Plasan North America, Inc. v. United States

109 Fed. Cl. 561, 2013 WL 1064826
CourtUnited States Court of Federal Claims
DecidedMarch 11, 2013
DocketNo. 12-779C
StatusPublished
Cited by16 cases

This text of 109 Fed. Cl. 561 (Plasan North America, 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
Plasan North America, Inc. v. United States, 109 Fed. Cl. 561, 2013 WL 1064826 (uscfc 2013).

Opinion

Futey, Judge.

Post Award Bid Protest; Standing; Review of Agency Decision; Past Performance; Best Value Determination; Showing of Bias

OPINION & ORDER

This is a post-award bid protest concerning the Defense Logistics Agency’s (“DLA”) negotiated procurement for Enhanced Small Arm Protective Inserts (“ESAPI”) body armor. After an initial protest at the GAO and corrective action, DLA again awarded the contract to BAE Systems Aerospace and Defense Group, Inc. (“BAE”) on September 17, 2012. Disappointed bidder Plasan North America, Inc. (“Plasan”) filed its protest in this Court on November 16, 2012, and BAE intervened.

In essence, Plasan argues that DLA’s decision to award to BAE was arbitrary and capricious based on an unreasonable evaluation of the past performance factor, an improper best value tradeoff not in accord with the solicitation, and biased evaluators who attempted to “whitewash” BAE’s past performance record. Plasan seeks to enjoin DLA’s award to BAE. The Government in DLA’s defense argues that Plasan’s protest is merely an attempt to second-guess DLA’s decision, which was reasonable and well-documented.

The parties have cross-moved for Judgment on the Administrative Record pursuant to U.S. Court of Federal Claims Rule (“RCFC”) 52.1, and briefed their arguments. The Court held oral arguments on January 30, 2013. On February 11, 2013, Plasan filed its “Motion To Strike Inaccurate Statements Made During DefendanWIntervenor’s Oral Argument.” Intervenor responded on February 13, 2013, and Defendant responded on February 15, 2013. Plasan filed a reply brief on February 20, 2013.

I. Background

A. Solicitation

On January 14, 2011, DLA issued Solicitation No. SPM1C1-10-R-0151, seeking proposals for the acquisition of ESAPI body armor. Admin. R. (“AR”) 58-112. The Solicitation provided for an indefinite-delivery, indefinite-quantity contract, and was divided into three separate and distinct portions to result in three separate awards. AR 64-72. To ensure multiple sources and continuous availability of reliable sources of supply, awardees selected for earlier portions would be eliminated from competition for the later portions. AR 64; Federal Acquisition Regulation (“FAR”) § 6.202(a)(4). Portion 1 was solicited on an Unrestricted basis for 50% of the total annual estimated quantity. AR 65-66. Portion 2 was also solicited on an Unrestricted basis, and represented 30% of the quantity, and Portion 3 was solicited as a small business set-aside for the remaining 20% of the total quantity.1 AR 67-70. Portions 3 and 4 have been cancelled. AR 3 n.2. This protest concerns Portion 2. AR 281.

The solicitation for Portion 2 sets forth a base year and two option years, with a minimum quantity of 22,500 ESAPIs, 99,000 annual estimated quantity, and 180,000 maximum quantity. AR 67. Section M contained Clause 52.215-9P17, “Evaluation Factors For Award,” which stated that:

The Government will make award to the responsible offeror(s) whose offer conforms with the solicitation and is most advantageous to the Government, cost or price, and other evaluation factors considered ... For this solicitation, all evaluation factors other than cost or price, when combined, are — significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important.

[566]*566AR. 109. Section M also listed the Non-Cost/Price evaluation factors: (1) Passing Ballistics Results, (2) Past Performance/Experience, and (3) Socioeconomic Support. Id. The first factor, Passing Ballistics Results was a mandatory requirement in accordance with First Article Test (“FAT”) criteria. Id. Offerors would be evaluated on a pass/fail basis, and contractors failing this factor would have their entire proposal rejected. AR 110. Contractors that did pass would be further evaluated under the remaining evaluation factors. Id. Factors (2) and (3) were listed in decreasing order of importance. AR 109.

Factor Two, Past Performance/Experienee listed three sub-factors: (a) Experience, (b) Quality of Items/Delivery Performance, and (c) Compliance with Socioeconomic Subcontracting/Mentoring Goals. AR 109. DLA would assess both offeror-submitted information, as well as relevant information fi’om any other sources for the period two years prior to the original solicitation closing date as indicators of contract success. AR 110. The agency would also consider currency and relevance of the information, source, context of the data, volume of business, and general trends in performance. Id. The Solicitation stated that sub-factors (a) and (b) were of equal importance, and more important than sub-factor (e). AR 109.

The Experience sub-factor asked offerors to describe the extent of their experience producing the same or similar item(s), including information such as contract and order numbers, dates, points of contact, total quantities, and quantities shipped per month. AR 102. The Quality of Items/Delivery Performance sub-factor required offerors to elaborate on the contracts identified in response to sub-factor (a), and provide a description of the quality of items delivered, an explanation for any quality issues that arose, whether items were delivered on time, and any explanation for late deliveries. AR 102-03. The final sub-factor, Compliance with Contractual Socioeconomic Subeontracting/Mentoring Goals, required a description of compliance with goals for subcontracting to various small business concerns, and compared planned performance and actual performance by business category. AR 103.

The Past Performance/Experience evaluation sub-factors would be rated via an “Adjective Rating Symbology” which included the ratings “Exceptional,” “Very Good,” “Satisfactory,” “Marginal,” and “Unsatisfactory,” and set forth descriptions and qualities of each. AR 111-12. The agency twice amended the ratings, first to incorporate that offerors demonstrate an ability to produce items at the relevant quantities, as expressed in FAR Clause 52.216-19 “Order Limitations,” AR 116-118, and again to add language to the adjectival descriptions, AR 121— 22. For Portion 2, 19,950 ESAPIs per month was the relevant quantity production criterion. AR 92, 116-118. The relevant adjectival ratings to this protest are:

Very Good
Past Performance/Experienee-. Past performance (for quality of product/serviee, workmanship, delivery, and if an unrestricted acquisition, contractual socioeconomic subcontracting and mentoring goals) meets contractual requirements and exceeds some to the Government’s benefit. Contractual performance is accomplished with some minor problems for which corrective actions taken by the offeror were effective. The offeror has experience with items/services of a similar kind and complexity to the solicited items/services at quantities similar to the maximum monthly quantities set forth in Clause 52.216-19 on pg 35 of this solicitation. Experience is on commercial or government contracts.
An overall rating of this magnitude indicates an understanding of the technical requirements and an ability to provide an acceptable quality product/service with a very good probability of successful contract performance.
Satisfactory
Past Performance/Experience:

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
109 Fed. Cl. 561, 2013 WL 1064826, Counsel Stack Legal Research, https://law.counselstack.com/opinion/plasan-north-america-inc-v-united-states-uscfc-2013.