Sallyport Global Holdings, Inc. v. United States

129 Fed. Cl. 371, 2016 U.S. Claims LEXIS 1819, 2016 WL 6997643
CourtUnited States Court of Federal Claims
DecidedNovember 30, 2016
Docket16-817C
StatusPublished
Cited by1 cases

This text of 129 Fed. Cl. 371 (Sallyport Global Holdings, 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
Sallyport Global Holdings, Inc. v. United States, 129 Fed. Cl. 371, 2016 U.S. Claims LEXIS 1819, 2016 WL 6997643 (uscfc 2016).

Opinion

Bid Protest; Motion for Judgment on the Administrative Record; United States Army Corps of Engineers; Harmless Error; Mandatory Minimum Requirements

OPINION

FIRESTONE, Senior Judge.

This post-award bid protest concerns the unsuccessful bid of plaintiff Sallyport Global *373 Holdings, Inc. (“Sallyport”) for a contract with defendant United States Army Corps of Engineers (the “agency” or “government”) to provide electrical safety assessments, repairs, materials and management within the United States Central Command. The contract was instead awarded to defendant-in-tervenor exp Federal Inc. (“exp Federal”), the incumbent contractor. Before the court are the parties’ cross-motions for judgment on the administrative record filed pursuant to Rule 52.1(c) of the Rules of the United States Court of Federal Claims (“RCFC”),

Sallyport argues that the award to exp Federal should be set aside for three reasons. First, Sallyport argues that it was arbi■trary and capricious for the agency to find that Sallyport’s proposal for the Project Manager position was deficient. Second, Sal-lyport argues that it was arbitrary and capricious for the agency to determine that Sally-port’s representatives improperly contacted agency personnel during a blackout period. Third, Sallyport argues it was arbitrary, capricious, and contrary to law for the agency to determine that exp Federal’s proposed Project Manager met the solicitation’s requirements.

For the reasons explained below, the court finds that Sallyport has not met its burden of showing that the agency committed an error that prejudiced Sallyport. Therefore, the government and defendant-intervenor’s cross-motions for judgment on the administrative record are GRANTED and plaintiffs motion for judgment on the administrative record is DENIED.

I. FACTS

A. The Solicitation

The procurement at issue involves a firm fixed price Task Order (“Contract”) for Electrical Safety Assessments, Repairs Program, Materials Management, and Control Services within the United States Central Command’s Area of Responsibility (“CENTCOM AOR”), which includes Iraq, Jordan, Kuwait, the United Arab Emirates, Bahrain, and Qatar. AR 88-138. The Request for Quotations Letter No. 1037286 (“RFQ”), and accompanying Performance Work Statement (“PWS”), 1 issued on January 14, 2016, sought proposals to provide low voltage electrical power systems in the Middle East. The contractor would be required to inspect, update, and repair electric/life/safety hazards for low voltage electrical power systems for facilities that house United States service members. AR 122.

The solicitation provided that the contract would be awarded to the proposal that represented the “best overall value to the Government, with the appropriate consideration given to [ ] (3) evaluation factors,” Id. at 88. The three factors for the award were: (1) technical approach; (2) price/costs and related information; and (3) past performance. Id. The RFQ stated that the bidder’s technical approach was “slightly more important than price and significantly more important than past performance,” and that price will be the controlling factor if the “competing quotes are determined to be substantially equal after the evaluation of [the] [t]echnical Approach ‘ and [p]ast performance.” Id. The technical factor included seven tasks, each of which could receive a possible rating, from worst to best, of “Unacceptable,” “Marginal,” “Acceptable,” “Good,” and “Outstanding.” Id. at 89. Each proposal would receive an overall technical rating on the same scale, which the solicitation explained as follows:

*374 [[Image here]]

As the chart indicates, a proposal with a “deficiency” will automatically be deemed unacceptable. Further, the agency must rate the overall technical approach “Acceptable” or better in order to award the contract. Id. at 88.

.The RFQ included specific requirements for the some of personnel who would be performing the work, stating that a proposal must explain “how the offeror will meet the objectives of the PWS, and who will Ibe performing the work.” Id. at 89. The solicitation required that offerors identify and include résumés for key personnel, including the Project Manager. PWS Section 2.2, “Key Personnel Qualifications,” stated that the Project Manager must meet the following requirements:

Project Manager. The Contractor shall designate a Project Manager (PM) for the overall contract who provides a single Point of Contact (POC) for the [contracting officer], provides programmatic reporting to USACE, and can address overall management and contracting issues. This individual shall have at least 3 years experience in general contract project management on programs similar in size and complexity to the effort described in this PWS. The PM shall have a Project Management certification from an accredited institution. The resume/qualifications for the selected PM must be submitted with the proposal. Any subsequent change in PM must be approved by the [contracting officer].

AR 124. The RFQ provided the following additional requirements for the Project Manager and other “Key deployed personnel”:

Key deployed personnel (Project Manager, Quality Control Manager, Property Control Manager, and Site Safety and Health Officer) shall have 5 years minimum documented experience with 50 & 60 Hz electrical systems. These key personnel must have a Secret Security Clearance. They shall have a minimum of 1 year experience managing multiple teams working in remote environments. The government will evaluate documented experience supporting contingency or remote operations more favorably.

AR 89.

B. The Proposals

The agency received proposals from three companies: Sallyport, exp Federal (who was the incumbent on this contract), and [xxxxx]. *375 [xxxxx] received a “Marginar’ overall rating on its technical proposal and, because it did not receive an “Acceptable” rating or better, was eliminated from the competition, AR 500. Sallyport and exp Federal’s proposals, and the agency’s evaluation, are discussed below.

1. Sallyport’s Proposal

Sallyport submitted its proposal on February 2, 2016, with a proposed total price of $[xxxxxxxxxxxx] for the base and option periods. See id. at 278-364. Sallyport proposed that two individuals would jointly serve as Project Manager. The first Project Manager, James Johnston, would be working from the continental United States and the other, Kevin June, would be working on site in CENT-COM AOR and would also serve as the Site Safety and Health Officer. Id. at 282-88. Though the proposal stated that Mr. June would be serving as “On-site Project Manager,” Mr. June does not have a project manager certification as required by the PWS. Id. at 298-99 (Mr. June’s résumé); 124 (Project Manager qualifications).

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
129 Fed. Cl. 371, 2016 U.S. Claims LEXIS 1819, 2016 WL 6997643, Counsel Stack Legal Research, https://law.counselstack.com/opinion/sallyport-global-holdings-inc-v-united-states-uscfc-2016.