thalle/nicholson Joint Venture v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 15, 2023
Docket22-755
StatusPublished

This text of thalle/nicholson Joint Venture v. United States (thalle/nicholson Joint Venture 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
thalle/nicholson Joint Venture v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 22-755 (Filed Under Seal: January 27, 2023) (Reissued for Publication: February 15, 2023)1

************************************** THALLE/NICHOLSON JOINT * VENTURE, * * Plaintiff, * * v. * Post-Award Bid Protest; Motion * to Dismiss; Motion for Judgment THE UNITED STATES, * on the Administrative Record; * Standing; Plain Language; FAR Defendant, * 52.204-7(b)(1). * and * * SHIMMICK CONSTRUCTION * COMPANY, INC., * Defendant-Intervenor. * **************************************

Jacob W. Scott, Smith Currie & Hancock LLP, Washington, DC, counsel for Plaintiff. With whom were Lochlin B. Samples and Shoshana E. Rothman, of counsel.

Brendan Jordan, U.S. Department of Justice, Civil Division, Washington, DC, counsel for Defendant. With whom was Jennifer Dorsey, Assistant District Counsel, U.S. Army Corps of Engineers, of counsel.

Giovanni M. Ruscitti, Berg Hill Greenleaf Ruscitti, LLP, Boulder, CO, counsel for Defendant- Intervenor. With whom was Benjamin F. Silfen, of counsel.

OPINION AND ORDER

Dietz, Judge.

Thalle/Nicholson Joint Venture (“Thalle/Nicholson”) protests a decision by the United States Army Corps of Engineers (“USACE”) to award a construction contract to Shimmick 1 This Opinion and Order was filed under seal on October 25, 2022, see [ECF 51], in accordance with the Protective Order entered on July 18, 2022, see [ECF 13]. The parties were given an opportunity to identify protected information, including source selection information, proprietary information, and confidential information, for redaction. The parties filed a joint status report on February 10, 2023, with an agreed upon proposed redaction. [ECF 53]. The Court accepts the parties’ proposed redaction. The redaction is indicated by bracket asterisks, e.g., “[* * *].” Construction Company, Inc. (“Shimmick”). Thalle/Nicholson challenges a determination by USACE that its proposal was ineligible for award due to Thalle/Nicholson’s failure to register in the System for Award Management (“SAM”) as arbitrary, capricious, an abuse of discretion, and not in accordance with procurement law. The government moves the Court to dismiss Thalle/Nicholson’s protest for lack of standing pursuant to Rule 12(b)(1) of the Rules of the Court of Federal Claims (“RCFC”), arguing that Thalle/Nicholson’s proposal was incurably deficient. Alternatively, the government moves the Court to enter judgment on the administrative record in its favor on the grounds that USACE rationally eliminated Thalle/Nicholson’s proposal from consideration for award.

The Court finds that Thalle/Nicholson has standing to challenge USACE’s determination that its proposal was ineligible for award. However, the Court also finds that USACE had a rational basis for its determination that Thalle/Nicholson’s proposal was ineligible for award because Thalle/Nicholson was not registered in SAM as required by Federal Acquisition Regulation (“FAR”) 52.204-7.2 Accordingly, the government’s motion to dismiss is DENIED, the government’s and Shimmick’s motions for judgment on the administrative record are GRANTED, and Thalle/Nicholson’s motion for judgment on the administrative record is DENIED.

