Professional Service Industries, Inc. v. United States

129 Fed. Cl. 190, 2016 U.S. Claims LEXIS 1731, 2016 WL 6700846
CourtUnited States Court of Federal Claims
DecidedOctober 31, 2016
Docket16-1038C
StatusPublished
Cited by11 cases

This text of 129 Fed. Cl. 190 (Professional Service Industries, 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
Professional Service Industries, Inc. v. United States, 129 Fed. Cl. 190, 2016 U.S. Claims LEXIS 1731, 2016 WL 6700846 (uscfc 2016).

Opinion

Keywords: Tucker Act; Bid Protest; Corrective Action; Agency Discretion; Reasonable Under the Circumstances.

OPINION AND ORDER

KAPLAN, Judge.

In a bid protest filed with the Government Accountability Office (GAO), the plaintiff in this case, Professional Service Industries, Inc. (PSI), successfully challenged the decision of the Federal Highway Administration (FHWA) to award a contract to the defendant-intervenor, Genex Systems, LLC (Ge-nex). As. described.in greater detail below, the contract involved the performance of on- *194 site and off-site engineering and technical services to support research activities at an FHWA structural testing facility. GAO agreed with PSI that the proposal submitted by Genex in response to the solicitation was not in compliance with technical evaluation criteria requiring that the Program Manager (PM), who would be responsible for overseeing the contract, possess certain management experience.

In its complaint before this Court, PSI challenges the corrective action that FHWA took in the wake of GAO’s decision. PSI alleges that it was arbitrary, capricious, an abuse of discretion, and contrary to law for FHWA to amend the solicitation to change the duties and required qualifications for the PM and to re-solicit proposals, rather than conducting a re-evaluation of the proposals under the un-amended solicitation’s criteria.

Now before the Court are the parties’ cross-motions for judgment on the administrative record. For the reasons set forth below, PSI’s motion for judgment on the administrative record is GRANTED, and the government’s and Genex’s cross-motions are DENIED. Further, the government is enjoined from using the amended solicitation criteria to determine the contract award.

BACKGROUND

I. The Initial Solicitation

PSI is a corporation with its principal place of business in Illinois. Compl. ¶ 13. It is the incumbent contractor providing laboratory support services for the structures research laboratories at FHWA’s Turner-Fairbanks Highway Research Center (TFHRC). See Compl. ¶¶ 1, 3,13. 1 On June 15, 2015, FHWA issued Solicitation No. DTFH61-15-R-00023, seeking proposals for a new contract to supply such services. Compl. ¶ 3; see also AR Tab 9 at 43 (acquisition plan). The solicitation was for a five-year Indefinite Delivery/Indefinite Quantity contract with a minimum order value of $50,000 and a contract ceiling of $18,000,000. AR Tab 17 at 83,102.

Pursuant to the solicitation, FHWA would evaluate proposals by assessing price and non-price factors to determine the best value to the government. Id. at 152. The evaluation consisted of technical, past performance, and cost/price factors. Id. at 152-53. The technical factor was designated more important than past performance, and together those two factors were approximately equal to price. Id. at 153. Additionally, there was a small business subcontracting plan evaluation factor, but it was not weighted. H.

The solicitation included staffing requirements, most pertinently those governing the PM position, which was the only position included in the category of “Key Personnel.” Id. at 83-84, 135-36. The PM’s duties were specified in section B.4.1 of the solicitation. Id. at 83-84. It stated as follows:

The PM shall be responsible for oversight of all work under this contract. The PM shall assure that the requirements of the contract are met and shall be responsible for all aspects of contract performance. The PM shall be responsible for determining staffing needs, providing and supervising personnel, and determining man-hour and hard cost requirements of all task orders under this contract. The [PM] shall serve as the primary point of contact for the Contracting Officer’s Representative (COR) and shall be responsible for responding to any task orders and technical directives and for the submission of progress reports. The [PM] shall be responsive to the government’s need for excellent communication and quality customer service. The PM shall also be responsible for the preparation of all reports, papers, and presentations produced under this contract. The PM is not required to work on-site at TFHRC and may delegate on-site management of personnel and report preparation to a Metals Research Engineer or Concrete Research Engineer. Ultimately, *195 the [PM] appointed by the Contractor shall be responsible for all contractor personnel issues including ensuring appropriate staffing levels and effort, performance appraisals, time and attendance, disciplinary actions, and quality of work.

Id

The solicitation also listed the required qualifications for proposed PMs:

The PM shall have, at a minimum, a Master’s degree in Civil/Structural. In addition to the program management, the [PM] shall demonstrate knowledge in at least one of the following[ ]: 1) Concrete Structures; 2) Concrete Materials; 3) Steel Structures; or 4) Bridge Engineering. The PM shall have demonstrated experience managing structural testing facilities and directing a diverse team of researchers and technicians.

Id. at 84.

Offerors were required to submit detailed resumes for their proposed PMs, to include their academic background, technical qualifications, project management experience, subject matter expertise, relevant project level experience, and professional affiliations, licenses, designations, or national committee appointments. See id. at 145-46. Section B of the solicitation specified that the contractor would be required to “provide staff with the stated minimum qualifications, [or] else provide the necessary training.” Id. at 90 (emphasis in original omitted).

II. The Proposals

FHWA received two proposals, one from PSI and one from Genex. Compl. ¶ 35; see also AR Tabs 24-26. In its proposal, PSI designated its incumbent PM, [...], as the proposed PM for the new solicitation. AR Tab 24 at 214. [... ] had served as PSI’s PM at the facility for more than sixteen years. Id.

Genex put forth [...] as its proposed PM. Id. Tab 26 at 365. [...] was then serving with PSI as a “lead engineer” at the TFHRC, with duties that included “coordinating efforts of peer engineers and training] and supervis[ing] technicians in performance testing and other project-related duties.” See id. at 382. Genex’s proposal also stated that [...] had “[developed project plans for engineering research [and] developed cost estimates [and] project schedules” and that he “oversaw the procurement of materials and equipment required to conduct research projects.” Id In its “Master Staffing Matrix,” Genex did not list any supervisory or personnel-related experience or credentials for [... ]. See id. at 376. 2

III. The Technical Evaluation and Initial Award

FHWA assigned a Technical Evaluation Team (TET) to review the proposals. The TET was composed of three members: Fas-sil Beshah, its chair, Benjamin Graybeal, and Justin Ocel. Id. Tab 27 at 388.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
129 Fed. Cl. 190, 2016 U.S. Claims LEXIS 1731, 2016 WL 6700846, Counsel Stack Legal Research, https://law.counselstack.com/opinion/professional-service-industries-inc-v-united-states-uscfc-2016.