Transatlantic Lines, LLC v. United States

122 Fed. Cl. 624, 2015 U.S. Claims LEXIS 1030, 2015 WL 4722569
CourtUnited States Court of Federal Claims
DecidedAugust 10, 2015
Docket15-689C
StatusPublished
Cited by8 cases

This text of 122 Fed. Cl. 624 (Transatlantic Lines, 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
Transatlantic Lines, LLC v. United States, 122 Fed. Cl. 624, 2015 U.S. Claims LEXIS 1030, 2015 WL 4722569 (uscfc 2015).

Opinion

Posb-Award Bid Protest; Cross-Motions for Judgment on the Administrative Record; Technical Proposal Evaluation

OPINION and ORDER

CAMPBELL-SMITH, Chief Judge

This case involves a post-award bid protest filed by TransAtlantic Lines, LLC (TransAtlantie or plaintiff). TransAtlantic challenges the decision of the United States Transportation Command 2 (TRANSCOM, the agency, or defendant) to award a contract for commercial liner service to Schuyler Line Navigation Company, LLC (Schuyler). TransAtlantie contends that Schuyler’s technical proposal failed to comply with certain material terms of the Solicitation and, therefore, Schuyler’s proposal should have been excluded from consideration for award. Because TransAtlantic. was the only other offeror, and because TransAtlantic’s proposal complied with the terms of the Solicitation, TransAtlantic argues that it should have been awarded the contract.

The parties submitted cross-motions for judgment on the administrative record (AR) in accordance with United States Court of Federal Claims Rule (RCFC) 52.1(c). 3 See Pl.’s Mot. J. AR (Pl.’s Mot.), July 1, 2015, ECF No. 9 4 ; Def.’s Mot. J. AR (Def.’s Mot.), July 9, 2015, ECF No. 23; see also Pl.’s Resp., July 14, 2015, ECF No. 26; Def.’s Reply, July 21, 2015, ECF No. 28. Oral argument was not deemed necessary.

For the reasons explained below, the court finds that Schuyler’s technical proposal complied with the material terms of the Solicitation. Accordingly, plaintiffs motion is DENIED, and defendant’s motion is GRANTED.

I. .Background

A. Solicitation

On September 10, 2014, TRANSCOM issued Solicitation HTC711-14-R-W001. See Tab 15, AR 131-289 (Solicitation). 5 The Solicitation sought “regularly scheduled commercial liner service” of containerized and breakbulk cargo between Jacksonville/Blount Island, Florida and United States Naval Station Guantanamo Bay, Cuba (GTMO). Id. at AR 182; see id. at AR 221 (defining “[r]egularly [scheduled” as “[sjailing at regular intervals maintained between the same port ranges and consisting of regular arrivals, regular departures along an established route”). The Solicitation was designated as a small business set-aside, id. at AR 131, and contemplated the award of a firm-fixed price requirements contract 6 for a base year and two option years, see id. at AR 133-35, 165.

*627 The Solicitation provided that the procurement would be conducted as a best value, lowest-priced technically acceptable (LPTA) source selection. Id. at AR 141; see FAR 15.101-2 (2014) (describing the LPTA source selection process). Offerors were instructed “to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements in the [Performance Work Statement (PWS)].” Tab 15, AR 137. Offerors were also advised that “[t]he [government reserves the right to ... incorporate all, part or none of the offeror’s written proposal into the resultant contract.” Id.

Offerors were to be evaluated based on five factors: (1) Voluntary Intermodal Sealift Agreement (VISA) participation, (2) price, (3) technical capability, (4) past performance, and (5) information assurance and cyber security. Id. at AR 142. After assigning preference to offerors that were VISA participants, the agency would assign a rating of acceptable or unacceptable to the technical capability, past performance, and information assurance and cyber security factors. Id. at AR 141. The agency would then evaluate the prices of those offerors deemed acceptable. Id. An “[ajward [would] be made to the lowest priced responsible offeror meeting or exceeding the requirements for technical capability, past performance, information assurance and VISA participation.” Id.

The Solicitation provided that the agency would evaluate the technical capability factor by examining “the degree to which the information provided by the offeror in its proposal demonstrates the offeror’s ability to provide the equipment and resources needed to successfully accomplish the objectives of the [PWS], as well as manage, supervise, and perform the required services in accordance with the PWS.” Id. at AR 143. The technical capability factor was comprised of three sub-factors, and an unacceptable rating as to any of the three sub-factors would result in an overall technical rating of unacceptable. Id. An acceptable rating would be assigned if the “[p]roposal clearly [met] the minimum requirements of the solicitation,” whereas an unacceptable rating would be assigned if the proposal did not “clearly meet the minimum requirements of the solicitation.” Id.

Offerors were instructed to “submit written narratives for evaluation of technical capability.” Id. at AR 140. The written narratives were to “demonstrate the offeror’s understanding of the requirements identified in the [PWS],” id. at AR 141, and “explain how the offeror [would] meet all requirements established in the solicitation,” id. at AR 140. Offerors were to include written narratives for each of the three technical capability sub-factors: (1) equipment, (2) management of operations, and (3) schedule. Id.

Under the equipment sub-factor, offerors were instructed to “identify the vessel(s) ... to be utilized for this contract.” Id. Under the management of operations sub-factor, of-ferors were instructed to provide a “[c]ompa-ny overview and description of current operations in the region or ability to operate in the region.” Id. Under the schedule sub-factor offerors were instructed as follows:

[SJubmit a proposed liner schedule that meets the departure, arrival, and transit requirements as specified in paragraph Section 3.B.4- of the PWS beginning the week of 1 February 2015. Provide the proposed southbound and northbound delivery routes to include other vessel ports of call. Describe how the delivery requirements in the PWS will be incorporated into [the] offeror’s current liner schedule or whether offeror will establish a new/additional liner route.

Id. (emphasis added).

Section 3.B.4 of the PWS is entitled “Schedule Maintenance.” Id. at AR 184. It includes two sub-sections that detail the schedule requirements for southbound and northbound sailings.- Id. Only the northbound schedule requirements are at issue in this protest:

The Contractor shall maintain a scheduled service northbound[,] GTMO to Jacksonville/Blount Island. Frequency of such service mtist be, at a minimum, every H *628 calendar days.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
122 Fed. Cl. 624, 2015 U.S. Claims LEXIS 1030, 2015 WL 4722569, Counsel Stack Legal Research, https://law.counselstack.com/opinion/transatlantic-lines-llc-v-united-states-uscfc-2015.