Rush Construction, Inc v. United States

117 Fed. Cl. 85, 2014 WL 3507336
CourtUnited States Court of Federal Claims
DecidedJuly 15, 2014
Docket1:14-cv-00202
StatusPublished
Cited by15 cases

This text of 117 Fed. Cl. 85 (Rush Construction, Inc 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
Rush Construction, Inc v. United States, 117 Fed. Cl. 85, 2014 WL 3507336 (uscfc 2014).

Opinion

Post-Award Bid Protest; Cross-Motions for Judgment on the Administrative Record; Whether the GAO Decision was Rational.

OPINION AND ORDER

CAMPBELL-SMITH, Chief Judge

This is a post-award bid protest related to a contract for the repair of a lock and barge canal in Florida. The procuring agency is the United States Army Corps of Engineers Jacksonville District (agency, Corps or defendant). RUSH Construction, Inc. was the low bidder (RUSH or plaintiff), and C & D Construction, Inc. was the second lowest bidder (C & D or defendant-intervenor). RUSH’S bid schedule included a discrepancy *88 that the Contracting Officer waived as a minor informality under FAR 14.405. The agency then accepted RUSH’S bid as responsive and awarded it the contract.

C & D filed a bid protest with the United States Government Accountability Office (GAO), which GAO sustained on February 14, 2014. GAO recommended that the agency reject RUSH’S bid as nonresponsive and terminate the contract for the convenience of the government. The agency informed both RUSH and C & D that it would accept GAO’s recommendation, but it has delayed the termination of RUSH’S contract pending the outcome of this protest.

RUSH filed this bid protest on March 11, 2014, seeking a ruling that the agency’s determination to award the contract to C & D is arbitrary, capricious and contrary to law, and requesting a permanent injunction enjoining the agency from awarding the contract to C & D.

The parties filed cross-motions for judgment upon the administrative record under Rule 52.1 of the Rules of the United States Court of Federal Claims (RCFC). The motions have been fully briefed and are ripe, for decision. Oral argument was not deemed necessary by the court. For the reasons explained below, the court GRANTS plaintiffs motion for judgment on the administrative record (ECF No. 19); DENIES defendant’s cross-motion for judgment on the administrative record (ECF No. 21); and DENIES C & D’s cross-motion for judgment on the administrative record (ECF No. 20).

1. Background

A. Solicitation

The agency issued Solicitation No. W912EP-13-B-0007 (Solicitation) on August 2, 2013, requesting bids to repair a lock located in Canaveral Harbor, Brevard County, Florida. Tab 1, AR 2 1. Bidders were required to submit a bid for the repair of both the west wall (known as the base option) and the east wall (known as option A), but the agency reserved the right to award a contract for the base option only. Tab 1A, AR 13 (quoting FAR 52.217-5). As explained in the solicitation, the agency would evaluate bidders on the “aggregate” of their base and option A bids. Id. (quoting FAR 52.217-5).

According to the Contracting Officer, the purpose of the contract was “to provide a repair for the Canaveral Lock East and West timber approach walls to prevent failure and restore the walls to an operational condition.” Tab 21, AR 1022. As relevant to this protest, the work included the removal and replacement of the fenders that lined both the east and west walls of the lock (known as fender installation). Tab 1B, AR 207 (“Fiber-reinforced plastic fenders ... will be removed and either replaced or reinstalled as detail[ed] in the contract drawings.”).

Between August 19, 2013 and September 6, 2013, the agency issued five amendments to the solicitation. Tabs 2-6, AR 437-923. Amendment no. 5 is relevant to this protest.

In Amendment no. 5, the Corps made changes to the fender installation work, including changes to the bid schedule and accompanying notes, Tab 6, AR 901-03, the Summary of Work section, id. at 906-07, the Measure and Payment section, id. at AR 918, and the contract drawings, id. at 921-23. The Corps also included two annotations to the bid schedule, specifically Notes 6 and 9. Id. at 903. The annotation “See Note 9” was included after the fender installation line item on the west wall (base option) bid schedule, and “See Note 6” was included after the fender installation line item on the east wall (option A) bid schedule. Id. at 901-02. The notes in their entirety are set forth below.

Note (6) Fender installation includes the reuse and reinstallation of the approximately 1190 linear feet of fiber reinforced fenders, which are currently the bottom two rows on the existing guidewall. The remaining quantity for this bid item includes the procurement, material and installation of the new fiber reinforced fenders. (FOR OPTION [A] ONLY)
Note (9) The entire quantity for this bid item [Fender Installation] includes the *89 procurement, material, and installation for new fiber reinforced fenders. (FOR BASE BID ONLY)

Id. at 903.

This was a sealed bid solicitation, also known as an Invitation for Bids (IFB). Tab 1A, AR 3. Sealed bidding is subject to Federal Acquisition Regulations (FAR) part 14. FAR pt. 14 (Sealed Bidding). The agency also included in the solicitation FAR 52.214-3, which stipulates that “[bidders shall acknowledge receipt of any amendment to this solicitation, .... [and] [t]he Government must receive the acknowledgment by the time and at the place specified for receipt of bids.” Tab 1A, AR 10-11 (quoting FAR 52.214-3 (b)).

B. Bid Opening and RUSH’S Bid Schedule

The agency held the bid opening on September 13, 2013, with representatives of both RUSH and C & D in attendance. Tab 22, AR 1028-29. According to the Contracting Officer, as RUSH’S bid was opened, she “discovered that Rush Construction’s bid schedule’s numbering sequence of line items did not match the numbering sequence of line items provided in the solicitation.” 3 Tab 21, AR 1025. The bid schedule was a two-page document. Tab 6, AR 901-02. The first page of that document contained the bid for the west wall (base option) work, and the second page contained the bid for the east wall (option A) work. Id. The discrepancies at issue occurred only on page two of RUSH’S bid. Shortly after the bid opening, the Contracting Officer prepared a memorandum for the record describing the detected “mistake” in RUSH’S bid.

Rush. Construction acknowledged all five (5) amendments, which changed the bid schedule. However, in review of Rush Construction’s bid, the contractor duplicated the bid schedule incorrectly. The line item numbering for the option [A, or the east wall, bid] incorrectly included 0001 vs. 0002 for all line items.- However, the title, quantities and all material aspects of the bid schedule was correct.
I determined that the bid submitted by Rush Construction was responsive with terms and conditions that do not vary from the terms and conditions of the solicitation. In addition, I determined the mistake in the bid schedule was a minor informality with an immaterial defect in the bid that was merely a matter of form and not of substance and did not affect price, quantity or quality in accordance with FAR 14-405,

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

Related

Pgls, LLC v. United States
Federal Claims, 2021
Sigmatech, Inc. v. United States
130 Fed. Cl. 792 (Federal Claims, 2017)
Palantir Usg, Inc. v. United States
129 Fed. Cl. 218 (Federal Claims, 2016)
Caddell Construction Company v. United States
125 Fed. Cl. 30 (Federal Claims, 2016)
Brandt v. Burwell
43 F. Supp. 3d 462 (W.D. Pennsylvania, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
117 Fed. Cl. 85, 2014 WL 3507336, Counsel Stack Legal Research, https://law.counselstack.com/opinion/rush-construction-inc-v-united-states-uscfc-2014.