Rockwell International Corp. v. United States

31 Cont. Cas. Fed. 71,845, 4 Cl. Ct. 1, 1983 U.S. Claims LEXIS 1613
CourtUnited States Court of Claims
DecidedSeptember 29, 1983
DocketNo. 585-83C
StatusPublished
Cited by19 cases

This text of 31 Cont. Cas. Fed. 71,845 (Rockwell International Corp. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Rockwell International Corp. v. United States, 31 Cont. Cas. Fed. 71,845, 4 Cl. Ct. 1, 1983 U.S. Claims LEXIS 1613 (cc 1983).

Opinion

OPINION

MEROW, Judge:

This case comes before the court on plaintiff’s application for a temporary restraining order and a preliminary injunction, and defendants’ oppositions thereto. At issue in this matter is the validity of the decision by the Federal Emergency Management Agency (FEMA) that plaintiff’s proposal, seeking the award of a negotiated cost-plus-incentive-fee contract by FEMA, was not within the competitive range. Having been so excluded from this procurement, plaintiff seeks injunctive relief to preclude the award of the contract by FEMA pending a determination of the validity of the competitive range decision. Following an initial hearing on September 21, 1983, it was determined to order expedited discovery and [2]*2to schedule an evidentiary hearing encompassing preliminary injunction matters. This hearing was held on September 26-27, at which time the testimony of five witnesses was received and 25 exhibits were received in evidence.

Background

Beginning in 1980, FEMA began development work on a program designed to meet governmental communication needs in emergency situations such as natural disaster or nuclear attack. A consulting firm, Computer Services Corporation, was retained to assist FEMA in drafting the required procurement specifications for this program and in evaluating the proposals to be obtained from prospective contractors. The specifications for this Direction, Control and Warning Communications System (DCWCS), as issued under FEMA Request for Proposals (RFP) No. EMW-R-1107, dated January 21, 1983, are most extensive and complex. The specifications are set forth in 12. substantial volumes of documents.

RFP No. EMW-R-1107 contemplated negotiated procurement in accordance with the Federal Procurement Regulations and FEMA Procurement Regulations. Proposals were requested in two parts. Part 1 was to contain the technical and management proposal. Part II was to contain cost and pricing data. The RFP set forth the criteria for evaluation of proposals by FEMA. Under the criteria, technical considerations were of prime importance to FEMA in that they were to be evaluated first and the point system to be utilized provided 550 points for technical, 250 points for management, 100 points for facilities and 100 points for schedule. The RFP contained the sentence, “Since the technical criterion is considered of greater importance, the Government reserves the right to award a contract to other than the low offeror.”

FEMA was interested in obtaining an innovative, modern and proven communication system employing commercial “state-of-the-art” technology, and the specifications so informed the offerors.

Some 27 firms obtained RFP No. EMW-R-1107. In March of 1983 proposals were received from four firms. FEMA established a Source Evaluation Board (SEB) of eight members to determine, among other items, “which proposals are in the competitive range * * For the initial technical evaluation, in May of 1983 SEB members individually rated numerous specific sub-factors on a scale as follows: 5 — superior; 4 — excellent; 3 — good; 2 — fair; 1 — marginal; 0 — unacceptable. After completing their individual ratings, SEB members conferred and reached a “consensus” rating on the same scale for each sub-factor.

Following the initial evaluation, the chairman, SEB, furnished the contracting officer a report stating that “no proposal is complete or technically compliant to the specifications of the DCWCS.” The report further noted that, on the order of merit, plaintiff was ranked second and that its proposal was “deemed technically unacceptable with the capability to be made acceptable should major modifications be made to specific subsections.” It was recommended that plaintiff “be offered an opportunity for clarification * * *.”

By a letter dated June 10, 1983 from the FEMA contracting officer to Rockwell International, Collins Communications Systems Division, plaintiff was notified that a preliminary evaluation of its technical proposal on RFP No. EMW-R-1107 had been completed and that “In order to complete the evaluation, written responses to the enclosed questions must be submitted to this office no later than 3:00 p.m., local time on 27 Jun 1983.” The letter noted that “If, as a result of any question raised, you feel that parts of either your technical and/or cost proposal should be changed, you are to submit a revised proposal.” Although FEMA’s initial evaluation had produced concern over a limited number of specific items in plaintiff’s proposal, and specific questions as to these items had been prepared for internal FEMA use, the 11 questions submitted to plaintiff with this June 10, [3]*31983 letter were very general in nature. Testimony presented in this matter explained this practice as considered by FEMA to be necessary to avoid “technical leveling,” i.e., providing one offeror with information as to specific desired items or approaches to the detriment of another offeror who may have initially proposed such an item or an innovative and desirable approach.

