Rudolph F. Matzer & Associates, Inc. v. Warner

348 F. Supp. 991, 1972 U.S. Dist. LEXIS 11666
CourtDistrict Court, M.D. Florida
DecidedOctober 6, 1972
DocketCiv. 72-568
StatusPublished
Cited by7 cases

This text of 348 F. Supp. 991 (Rudolph F. Matzer & Associates, Inc. v. Warner) is published on Counsel Stack Legal Research, covering District Court, M.D. Florida primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Rudolph F. Matzer & Associates, Inc. v. Warner, 348 F. Supp. 991, 1972 U.S. Dist. LEXIS 11666 (M.D. Fla. 1972).

Opinion

OPINION

WILLIAM A. McRAE, Jr., Chief Judge.

Plaintiff, Rudolph F. Matzer & Associates, Inc. (Matzer), brought this action seeking a declaration that the United States Navy acted arbitrarily in awarding certain contracts to Comprehensive Designers, Inc. (CDI) and Stanwick Corporation (Stanwick), and praying for appropriate injunctive relief. The contracts in issue are for the performance of marine architectural services. They are the end product of the procurement process initiated by the Navy in its Solicitation No. N00612-72-R-0204, and were awarded on July 24, 1972. Eight concerns, among them plaintiff and defendants CDI and Stanwick, submitted gffers in response to this solicitation. It is the method by which the Navy evaluated these offers that plaintiff alleges to have been arbitrary, capricious and without rational basis.

At hearings held in this case on September 14 and 15, 1972, the respective parties agreed that final disposition of this case would be appropriate without *993 further judicial proceedings. 65(a)(2), Fed.R.Civ.P. See Rule

FINDINGS OF FACT

1. In its Solicitation No. N00612-72R-0204, the Navy requested offers to perform naval architectural services under an indefinite quantity labor hour contract. Although the amount of work arbitrarily chosen for purposes of comparing the offers was 24,000 man hours, the Navy guaranteed only 500 man hours of work. An agent of the Navy informed CDI, but not Matzer, that, although only 500 man hours of work were guaranteed, the Navy actually needed at least 9 Ms man years of work performed.

2. After the Navy had received offers in response to its Solicitation No. N00612-72-R-0204, a representative of the Navy informed a representative of CDI who were its competitors for the contract.

3. Matzer is a Jacksonville based naval architect with eight full-time technically skilled employees.

4. CDI is an organization that furnishes a wide range of technical services in engineering and related fields. At its southeastern headquarters in Orlando, Florida, CDI employs eight persons full time in managerial and clerical positions. CDI keeps on file curricula vitae of a great many engineering and other personnel, most of whom are employed by other concerns. These persons are known in the trade as “job-shoppers” and CDI serves as a kind of broker for their services.

5. Pursuant to the request for proposals, Matzer, CDI and Stanwick submitted the per diem rate at which they would reimburse their respective employees for travel expenses. Matzer proposed a rate of $25.00. CDI proposed a rate of $10.00.

6. The contracting officer, on the basis of the per diem estimates, added $30,-000 ($10 for each 8 man hours) to CDI’s contract price and $75,000 ($25 for each 8 man hours) to Matzer’s contract price.

7. Pursuant to the request for proposals, Matzer submitted resumes of its eight full-time employees together with resumes of other persons under contractual obligation to perform services for the firm.

8. CDI submitted sixteen resumes including resumes of persons it did not employ but who had applied for employment during various times in the past few years. One of the persons whose resume was submitted was dead at the time CDI submitted the resume. Of the eight persons performing the present contract for CDI, only one was a person whose resume CDI submitted.

9. In evaluating the proposals submitted in response to Solicitation No. N00612-72-R-0204, the Navy contracting officer conscientiously followed procedures which, although not explicitly authorized by regulation or other formal rule, are regularly employed by the Navy at the Naval Supply Center in Charleston, South Carolina, for this purpose.

10. Under these procedures, the contracting officer evaluated the respective proposed prices by assigning point values, as follows: the lowest bidder received 100 points for price. The highest bidder received 1 point for price. The difference between the highest and lowest prices was divided by 98, which yielded a dollars-per-point figure. Intermediate bidders were assigned point values by subtracting their respective bid prices from the high bid price, and dividing each result by the dollars-per-point figure. This quotient plus one was the point value assigned to each intermediate bidder for price.

11. Under these procedures, the contracting officer further evaluated the respective proposals by assigning point *994 values for various attributes of the firms that submitted proposals, as follows:

Technical education and experience of key personnel 10 possible points
Experience in management of a marine design service facility of key personnel 15 possible points
Qualification and experience of engineering personnel 20 possible points
Qualification and experience of technicians and drafting staff 15 possible points
Volume of services firm has recently provided in this field 15 possible points
Scope of services firm has provided 15 possible points
Specified other factors 10 possible points

With the exception of the three categories last named, the contracting officer relied exclusively on the resumes accompanying the proposals in assigning point values.

12. After having assigned point values for price and for the other factors enumerated above, the contracting officer calculated the total for each proposal. CDI had the highest total and was awarded the contract.

13. On September 5, 1972, CDI began work under the contract and has partially completed the first project, pursuant to Task Order No. N62670-73-D0044. Halting work on this first project, at this point, would necessitate substantial duplication of effort.

CONCLUSIONS OF LAW

Standing

The leading case on standing in this class of cases is Scanwell Laboratories, Inc. v. Shaffer, 137 U.S.App.D.C. 371, 424 F.2d 859 (1970). In Scanwell, the Court reversed the decision of the District Court which had held that a disappointed bidder lacked standing to challenge the bid of a competitor as being unresponsive within the meaning of applicable regulations. 41 C.F.R. § 1-2.-404-2(a) (1969). The Court of Appeals held, further, that the “suit is not barred by considerations of sovereign immunity, administrative discretion, or failure to exhaust administrative remedies”. Scanwell Laboratories, Inc. v. Shaffer, supra at 876. The plaintiff in Scanwell had submitted the second lowest bid. The plaintiff in the present case did not have the second highest point score. This difference is irrelevant, however, on the theory of standing enunciated in Scan-well and adopted in the present case. In each case, the plaintiff has standing as a “private attorney general.” Neither plaintiff sought to redress “legal rights” within the meaning of Perkins v.

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

Related

Phoenix Management, Inc. v. United States
107 Fed. Cl. 58 (Federal Claims, 2012)
Ralvin Pacific Properties, Inc. v. United States
871 F. Supp. 468 (District of Columbia, 1994)
Vulcan Engineering Co. v. United States
35 Cont. Cas. Fed. 75,606 (Court of Claims, 1988)
Allis-Chalmers Corp. v. Friedkin
481 F. Supp. 1256 (M.D. Pennsylvania, 1980)
Keco Industries, Inc. v. United States
492 F.2d 1200 (Court of Claims, 1974)
Curtiss-Wright Corporation v. McLucas
364 F. Supp. 750 (D. New Jersey, 1973)

Cite This Page — Counsel Stack

Bluebook (online)
348 F. Supp. 991, 1972 U.S. Dist. LEXIS 11666, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rudolph-f-matzer-associates-inc-v-warner-flmd-1972.