest,” and award the contract to the lowest priced technically acceptable offeror. Id.

B. The Proposals.

Four offerors, including Phoenix Management, Inc. (“Phoenix” or “Plaintiff”) and defendant-intervenor Alliance Technical Services, Inc. (“ATS”), submitted proposals in response to the Solicitation. The Agency deemed all offerors’ proposals timely and technically acceptable. AR Tab 13 at 730, 746; AR Tab 39 at 1548-49. The two proposals at issue here are those of Phoenix and ATS.

On September 12, 2011, Phoenix submitted a proposal. AR Tab 6. The Agency evaluated Phoenix’s proposal as acceptable in all four technical subfactors. AR Tab 9 at 746-48. The Agency rated Phoenix’s proposal second overall. AR Tab 33 at 1265.

On September 15, 2011, ATS submitted a proposal. AR Tab 7. On September 26, 2011, the Agency found ATS’s proposal as acceptable in all four technical subfactors. AR Tab 9 at 675-79.

On November 2, 2011, the Agency issued a Notice to Unsuccessful Offerors identifying ATS as the apparent successful offeror. AR Tab 12 at 717.

On November 4, 2011, the Agency completed a Proposal Analysis Report detailing its analysis of all four proposals. AR Tab 13 at 729-50.

II. PROCEDURAL HISTORY.

A. Before The Government Accountability Office.

On November 14, 2011, Phoenix filed an initial protest with the Government Accountability Office (“GAO”) challenging the Agency’s award of the contract to ATS. AR Tab 21 at 1011, 1034-37. Phoenix disputed the award on the grounds that: (1) the agency failed to reject ATS’s proposal “where ATS improperly obtained access to inside, nonpublic, competitively useful information and non-public proprietary information of PMI not otherwise available to other offerors, and [62]

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
107 Fed. Cl. 58, 2012 U.S. Claims LEXIS 1219, 2012 WL 4788563, Counsel Stack Legal Research, https://law.counselstack.com/opinion/phoenix-management-inc-v-united-states-uscfc-2012.