Rocky Mountain Mobile Medical v. United States

CourtUnited States Court of Federal Claims
DecidedApril 6, 2021
Docket20-1936
StatusPublished

This text of Rocky Mountain Mobile Medical v. United States (Rocky Mountain Mobile Medical 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
Rocky Mountain Mobile Medical v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-1936C (Filed: March 18, 2021) (Re-Filed: April 6, 2021) 1

*********************

ROCKY MOUNTAIN MOBILE MEDICAL,

Plaintiff,

v. Bid protest; pre-award bid THE UNITED STATES, protest; FAR 13.106-3(a) (2008); exchanges; best value Defendant, determination. and

MEDEXPRESS AMBULANCE SERVICES, INC.,

Intervenor.

**********************

Shaun C. Kennedy, Denver, CO, for plaintiff, with whom was Thomas A. Morales and Hannah E. Armentrout, of counsel.

Geoffrey M. Long, Trial Attorney, United States Department of Justice, Civil Division, with whom were Brian M. Boynton, Acting Assistant Attorney General, Robert E. Kirschman, Jr., Director, and Douglas K. Mickle, Assistant Director, for defendant. Maj. Laura B. Bauza, United States Air Force, of counsel.

Bradley L. Drell, Alexandria, LA, for intervenor.

1 This opinion was originally issued under seal in order to afford the parties an opportunity to propose redactions of protected material. The parties filed a joint document with proposed redactions on April 1, 2021 (ECF No. 49). We thus reissue this opinion with the proposed redactions. OPINION

BRUGGINK, Judge.

In this post-award bid protest, Rocky Mountain Mobile Medical (“RMMM”), alleges that the U.S. Department of the Air Force, U.S. Space Force (the “Air Force”) failed to conduct a fair and rational evaluation of each offeror’s quotation in accordance with the solicitation and the Federal Acquisition Regulation (“FAR”), resulting in a flawed contract award decision. Plaintiff filed a motion for judgment on the administrative record on January 22, 2021. Plaintiff seeks a permanent injunction preventing the agency and intervenor, MedExpress Ambulance Services, Inc. (“MedExpress”) from commencing performance on the contract, requiring the agency to conduct a reevaluation of quotations in accordance with the solicitation, and requiring the agency to create a new award determination. The government and intervenor filed their respective responses and the government also filed a cross-motion for judgment on the administrative record, all of which are fully briefed.

Oral argument was held on March 12, 2021. Because the agency properly documented its decision and its analysis was reasonable, we grant defendant’s motion for judgment on the administrative record and deny plaintiff’s motion.

BACKGROUND 2

On May 8, 2020, the Air Force issued a solicitation seeking quotations from contractors to perform ambulance services at two military installations in Colorado Springs, Colorado, Peterson Air Force Base (“PAFB”) and Schriever Air Force Base (“SAFB”). The contract was for a twelve-month base year and four twelve-month option years, including a pre-priced 6- month extension of services. The agency set aside the solicitation as “100% For Small Business.” Solicitation, AR 43 (ECF No. 34 at 43).

According to the representations made by the parties during the status conference held on December 23, 2020, it is apparent that plaintiff formerly served as the incumbent on the SAFB military installation contract. Following the agency’s award of this contract to MedExpress and plaintiff’s subsequent GAO protest, however, the agency elected to utilize a third-party bridge contract to service that base during the pendency of this protest.

2 The facts in the background are derived from the administrative record (ECF No. 34).

2 Additionally, the second location, the PAFB military installation contract, is currently being serviced by another contractor.

The solicitation stated that the agency would select the quote providing the best value to the government considering technical capability, past performance, and price. The solicitation also allowed the government to perform a tradeoff between past performance and price, if it determined that to be justifiable and if it would result in providing the best value to the government. AR 256.

The Air Force indicated in the solicitation that this would be “a competitive selection conducted in accordance with [FAR] 13.106-2(b)(3).” AR 258. There was no indication in the solicitation that FAR Part 15 procedures would be used. Though not included in the solicitation, the Air Force checked boxes in the streamlined acquisition strategy summary (“SASS”) indicating that it would use the procedures of FAR Part 13 entitled, “Simplified Acquisition Procedures (“SAP”),” but did not check the box that would indicate that it was using FAR 15 procedures. AR 458. In the SASS, the agency gave its reasoning for selecting FAR 13 procedures and stated that because the “acquisition is less than $7M,” it would be able to utilize the SAP described in FAR Part 13. AR 458. Although, as plaintiff points out, the solicitation notified bidders that “exchanges” might be “conducted with one, some, or all offerors,” the term exchanges does not appear in FAR Part 13, but it does appear in FAR Part 15. AR 258.

Offerors were required to submit proposals in three separate volumes—technical capability, past performance, and price. The evaluation was based upon the ratings of these three factors. Technical capability was evaluated on a pass/fail basis. It was comprised of two subfactors, staffing and response time. To receive a “pass” rating for the technical capability factor, both of its subfactors had to receive a “pass” rating. If a proposal received a “fail” rating for either subfactor, then the proposal was not considered for award. A proposal’s technical capability had to receive a “pass” rating to proceed to the past performance and price evaluation. This volume was not to exceed six pages double-spaced, excluding a table depicting the staffing plan.

Past performance was assessed on an overall performance confidence rating including “substantial confidence,” “satisfactory confidence,” “neutral confidence,” “limited confidence,” or “no confidence.” AR 257. The solicitation required offerors to submit two recent past performance reference citations. For each past performance reference citation, the agency assigned recency, relevancy and quality ratings. The solicitation defined recency as

3 “work completed or ongoing during the 3 years prior to the solicitation issuance of 08 May 2020.” AR 255. After evaluating the recency of a past performance, the agency would then assign a “recent” or “not recent” rating. If a past performance reference received a “not recent” rating, then it would not be evaluated for relevancy or quality, and the reference would not receive an overall performance confidence rating.

The solicitation defined relevancy “as a present or past performance effort involving similar scope, magnitude, and complexity of effort as this solicitation.” AR 256. If a past performance reference received a “not relevant” rating, then the evaluation process was to end at that point, and the reference would not be evaluated for quality or given an overall performance confidence rating.

The quality assessment was based upon past performance reference citations, the quality assessment definitions listed in table one of the solicitation, and information independently obtained by the Contracting Officer (“CO”). The agency then assigned an overall performance confidence rating based upon the definitions listed on Table two of the solicitation. AR 257.

Price was evaluated in accordance with FAR 13.106-3(a) (2008), after the technical and past performance evaluations, to determine if the proposed price was reasonable and balanced. The solicitation required offerors to submit a firm-fixed price quote and detailed pricing data specifying the unit price and the extended amount for each contract line item number.

A. Evaluation

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

Related

Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Dubinsky v. United States
43 Cont. Cas. Fed. 77,447 (Federal Claims, 1999)
Career Training Concepts, Inc. v. United States
83 Fed. Cl. 215 (Federal Claims, 2008)
Linc Government Services, LLC v. United States
96 Fed. Cl. 672 (Federal Claims, 2010)

Cite This Page — Counsel Stack

Bluebook (online)
Rocky Mountain Mobile Medical v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rocky-mountain-mobile-medical-v-united-states-uscfc-2021.