Survival Systems, USA, Inc. v. United States

100 Fed. Cl. 722, 2011 U.S. Claims LEXIS 2101, 2011 WL 5120493
CourtUnited States Court of Federal Claims
DecidedOctober 13, 2011
DocketNo. 11-534 C
StatusPublished
Cited by1 cases

This text of 100 Fed. Cl. 722 (Survival Systems, USA, 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
Survival Systems, USA, Inc. v. United States, 100 Fed. Cl. 722, 2011 U.S. Claims LEXIS 2101, 2011 WL 5120493 (uscfc 2011).

Opinion

ORDER

HEWITT, Chief Judge.

Before the court are Plaintiff Survival Systems, USA, Inc.’s Memorandum in Support of Its Motion for Judgment on the Administrative Record (PL’s Mot.), Docket Number (Dkt. No.) 30, filed September 19, 2011; Defendant’s Cross-Motion for Judgment Upon the Administrative Record and Opposition to Plaintiffs Motion for Judgment Upon the Administrative Record (Def.’s Opp.), Dkt. No. 33, filed September 30, 2011; Defendant’s Motion for Leave to File Supplement to the Administrative Record Under Seal (defendant’s Motion or Def.’s Mot.), Dkt. No. 34, filed September 30, 2011; Plaintiffs Opposition to Defendant’s Motion to Supplement the Administrative Record (plaintiffs Response or PL’s Resp.), Dkt. No. 38, filed October 4, 2011; and Defendant’s Reply in Support of Its Motion for Leave to File Supplement to the Administrative Record (Def.’s Reply), Dkt. No. 39, filed October 6, 2011. Defendant filed the Administrative Record (AR) on September 6, 2011, pursuant to the court’s August 25, 2011 Order, Dkt. No. 14, and September 6, 2011 Order, Dkt. No. 21. Defendant thereafter filed an additional part of the AR (Add. AR) on September 8, 2011, a filing that was subsequently authorized by the court’s September 9, 2011 Order, Dkt. No. 28.

I. Background

This is a bid protest brought by Survival Systems, USA, Ine. (SSI or plaintiff), a small business that protests the award by the United States Marine Corps (USMC or agency) of a “lowest price technically acceptable” contract to defendant-intervenor, ProAetive Technologies, LLC (ProAetive). See generally Complaint for Declaratory and Injunc-[724]*724tive Relief Federal Procurement (Compl), Dkt. No. 1, at 1, 8.

The USMC issued Solicitation No. M67854-09-R-8005 (Solicitation or Request for Proposal (RFP)) on July 2, 2009, seeking to obtain Modular Amphibious Egress Training (MAET) for four USMC bases. AR Tab 1. The Solicitation as initially issued was a best-value, small business set-aside. Id. at 100-01. Four offerors submitted proposals, three of which, SSI, ProActive and DMS International (DMS), passed the competitive range evaluation. AR Tab 49 at 4992. The initial award was made to ProActive, but was subsequently protested at the Government Accountability Office (GAO). Id. In response, the USMC voluntarily took corrective action and allowed for re-competition. Id.

In August 2010, after re-competition, the USMC notified SSI that it had awarded the contract to DMS. AR Tab 49 at 4993. This award was followed by a second round of GAO bid protests, id; AR Tab 36 at 4852, in which it was argued that DMS had proposed staffing too low to provide satisfactory performance. AR Tab 49 at 4993. Plaintiff and ProActive both also filed size protests with the Contracting Officer for forwarding to United States Small Business Administration. Id. The agency cancelled the award to DMS and again took corrective action. Id. On May 2, 2011, the agency issued Amendment 15 to the Solicitation, AR Tab 16 at 3047, and on May 18, 2011, the agency issued a revised Statement of Work, AR Tab 22 at 4255. This time, the agency specified the number and types of personnel required at each training site. Id. at 4278. Amendment 15 also changed the proposal evaluation criteria from “best value” to “lowest price technically acceptable.” AR Tab 16 at 3113.