I. BACKGROUND

A. Overview of Solicitation

On August 19, 2021, USACE issued a solicitation for the repair and modification of a spillway at the Lewisville Dam in Denton County, Texas. AR 1, 102, 162.3 The solicitation called for an unrestricted competition which would result in the award of a firm-fixed-price construction contract with an estimated cost of “$63M including escalation and contingencies.” AR 103, 162. The solicitation listed five non-price evaluation factors: Technical Approach (Factor I), Specialized Experience (Factor II), Management Approach (Factor III), Past Performance (Factor IV), and Small Business Participation (Factor V). AR 806. Price would also be evaluated. Id. Factors I-III were to be assigned an adjectival rating of Outstanding, Good, Acceptable, Marginal, or Unacceptable. AR 825. Factor IV would be assigned a performance confidence rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence (Neutral). Id. Factor V would be assigned an evaluation rating of Outstanding, Good, Acceptable, Marginal, or Unacceptable. Id. The solicitation stated that the “[a]ward will be made using the best value tradeoff procedures under FAR Part 15.” AR 103. The solicitation further stated that USACE intended to award the contract without discussions but reserved the right to establish “a competitive range of all the most highly rated proposals” and to open discussions. AR 808.

The solicitation required offerors “to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to

2 The FAR is located at 48 C.F.R. ch. 1. 3 The Court cites to the Administrative Record filed by the government at [ECFs 22-30, 45-1] as “AR ___.”

2 those identified as evaluation factors.” AR 169. It further stated that proposals “must meet the criteria stated in the RFP in order to be eligible for award, to include responsiveness, technical acceptability and responsibility.” AR 808. Pertinent to the instant protest, the solicitation incorporated by reference FAR 52.204-7 System for Award Management (OCT 2018), AR 172, which provides:

An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

FAR 52.204.7(b)(1) (emphasis added). With respect to joint venture offerors, the solicitation stated:

When proposing as a joint venture, all members of the joint venture shall sign the SF 1442 and the bid bond unless a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal. Failure to comply with the foregoing requirements may eliminate the proposal from further consideration.

AR 171. The solicitation warned that “[f]ailure to meet a requirement may result in an offer being ineligible for award.” AR 169. However, the solicitation also incorporated by reference FAR 52.215-1 Instructions to Offerors – Competitive Acquisition (JAN 2017), which provides that “[t]he Government may waive informalities and minor irregularities in proposals received.” AR 172.

B. The Proposals, Evaluation, and Award Decision

Thalle/Nicholson submitted its proposal on November 3, 2021. AR 1808, 2033. Thalle/Nicholson’s proposal identified “Thalle-Nicholson Joint Venture” as the offeror. AR 5952. The proposal was signed by representatives of Thalle Construction Co., Inc. and Nicholson Construction Co., the two entities comprising the joint venture, AR 2037-38, and it included a copy of the joint venture agreement, AR 1933-47. With respect to SAM registration, the proposal stated that “[e]ach JV member has completed representations and certifications in SAM,” AR 2071, and included individual proof of SAM registration for Thalle Construction Co., Inc. and Nicholson Construction Co., see AR 2092-2096.

USACE received proposals from Thalle/Nicholson, Shimmick, and Kiewit Infrastructure South Co. (“Kiewit”). AR 1285-2110. Initially, USACE found all three proposals unacceptable. AR 2123, 2137, 2152. In its consensus evaluation worksheet, USACE described deficiencies as “all areas where the contractor fails to meet minimum requirements of the solicitation.” AR 2140.

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

Related

Warth v. Seldin
422 U.S. 490 (Supreme Court, 1975)
Lujan v. Defenders of Wildlife
504 U.S. 555 (Supreme Court, 1992)
Labatt Food Service, Inc. v. United States
577 F.3d 1375 (Federal Circuit, 2009)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Universal Marine Company, K.S.C. v. United States
120 Fed. Cl. 240 (Federal Claims, 2015)
Diaz v. United States
853 F.3d 1355 (Federal Circuit, 2017)
Clinicomp International, Inc. v. United States
904 F.3d 1353 (Federal Circuit, 2018)
Dell Federal Systems, L.P. v. United States
906 F.3d 982 (Federal Circuit, 2018)
Safeguard Base Operations, LLC v. United States
989 F.3d 1326 (Federal Circuit, 2021)
Asset Protection & Security v. United States
5 F.4th 1361 (Federal Circuit, 2021)

Cite This Page — Counsel Stack

Bluebook (online)
thalle/nicholson Joint Venture v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/thallenicholson-joint-venture-v-united-states-uscfc-2023.