Prosecure, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 5, 2021
Docket20-724
StatusPublished

This text of Prosecure, LLC v. United States (Prosecure, LLC 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
Prosecure, LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 20-724C Filed Under Seal: November 23, 2020 Reissued: January 5, 2021*

) PROSECURE, LLC, ) ) Plaintiff, ) ) v. ) Post-Award Bid Protest; Judgment Upon ) the Administrative Record; RCFC 52.1; THE UNITED STATES, ) Best Value Determination; Injunctive ) Relief. Defendant, ) ) v. ) ) CDA INCORPORATED, d/b/a, ) MAXSENT, ) ) Defendant-Intervenor. ) )

Adam K. Lasky, Counsel of Record, Oles Morrison Rinker & Baker LLP, Seattle, WA, for plaintiff.

Alison Schilling Vicks, Trial Counsel, Deborah Bynum, Assistant Director, Robert E. Kirschman, Jr., Director, Ethan P. Davis, Acting Assistant Attorney General, Commercial Litigation Branch, Civil Division, United States Department of Justice, Washington, DC; Denise McLane, Of Counsel, Department of Homeland Security, for defendant.

Meghan F. Leemon, Counsel of Record, Peter B. Ford, Patrick T. Rothwell, Timothy F. Valley, Of Counsel, PilieroMazza PLLC, Washington, DC, for defendant-intervenor.

* This Memorandum Opinion and Order was originally filed under seal on November 23, 2020. ECF No. 36. The parties were given an opportunity to advise the Court of their views with respect to what information, if any, should be redacted from the Memorandum Opinion and Order. Defendant-Intervenor filed a joint status report on behalf of the parties on December 21, 2020, proposing certain redactions which the Court has adopted. ECF No. 38. And so, the Court is reissuing its Memorandum Opinion and Order, dated November 23, 2020, with the agreed-upon redactions indicated by three consecutive asterisks within brackets ([* * *]). MEMORANDUM OPINION AND ORDER

GRIGGSBY, Judge

I. INTRODUCTION

Plaintiff, ProSecure, LLC (“ProSecure”), brings this post-award bid protest action challenging the Department of Homeland Security, Federal Protective Service’s (“FPS”) decision to award a contract for protective security officer services to CDA, Inc. dba MaxSent (“MaxSent”). The parties have filed cross-motions for judgment upon the administrative record, pursuant to Rule 52.1 of the Rules of the United States Court of Federal Claims (“RCFC”). See generally Pl. Mot.; Def. Mot.; Def.-Int. Mot. For the reasons discussed below, the Court: (1) DENIES ProSecure’s motion for judgment upon the administrative record; (2) GRANTS the government’s cross-motion for judgment upon the administrative record; (3) GRANTS MaxSent’s cross-motion for judgment upon the administrative record; and (4) DISMISSES the complaint.

II. FACTUAL AND PROCEDURAL BACKGROUND1

A. Factual Background

This post-award bid protest dispute involves a challenge to the FPS’s decision to award a contract to provide protective security officer (“PSO”) services at certain government facilities located in the state of Alaska (the “Alaska Contract”). Compl. at ¶ 1. Plaintiff, ProSecure, is a service-disabled, veteran-owned business joint venture under the United States Small Business Administration’s All Small Mentor-Protégé Program. Id. at ¶ 4. The joint venture consists of two partners—Meritus Solutions Group, LLC (“Meritus”) and American Eagle Protection Services Corporation (“AEPS”). Id.

On April 1, 2019, the FPS issued Request for Proposals No. 70RFPW19RWA000003 (the “RFP”) for PSO services to be provided throughout the state of Alaska. AR Tab 11 at 130. The RFP is a total small-business set-aside in accordance with Federal Acquisition Regulations

1 The facts recited in this Memorandum Opinion and Order are taken from the administrative record (“AR”); ProSecure’s motion for judgment upon the administrative record (“Pl. Mot.”); and the government’s and MaxSent’s cross-motions` for judgment upon the administrative record (“Def. Mot.; Def.-Int. Mot.”). Except where otherwise noted, the facts cited herein are undisputed.

2 (“FAR”) Part 12 and a best-value procurement, pursuant to FAR Part 15. AR Tab 14.1 at 2207; AR Tab 25 at 1157.

Under the terms of the RFP, the FPS would evaluate responsive proposals under two technical evaluation factors: (1) relevant past performance and (2) management approach, with past performance being more important than management approach. AR Tab 11(a) at 576; AR Tab 25 at 1157. The FPS’s evaluation of the aforementioned two technical factors was to be conducted by a technical evaluation team (“TET”) and documented in a technical evaluation team report (“TET Report”). AR Tab 14.1 at 2207-09; see generally AR Tab 25. In addition, the RFP provides that each offeror would receive one of five adjectival ratings for each technical factor, including:

Adjectival Rating Description Description Proposal meets and exceeds the requirements for an acceptable rating; a high probability of success in contract performance is demonstrated through some or all of the following: (1) the proposal exceeds the solicitation Highly Acceptable requirements; (2) the proposal offers innovations and/or creative approaches that are beneficial to the Government; (3) the proposal demonstrates a superior understanding of the solicitation requirements and/or; (4) the level of performance risk associated with the proposal is substantially less than the level expected from a competent Contractor. Proposal meets all the requirements of the solicitation with no deficiencies or affirmative exceptions to the solicitation requirements. A good probability of success in contract performance is demonstrated as follows: (1) the proposal Acceptable reflects a satisfactory understanding of the solicitation requirements; and (2) the level of performance risk associated with the proposal is no more than the level expected from a competent Contractor.

(A “deficiency” is a material failure of a proposal to meet a solicitation requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. A “significant weakness” in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.)

3 AR Tab 14.1 at 2218-19. With regards to the RFP’s relevant past performance factor, the RFP provides that offerors may submit up to three reference contracts (“Reference Contract”) to demonstrate relevant past performance. AR Tab 11(a) at 579. The RFP also provides that:

The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the [g]overnment . . . . The [g]overnment will consider the quality of an offeror’s past performance. This consideration is separate and distinct from the Contracting Officer’s responsibility determination.

Id. at 576.

In addition, the RFP provides that:

The assessment of the offeror’s relevant past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. In determining the rating for the past performance evaluation factor, the [g]overnment will give greater consideration to the contracts which the [g]overnment feels are most relevant to the RFP.

Id. at 576-77. Offerors could also submit past performance questionnaires for each of their Reference Contracts. Id. at 579. And so, the TET reviewed the past performance references submitted by each offeror, and conducted its own search of the Past Performance Information Retrieval System (“PPIRS”) and the Contract Performance Assessment Reports (“CPARS”) databases, to evaluate past performance. AR Tab 11(a) at 579; AR Tab 25 at 1158.

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

Related

Citizens to Preserve Overton Park, Inc. v. Volpe
401 U.S. 402 (Supreme Court, 1971)
Califano v. Sanders
430 U.S. 99 (Supreme Court, 1977)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Phoenix Management, Inc. v. United States
125 Fed. Cl. 170 (Federal Claims, 2016)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Cincom Systems, Inc. v. United States
41 Cont. Cas. Fed. 77,114 (Federal Claims, 1997)
Argencord Mach. & Equip., Inc. v. United States
68 Fed. Cl. 167 (Federal Claims, 2005)
A & D Fire Protection, Inc. v. United States
72 Fed. Cl. 126 (Federal Claims, 2006)

Cite This Page — Counsel Stack

Bluebook (online)
Prosecure, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/prosecure-llc-v-united-states-uscfc-2021.