R.A. Glancy & Sons, Inc. v. United States, Department of Veterans Affairs

180 F.3d 553, 1999 U.S. App. LEXIS 13871, 1999 WL 424363
CourtCourt of Appeals for the Third Circuit
DecidedJune 24, 1999
Docket99-3188
StatusUnknown
Cited by1 cases

This text of 180 F.3d 553 (R.A. Glancy & Sons, Inc. v. United States, Department of Veterans Affairs) is published on Counsel Stack Legal Research, covering Court of Appeals for the Third Circuit primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
R.A. Glancy & Sons, Inc. v. United States, Department of Veterans Affairs, 180 F.3d 553, 1999 U.S. App. LEXIS 13871, 1999 WL 424363 (3d Cir. 1999).

Opinion

OPINION OF THE COURT

ALITO, Circuit Judge:

R.A. Glancy & Sons, Inc. (“Glancy”), a losing bidder for a government contract, appeals the District Court’s denial of a request for preliminary injunctive relief. That request sought an order enjoining the successful bidder from working on the project and reinstating Glancy’s putatively successful bid. Because Glancy did not establish that it was likely to succeed on the merits or that the balance of equities favored the issuance of a preliminary injunction, we affirm the District Court’s decision.

I.

On June 1, 1998, the Department of Veterans Affairs (“VA”) issued an invitation for bids (“IFB”) to renovate the VA *555 Medical Center in Pittsburgh. The IFB asked for bids on:

ITEM I: GENERAL CONSTRUCTION
ITEM II: ASBESTOS ABATEMENT
ALTERNATE NO. 1
ALTERNATE NO. 2
ALTERNATE NO. 3
UNIT PRICE OF MINE GROUTING

(J.A. 190a). The three alternates under Item II were listed as minor additions to or deletions from the IFB’s asbestos abatement requirements. (J.A. 193-94). The IFB’s performance requirements, set forth in § 01010 of the IFB, elaborated on the work to be performed:

ITEM I. GENERAL CONSTRUCTION: Work includes general new construction, alterations, walks, grading, paving, drainage, mechanical and electrical work, elevators, necessary removal of existing structures and construction and certain other items.
ITEM II. ASBESTOS ABATEMENT: Work includes abatement of asbestos in the area of the work as well as in other selected areas, including the work described in ALTERNATE 2 below.

(J.A. 193). Alternate 2 requested a breakout price for remediating asbestos-containing floor tiles on the third floor of the building. The IFB form provided separate lines for each bid item and each alternate line; it contained no explicit indication that Item II was a subset of Item I. (J.A. 188).

On July 1, 1998, the VA issued a clarifying amendment to the IFB, which read:

Although the VA has asked for the price of the Asbestos Abatement work to be listed separately (ITEM II — ASBESTOS ABATEMENT under item 10 of SF 1442) on the bid form, all asbestos abatement work is included in a single prime contract that will be the responsibility of the General Contractor.

(J.A. 202).

The VA unsealed the bids on July 15, 1998. The VA determined the lowest bidder by aggregating the bids for Items I & II to reach a total cost for the project. Pursuant to this calculation, Poerio Inc. (“Poerio”), the Appellee, was the lowest bidder, with a bid of $11,401,500. Glancy was the sixth lowest bidder.

Glancy and another bidder, the Massaro Company (“Massaro”), informed the VA that they had understood the IFB to have required that total costs be included in Item I. According to that understanding, both Glancy and Massaro contended that the figure for Item I included the costs of Item II and that Item II was merely a break-out of Item I. (J.A. 213-14). Even under this understanding of the IFB, however, Glancy was the second lowest bidder after Massaro.

Pursuant to Massaro and Glancy’s protest, the VA examined the bidding materials, noted that the IFB did not contain customary language indicating that the contract would be awarded based on the aggregate of all bid items, and determined that the IFB was ambiguous. (J.A. 261-62). Based on this conclusion, the VA decided to open a second round of bidding. Massaro, the lowest bidder according to its interpretation of the IFB, and Poerio, the lowest bidder according to its interpretation of the IFB, each filed a protest with the Comptroller General under the Competition in Contracting Act, 31 U.S.C. §§ 3551-56 (1994), contending that the IFB unambiguously supported their interpretation. The VA submitted briefing in defense of its position that the IFB was ambiguous and therefore should have been canceled. (J.A. 163-68). The VA admitted that the “only interpretation of the [IFB] together with [its specifications] at the time the solicitation was issued, was that each bid item was to be priced separately.” (J.A. 166). -The VA contended, however, that “the addition of the clarifica *556 tion language in Amendment No. 2 created an ambiguity that can be interpreted in two ways. It can be interpreted to require, as Poerio did, that bids be presented separately for general construction (Bid Item I) and for asbestos abatement (Bid Item II) or it can be interpreted to require, as did both Massaro and Glancy, that Bid Item I contain the bid for all work including asbestos.” (J.A. 166).

While the protest was pending before the Comptroller General, the VA conducted a second round of bidding, and in this round Glancy was the lowest bidder. (J.A. 197). Because the protest was pending, however, the VA did not award the contract to Glancy.

The Comptroller General ultimately sustained Poerio’s interpretation of the IFB as the only reasonable one and rejected the VA’s assertion that the IFB was ambiguous. The Comptroller General stated:

First, the cover page of the solicitation (Standard Form 1442) identifies two separate bid items for the acquisition, “general construction” and “asbestos abatement.” Each of the two bid items is identified on that page as a freestanding item for acquisition by the agency — specifically, there is no indication that one of the two identified bid items is encompassed by the other. Second, the IFB’s performance requirements ... expressly define “general construction” and “asbestos abatement” as distinct, separable work efforts; again, each bid item description follows the separate title and item number associated with each of the two separate work categories. The stated item I (general construction) simply does not encompass the separately stated item II specialized work requirements in the area of asbestos abatement. Third, the bid schedule itself clearly separates the two bid items: there is one space for the bidder’s price for the general construction work, and a separate space for the price for the asbestos abatement work. Finally amendment No. 2 that one prime contract would be awarded, to include both the item I and item II work requirements, simply does not provide any reasonable basis for a bidder to conclude that its item II price should be included in its item I price.

(Comptroller General Op. at 4). After noting that bidders who perceived an ambiguity should have requested a clarification from the VA before submitting their bids, the Comptroller General concluded that the VA lacked a compelling reason for cancelling the first solicitation, and the Comptroller General recommended that Poerio be granted the contract pursuant to the first solicitation. (Id. at 5). After receiving the Comptroller General’s opinion, the VA informed the bidders that it was reactivating the first round of bidding, and it then awarded the contract to Poerio.

Glancy brought this action in the District Court.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
180 F.3d 553, 1999 U.S. App. LEXIS 13871, 1999 WL 424363, Counsel Stack Legal Research, https://law.counselstack.com/opinion/ra-glancy-sons-inc-v-united-states-department-of-veterans-affairs-ca3-1999.