Sls Federal Services, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 10, 2023
Docket22-1215
StatusPublished

This text of Sls Federal Services, LLC v. United States (Sls Federal Services, LLC 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
Sls Federal Services, LLC v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 22-1215 (Filed: January 3, 2023) (Re-filed: January 10, 2023) 1 ************************** SLS FEDERAL SERVICES, LLC, Plaintiff, Bid protest; post- v. award bid protest; price reasonableness; THE UNITED STATES, discussions; FAR 15- Defendant, 404-1; DFARS 215.306; Blue & and Gold; injunction JACOBS PROJECT MANAGEMENT CO., Intervenor. ************************** Kyle R. Jefcoat, Washington, DC, for plaintiff, SLS Federal Services with whom were David R. Hazelton, Leah Friedman, Genevieve Hoffman, W. Allen Perry, and W. Blake Page, of counsel. Liridona Sinani, Attorney, United States Department of Justice, Commercial Litigation Branch, with whom were Brian M. Boynton, Principal Deputy Assistant Attorney General, Patricia M. McCarthy, Director, and Douglas K. Mickle, Assistant Director, for defendant. Nicolle A. Vasquez, Naval Facilities Engineering Systems Command Atlantic, of counsel. Robert J. Symon, Washington, DC, for intervenor, Jacobs Project Management Co., with whom was Patrick R. Quigley and Lisa A. Markman of counsel.

1 This opinion was originally issued under seal, and the parties were given an opportunity to propose redactions of any protected material. The parties agreed that none were necessary, so it appears in full. OPINION This is a post-award bid protest of the Naval Facilities Engineering Systems Command’s (agency) decision to award indefinite-delivery, indefinite-quantity contracts to six contractors. Plaintiff, SLS Federal Services, LLC, argues that the agency ignored regulatory requirements, failed to follow the solicitation’s terms, and engaged in an unequal and arbitrary evaluation of its proposal. As a result, SLS seeks a permanent injunction against the agency’s decision. The matter is now fully briefed on cross-motions for judgment on the administrative record. Oral argument was held on December 8, 2022. We sustain SLS’s protest and, for the reasons set out below, enjoin the agency from proceeding with performance of the contracts. BACKGROUND From time to time, the Department of Defense and other federal agencies must respond to global emergencies, like natural disasters or humanitarian conflicts. Responding to global emergencies often requires, among other things, construction and engineering services. To secure those services, agencies sometimes enter into “global contingency construction” contracts in which a contractor’s performance can arise anytime and anywhere. Administrative R. (AR) 251. In this case, the agency issued Solicitation N62470-20-R-5003, looking to award approximately four indefinite delivery, indefinite quantity contracts for global contingency construction. As for how those contracts would be awarded, the agency was clear: awards would be made to the contractors whose offers “represented the best value to the Government.” AR 822. And best value, the agency instructed, would be determined through a tradeoff analysis that considered both cost and non-cost factors. 2 Once the contracts were awarded, the awardees would then later compete for either cost-plus-award-fee or firm fixed price task orders with a maximum contract value of $5 billion. Most important within the agency’s tradeoff analysis was cost. To consider cost, the solicitation required contractors to submit cost proposals,

