Toni and Vin Hoover Property Management, LLC v. United States

CourtUnited States Court of Federal Claims
DecidedApril 6, 2023
Docket22-308
StatusPublished

This text of Toni and Vin Hoover Property Management, LLC v. United States (Toni and Vin Hoover Property Management, 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
Toni and Vin Hoover Property Management, LLC v. United States, (uscfc 2023).

Opinion

In the United States Court of Federal Claims No. 22-308 (Filed Under Seal: March 14, 2023) (Reissued for Publication: April 6, 2023) 1

************************************** TONI AND VIN HOOVER PROPERTY * MANAGEMENT, LLC * dba HOOVER PROPERTIES, * * Plaintiff, * * v. * Post-Award Bid Protest; Motion for * Judgment on the Administrative THE UNITED STATES, * Record; Unequal Treatment; * Inadequate Documentation; Unstated Defendant, * Evaluation Criteria; FAR 19.602-1(a); * Prejudice; Injunctive Relief. and * * MSDG FRANKFORT, LLC, * * Defendant-Intervenor. * * **************************************

Diana Parks, Curran Legal Services Group, Inc., Marietta, GA, Counsel for Plaintiff. With whom was Hadeel N. Masseoud, of counsel.

Stephen J. Smith, U.S. Department of Justice, Civil Division, Washington, DC, Counsel for Defendant. With whom was Carisa LeClair, Assistant Regional Counsel, General Services Administration, of counsel.

Gordon Griffin, Holland & Knight LLP, Washington, DC, Counsel for Defendant-Intervenor. With whom were Robert C. MacKichan, Jr., Hillary J. Freund, and Sean Belanger, of counsel.

OPINION AND ORDER

Dietz, Judge.

1 This Opinion and Order was filed under seal on March 14, 2023, see [ECF 48], in accordance with the Protective Order entered on March 25, 2023, 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 March 28, 2023, with agreed upon proposed redactions. [ECF 50]. The Court accepts the parties’ proposed redactions. All redactions are indicated by bracket asterisks, e.g., “[* * *].” Toni and Vin Hoover Property Management, LLC (“Hoover”) protests a decision by the United States General Services Administration (“GSA”) to award MSDG Frankfort, LLC (“MSDG”) with a ten-year lease of commercial office space for use by the Social Security Administration (“SSA”). Hoover challenges the GSA’s evaluation of the lease offers and source selection decision as arbitrary, capricious, lacking a rational basis, an abuse of discretion, and otherwise not in accordance with the law. Because the Court finds that the GSA failed to adequately document its evaluation and source selection decision and that Hoover was prejudiced by this failure, Hoover’s motion for judgment on the administrative record is GRANTED, and the government’s and MSDG’s respective cross-motions for judgment on the administrative record are DENIED.

I. BACKGROUND

A. The GSA Automated Advanced Acquisition Program

The GSA conducted this procurement using the Automated Advanced Acquisition Program (“AAAP”). AR 117, 1726. The AAAP is a procurement process and automated online application that allows building owners to offer general purpose office space for lease by the federal government. AR 4. 2 The AAAP is described in detail in Chapter 22 of the GSA Public Buildings Service Leasing Desk Guide (“LDG”). See AR 1-56. The LDG contains policies, in addition to technical and procedural guidance, governing the federal government’s acquisition by lease of real property. See generally id.

The AAAP is unlike a traditional procurement. See AR 6-7 (comparing the AAAP and the traditional process). It is designed to reduce lease cycle time, streamline procurement planning, obtain competitive pricing, and promote efficient interaction with the GSA. AR 7. Building owners input their proposals into the AAAP system in connection with a generic Request for Lease Proposals (“RLP”) package, which outlines space requirements and applies to a specific geographic region. AR 5. This allows building owners to submit one offer for all potential future AAAP procurements within a given region. Id. Once an agency requirement is identified, the GSA places a project-specific advertisement identifying the agency’s unique requirements and invites offerors to submit new offers or amend existing offers. AR 5, 17, 22. The AAAP then matches the requirement against the submitted offers. AR 4, 7. The offers that meet the agency’s requirements, such as square footage, lease term, and number of parking spaces, etc., are then ranked by net present value (“NPV”) to identify the lowest priced technically acceptable (“LPTA”) offer. AR 4, 24.

