Phoenix Management, Inc. v. United States

125 Fed. Cl. 170, 2016 WL 930297
CourtUnited States Court of Federal Claims
DecidedMarch 11, 2016
Docket15-1403C
StatusPublished
Cited by10 cases

This text of 125 Fed. Cl. 170 (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, 125 Fed. Cl. 170, 2016 WL 930297 (uscfc 2016).

Opinion

Bid Protest; Motion to Supplement the Administrative Record; Motion to Dismiss; Waiver; Blue & Gold Fleet; COMINT Systems; Effect of Postaward Corrective Action in Which Competition Was Reopened but Solicitation Not Amended

OPINION AND ORDER

SWEENEY, Judge

In this bid protest, plaintiff Phoenix Management, Inc. contends that the solicitation at issue is defective because it does not include information required by offerors to prepare competitive proposals, does not reflect that certain costs would be evaluated, and does not provide for an evaluation of the offerors’ past performance. Defendant moves to dismiss plaintiffs protest, arguing that plaintiff waived any challenge to the terms of the solicitation, and both parties move for judgment on the administrative record. In addition, plaintiff moves to supplement the administrative record with documents related to the procurement, as well as with documents from other procurements and the declaration of one of its employees. For the reasons set forth below, the court *172 grants in part and denies in part plaintiffs motion to supplement the administrative record, and grants defendant’s motion to dismiss.

I. BACKGROUND A. The Solicitation

On February 18, 2015, Headquarters Air Force Reserve Command (“Air Force”) issued solicitation FA-6606-15-R-0001 for the acquisition of Base Operating Services at Westover Air Reserve Base (“ARB”) in Chi-copee, Massachusetts. 1 AR 27-28. The successful offeror was to provide “all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary” to perform the following functions: Operation of the Base Supply System, Vehicle Operations and Maintenance, Traffic Management, Transient Aircraft Services, Real Property Maintenance, Fuels Management, and Airfield Management. Id. at 566; accord id. at 28-118, 562-841. The Air Force contemplated awarding a firm-fixed-price contract with cost-reimbursable and labor-hour contract line items. Id. at 28-118, 189. The contract would have an initial term of ten months and four one-year option periods, id. at 28-118, and was set aside for a service-disabled, veteran-owned small business (“SDVOSB”) concern, id. at 136 (incorporating Federal Acquisition Regulation (“FAR”) 52.219-27).

1. The Work to Be Performed

The Performance Work Statement appended to the solicitation provided a comprehensive description of each of the seven functional areas for which the successful offeror would be responsible. Id. at 562-841. Specifically, the Air Force provided a description of the services to be provided, extensive workload estimates, and information that could be used by offerors to develop their own workload estimates (such as itemized lists of equipment requiring servicing). Id. at 591-841. Moreover, for the Vehicle Operations and Maintenance functional area,'the Air Force provided estimated costs for parts needed to repair designated equipment, id. at 621, and for the Traffic Management functional area, the Air Force provided estimated costs for certain billing and shipping transactions, id. at 642.

In section B of the solicitation, the Air Force enumerated the specific contract line items for which it was seeking proposals. Id. at 28-118. The items were divided into several categories. Id. One category — Monthly Service — contained firm-fixed-priee items for the functions described in the Performance Work Statement; these items encompassed “all labor and materials” necessary to perform those functions. Id. (setting forth contract line item numbers (“CLINs”) *002-*013 2 ); accord id. at 566 (“Ml services, labor, supplies, materials, and parts are included in the Firm Fixed Price unless otherwise specified in the contract.”). Two additional, identically titled categories — Labor for Service Calls — contained labor-hour items for nonrecurring real property maintenance and services; these items were separate and distinct from the firm-fixed-price items. Id. at 28-118 (setting forth CLINs *014-*018, which concerned Service Contract Act labor categories, and CLIN *019, which concerned Davis Bacon Act labor categories). A fourth category — Reimbursable Items — contained cost-reimbursable items for the direct parts and materials associated with the performance of nonrecurring real property maintenance and services. Id. (setting forth CLINs *020-*024). And, a fifth category — Over and Above Work — contained labor-hour items for labor categories not covered by the Service Contract Act or the Davis Bacon Act; these items were separate and distinct from the firm-fixed-price items. Id. at 28-118 (setting forth CLINs *025-*03l), 204-06 (listing the labor categories).

*173 2.Proposal Requirements

Pursuant to section L of the solicitation, as amended, offerors were to submit their proposals in three volumes: a volume containing administrative/contract documentation, a volume containing the offeror’s technical proposal, and a volume containing the offeror’s price proposal. Id. at 929-30, 932-35. The technical proposal was to include transition, quality control, and staffing plans, as well as information supporting the offeror’s technical capabilities in each functional area. Id. at 933-34. The submission of past performance information was not required. Id. The price proposal was to include a completed Pricing Matrix containing the offeror’s proposed prices for the firm-fixed-price CLINs, as well as fully loaded labor rates for the Service Contract Act, Davis Bacon Act, and Over and Above labor categories. Id. at 935, 1059-67; accord id. 204-06.

3.Evaluation Criteria

The Air Force, in section M of the solicitation, provided that it intended to award the contract on a lowest-price, technically acceptable basis. Id, at 201. It advised prospective offerors:

The Government will select the offeror based on an integrated assessment of the offeror[’]s technical proposal and proposed price information. The first step of the evaluation process is to determine if the technical proposals are acceptable or unacceptable in accordance with the evaluation criteria. Among the proposals that have been determined acceptable in technical capabilities, a price analysis will be accomplished and all offerors will be ranked from lowest to highest evaluated price.... The Government will award to the offeror who is determined to have the lowest evaluated price among offerors who were determined to be acceptable in technical capabilities.

Id. Of import in this protest is the manner in which the Air Force intended to evaluate the offerors’ price proposals. It explained:

4.PRICE EVALUATION:

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

Related

Govwave, LLC v. United States
Federal Claims, 2025
Wavelink, Inc v. United States
Federal Claims, 2021
Rmgs, Inc. v. United States
Federal Claims, 2018
I3 Cable & Harness LLC v. United States
132 Fed. Cl. 495 (Federal Claims, 2017)
Palantir Technologies Inc. v. United States
128 Fed. Cl. 21 (Federal Claims, 2016)
Phoenix Management, Inc. v. United States
127 Fed. Cl. 358 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
125 Fed. Cl. 170, 2016 WL 930297, Counsel Stack Legal Research, https://law.counselstack.com/opinion/phoenix-management-inc-v-united-states-uscfc-2016.