2 The non-cost factors were (1) corporate experience, (2) safety, (3) small business utilization and participation, and (4) past performance. 2 which the agency would analyze for both cost and price reasonableness. That said, the agency—whether by oversight or intention—requested only cost data, like hourly labor rates and indirect ceiling rates. Those figures, while helpful to understand a contractor’s reimbursable expenses, did not include any anticipated profit and left a hole in the agency’s evaluation. That is because the agency planned to control cost by using firm fixed price “task orders whenever possible.” AR 32. In fact, of the two contract-line-item numbers (CLIN), the agency explained that over half of all work would be performed under CLIN 002 as firm fixed price task orders. See AR 252 (anticipating that $3 billion of all task orders would be firm fixed price). More broadly, the agency’s evaluation of offers involved three entities, and the interplay between them worked as follows. First, the Evaluation Board would independently evaluate each factor outlined in the solicitation. It would then compile its review into essentially two reports, one for non-cost factors and one for cost. After that, the Advisory Council would review the Board’s findings, consolidate the findings into its own report, and “make[] an award recommendation.” AR 258. At that point, the Source Selection Authority would review the recommendations, and if it believed that discussions were unnecessary, it would select the contractor whose “proposal offers the best value to the government.” Id. The agency advised contractors that it intended to award contracts without discussions. It reserved the right to use them if the need arose, but it never did. Instead, at nearly every stage of evaluating offers, the agency reaffirmed its intent to award contracts without discussions because, in its view, the offers were clearly awardable. In the end, the agency awarded contracts to six (out of nine) bidders but not SLS. 3 Unhappy with the agency’s awards, SLS filed a protest with the Government Accountability Office (GAO). Among other things, SLS argued that the agency should have conducted discussions and that it also erroneously analyzed price reasonableness. Finding “potential merit” in SLS’s “price reasonableness” argument, the agency agreed to take corrective

3 The agency awarded contracts to (1) Aptim Federal Services; (2) CDM, a Joint Venture; (3) ECC Contingency Constructors, LLC; (4) Gilbane Federal; (5) Jacobs Project Management Co.; and (6) Perini Management Services, Inc. 3 action so that it could “address the evaluation of the proposals, including, but not limited to, price reasonableness.” AR 11389. On that basis, the GAO dismissed SLS’s protest. Nearly a year after the notice of corrective action, the agency announced that the awards would remain the same. In the Evaluation Board’s report, it disclosed that the only corrective step it took was to remove an “inappropriate CPARS evaluation.” AR 11417. Outside of that, “[t]here were no additional amendments or requests for proposal revisions made in pursuance of th[e] corrective action.” Id. Because little changed from the agency’s initial evaluation, SLS filed a second protest with the GAO. Disputes over document production then ensued, so SLS filed its protest with this court. DISCUSSION I. The agency’s corrective action did not cure the original procurement defect. We review bid protests in accordance with the standards laid out in the Administrative Procedure Act (APA). Advanced Data Concepts, Inc. v. United States, 216 F.3d 1054, 1057 (Fed. Cir. 2000) (citing 28 U.S.C. § 1491(b)(1) (1996)). Under the APA, an agency’s actions cannot be “arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law.” 5 U.S.C. § 706(2)(A) (2018). In the context of corrective action, that means that an agency’s decision must be “reasonable under the circumstances and appropriate to the impropriety.” PGLS, Inc. v. United States, 152 Fed. Cl. 59, 69 (2020). A. Blue & Gold does not bar SLS’s challenge to the agency’s corrective action. SLS complains that the agency was incapable of evaluating price reasonableness because the agency never requested or considered any pricing information.

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

Related

United States v. Olano
507 U.S. 725 (Supreme Court, 1993)
Duncan v. Walker
533 U.S. 167 (Supreme Court, 2001)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Fcn, Inc. v. United States
115 Fed. Cl. 335 (Federal Claims, 2014)
Clinicomp International, Inc. v. United States
117 Fed. Cl. 722 (Federal Claims, 2014)
Federal Acquisition Services Team, LLC v. United States
124 Fed. Cl. 690 (Federal Claims, 2016)
Dell Federal Systems, L.P. v. United States
133 Fed. Cl. 92 (Federal Claims, 2017)
Dell Federal Systems, L.P. v. United States
906 F.3d 982 (Federal Circuit, 2018)
Office Design Group v. United States
951 F.3d 1366 (Federal Circuit, 2020)
Aspen Consulting, LLC v. Secretary of the Army
25 F.4th 1012 (Federal Circuit, 2022)
Blue & Gold Fleet, LP v. United States
70 Fed. Cl. 487 (Federal Claims, 2006)
Ashbritt, Inc. v. United States
87 Fed. Cl. 344 (Federal Claims, 2009)

Cite This Page — Counsel Stack

Bluebook (online)
Sls Federal Services, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/sls-federal-services-llc-v-united-states-uscfc-2023.