When making an offer through the AAAP, offerors are prompted to complete a series of online questions and input information about the building, parking, and owner. AR 20. The AAAP also collects various financial components and auto-calculates fields based on inputted information. Id. In doing so, “the AAAP eliminates math and other errors that are commonly present in offers received through the traditional paper submission process.” AR 8. Further, although the AAAP allows offerors to view their respective offers before submission, it does not permit negotiations and considers submitted offers to be final proposals. AR 8, 17.

2 The Court cites to the Administrative Record filed by the government at [ECFs 19, 21-2, 21-3] as “AR ___.”

2 The AAAP allows the government user to modify certain costs that are used in evaluating an offer’s NPV, such as the Tenant Improvement Allowance (“TIA”). See e.g., AR 23-25. Pertinent to Hoover’s protest, the AAAP allows the government to modify the TIA for incumbent leases “for those circumstances where minimal [tenant improvement] work (e.g., paint, carpet, vinyl wall base, etc.) is required at the Government’s existing location.” AR 23. Additionally, it allows the government to consider adding move-related costs for nonincumbent offerors. AR 24. Once these costs have been assessed and finalized for each offeror, the AAAP will calculate each offer’s NPV to identify the LPTA offer. AR 24-25. If the identified LPTA offer passes due diligence review, the GSA will select this offer for award. AR 29.

B. The Solicitation, Proposals, and Evaluation

In October 2019, the GSA issued an advertisement to lease 11,807 3 ABOA 4 Square Feet (“SF”) of office space in Frankfurt, Kentucky, for the SSA. AR 116-18, 1726. The advertisement was “incorporated into the [applicable RLP package] by way of reference[.]” AR 116. The advertisement stated that the “[l]ease award will be made to the [LPTA] offer, without negotiations, based upon the requirements in [the] advertisement and in the RLP requirements package.” AR 117. The RLP contained instructions for “how to offer,” directing offerors to “prepare a complete offer, using the online workflow.” AR 175. It required offerors to upload certain attachments into the AAAP; however, it warned that “Riders, Clarifications to Offer, Exceptions to Offer and other additions, deletions, or changes to the terms of the RLP will not be accepted by the Government.” AR 176. It stated that the evaluation of the proposed prices was “based on the annual price per ABOA SF” and that the GSA would conduct a present value price evaluation to determine the LPTA offer. AR 181-82. It further provided that the TIA for the existing leased space and newly leased space would be specified in the advertisement. AR 179.

The initial advertisement established that the TIA for the existing leased space was $34.27 per ABOA SF and the TIA for newly leased space was $34.37 per ABOA SF. AR 117. Hoover submitted an offer on November 7, 2019, AR 125-128, and its offer was identified as the LPTA offer. AR 801. The AAAP calculated an NPV of [* * *] per ABOA SF for Hoover and [* * *] per ABOA SF for MSDG, the incumbent offeror. See id. However, the GSA declined to award the lease to Hoover because it was determined to be mission critical for the SSA to stay in place until the end of their lease term due to funding concerns. Id.

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

Related

Hertz Corp. v. Friend
559 U.S. 77 (Supreme Court, 2010)
Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
The Hunt Construction Group, Inc. v. United States
281 F.3d 1369 (Federal Circuit, 2002)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Comint Systems Corp. v. United States
700 F.3d 1377 (Federal Circuit, 2012)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Nve, Inc. v. United States
121 Fed. Cl. 169 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
Toni and Vin Hoover Property Management, LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/toni-and-vin-hoover-property-management-llc-v-united-states-uscfc-2023.