Following the receipt of plaintiff’s explanations, the SEB met on June 28-July 1, 1983 to evaluate the additional information provided. The same procedure of individual evaluation and then a consensus evaluation of the subfactors was followed. The SEB found plaintiff’s proposal to be unacceptable due to the need for major modifications.

By a letter dated August 2,1983 plaintiff was notified by FEMA as follows (in part):

We regret to inform you that your proposal has been determined to be outside the competitive range due to deficiencies which are considered to be of such magnitude as to require a restudy of your approach and to undertake a major rewrite of your proposal. Therefore, the proposal has been removed from further consideration. Additional information regarding this procurement is not available at this time, however, you will be notified as to the final selection.

As a result of this evaluation process by FEMA, only one offeror remained in the competitive range and FEMA then proceeded to negotiate with this remaining firm and is now prepared to award the DCWCS system contract to this firm.

The record evidence indicates that the DCWCS contract, with renewable options, can extend over a 9-year period and produce revenues of some $400 million. Estimates of required contractor expenditures under the contract in the first several months range from $10 million to $50 million. Plaintiff estimates that it has expended over $1 million in the preparation of the proposal which it submitted in this matter. There are presently available some $40 million in fiscal year 1983 appropriated funds to be obligated by any award of the contract prior to October 1, 1983.

Discussion

The issue before the court is the finality of FEMA’s decision that plaintiff’s RFP No. EMW-R-1107 proposal is outside the competitive range. The test for judicial review of such pre-award contract claim issues is whether the procurement officials had a rational or reasonable basis for this action. M. Steinthal & Co. v. Seamans, 455 F.2d 1289, 1301 (D.C.Cir.1971); Baird Corp. v. United States, 1 Cl.Ct. 662, 664 (1983). The General Accounting Office applies the same standard in reviewing competitive range procurement decisions. Alanthus Data Communications Corp., 83-1 CPD ¶ 147.

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

Related

Rivada Mercury, LLC v. United States
131 Fed. Cl. 663 (Federal Claims, 2017)
USfalcon, Inc. v. United States
92 Fed. Cl. 436 (Federal Claims, 2010)
Avtel Services, Inc. v. Unites States
70 Fed. Cl. 173 (Federal Claims, 2005)
Gentex Corp. v. United States
58 Fed. Cl. 634 (Federal Claims, 2003)
CSE Construction Co. v. United States
58 Fed. Cl. 230 (Federal Claims, 2003)
Vantage Associates, Inc. v. United States
59 Fed. Cl. 1 (Federal Claims, 2003)
Computer Sciences Corp. v. United States
51 Fed. Cl. 297 (Federal Claims, 2001)
Synetics, Inc. v. United States
45 Fed. Cl. 1 (Federal Claims, 1999)
Pikes Peak Family Housing, LLC v. United States
42 Cont. Cas. Fed. 77,280 (Federal Claims, 1998)
Aero Corp., S.A. v. United States
41 Cont. Cas. Fed. 77,144 (Federal Claims, 1997)
Cincom Systems, Inc. v. United States
41 Cont. Cas. Fed. 77,078 (Federal Claims, 1997)
Croman Corp. v. United States
39 Cont. Cas. Fed. 76,698 (Federal Claims, 1994)
CACI Field Services, Inc. v. United States
34 Cont. Cas. Fed. 75,410 (Court of Claims, 1987)
M.W. Kellogg Co./Siciliana Appalti Costruzioni, S.p.A. v. United States
33 Cont. Cas. Fed. 74,380 (Court of Claims, 1986)
Rockwell International Corp. v. United States
33 Cont. Cas. Fed. 73,832 (Court of Claims, 1985)
Aviation Enterprises, Inc. v. United States
32 Cont. Cas. Fed. 73,403 (Court of Claims, 1985)

Cite This Page — Counsel Stack

Bluebook (online)
31 Cont. Cas. Fed. 71,845, 4 Cl. Ct. 1, 1983 U.S. Claims LEXIS 1613, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rockwell-international-corp-v-united-states-cc-1983.