SSI, ProActive and DMS submitted proposals. AR Tab 36 at 4852. Each of the three proposals was deemed technically acceptable. AR Tab 33 at 4818. After conducting an independent analysis of ProAe-tive’s pricing proposal, see AR Tab 34E; AR Tab 36 at 4857, the agency awarded the contract to ProActive, which had the lowest price, on July 1, 2011. AR Tab 37 at 4858. On July 18, 2011, the agency provided debriefings to the offerors. AR Tabs 44-46. On July 21, SSI protested the award to GAO. AR Tab 49 at 4991. GAO dismissed SSI’s protest on August 12, 2011, AR Tab 53 at 5071, concluding that “[a] protester’s claim that a bidder or offeror submitted an unreasonably low price—or even that the price is below the cost of performance—is not a valid basis for protest.” Id. SSI filed this action on August 24, 2011. See generally Compl.

Plaintiff argues that the agency could not have made a rational decision in favor of ProActive because ProActive’s proposal contained limited information concerning what it offered to provide. PL’s Mot. 7-17. In particular, plaintiff contends that labor costs were not specified in a detailed way in ProActive’s proposal, id. at 10, and that the agency failed to conduct an adequate price reasonableness analysis to ensure that ProActive could provide the required MAET training services at the low price that it offered, id. at 17. Plaintiff speculates that the fact that ProActive’s price was so low is either evidence of a buy-in (selling its services to the government at below cost), or evidence of a shori^staffing plan in which ProActive would not provide full-time training personnel or would not provide the required number of training personnel. Id. at 12. Plaintiff also contends that ProActive’s price was unbalanced and that the agency failed adequately to consider the risks associated with ProActive’s proposal as required by FAR 15.404-1(g) and the RFP. Id. at 19-21.

Defendant argues that in a procurement for a fixed-price contract, the contractor— and not the agency—bears the risk that the work can be performed for the price offered and therefore it is irrelevant that ProAetive’s price was almost twenty percent lower than the other two offerors. Def.’s Opp. 11. Defendant also contends that the solicitation did not require either that offerors submit detailed cost information in support of their pricing or that the agency perform a price realism analysis that would have examined such detailed cost information. Id. at 9.

Defendant also contends that, in the case of a fixed-price procurement, the agency ordinarily is not required to conduct a cost or [725]*725price realism analysis because price reasonableness can be established by competition. Id. at 13-14 (citing FAR 15.305(a)(1)). Defendant argues that the agency’s price analysis was reasonable and consistent with the solicitation requirements and the Federal Acquisition Regulation, id. at 9; that the agency reasonably concluded, based on the independent price analysis that it conducted, “that ProAetive understood the solicitation’s requirements and that its proposal met the solicitation’s staffing requirements,” id.; and that ProActive’s price was reasonable, id. at 20. Defendant also contends that the agency reasonably concluded that ProActive’s proposal was not unbalanced because ProAetive “did not propose unrealistically high or low prices for the mobilization, the base year, or option years of the contract.” Id. at 22-23.

Defendant now moves to supplement the AR with the declaration of Gregory B. Seav-ers (Declaration), a Senior Cost Analyst who conducted the independent analysis of the reasonableness of ProActive’s price proposal on behalf of the USMC. Def.’s Mot. 1-2.

II. Legal Standards

When considering motions for judgment on the administrative record in a bid protest proceeding, the court should focus its review on the record already in existence. Emerald Coast Finest Produce Co. v. United States, 76 Fed.Cl. 445, 448 (2007) (citation omitted).

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

Related

Survival System, USA. Inc. v. United States
102 Fed. Cl. 255 (Federal Claims, 2011)

Cite This Page — Counsel Stack

Bluebook (online)
100 Fed. Cl. 722, 2011 U.S. Claims LEXIS 2101, 2011 WL 5120493, Counsel Stack Legal Research, https://law.counselstack.com/opinion/survival-systems-usa-inc-v-united-states-uscfc-2011.