Universal Protection Service, Lp v. United States

126 Fed. Cl. 173, 2016 U.S. Claims LEXIS 345, 2016 WL 1696761
CourtUnited States Court of Federal Claims
DecidedApril 7, 2016
Docket16-126C
StatusPublished
Cited by4 cases

This text of 126 Fed. Cl. 173 (Universal Protection Service, Lp 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
Universal Protection Service, Lp v. United States, 126 Fed. Cl. 173, 2016 U.S. Claims LEXIS 345, 2016 WL 1696761 (uscfc 2016).

Opinion

Post-Award Bid Protest; Motion to Dismiss; Standing; Successor-in-interest.

OPINION

HORN, J.

The protestor, Universal Protection Service, LP (Universal), filed a bid protest in this court on January 27, 2016, challenging the United States Postal Service’s (USPS) award of a contract to Command Security Corporation (CSC or Command) 2 under Solicitation No. 2B-14-A-0078 (the Solicitation). Protestor raises six counts in this court arguing that the evaluations of protestor’s and intervenor CSC’s proposals were flawed, the best value decision was arbitrary and capricious, and that the agency “conducted unequal and inadequate discussions with ABM [ABM Security Services, Inc.].” 3 Therefore, protestor seeks temporary relief from the court restraining “USPS from transitioning the NLECC [National Law Enforcement Communications Centers] and Security Guard services contract to CSC pending the Court’s resolution of this bid protest,” and to “[permanently enjoin USPS and CSC from performing the NLECC and Security Guard services contract until USPS reopens the procurement process, solicits revised proposals, evaluates the revised proposals, and makes a new award decision consistent with the Solicitation.” Protestor also seeks an order declaring the contract award to CSC to be “arbitrary and capricious, an abuse of discretion, and a violation of procurement law and policy.”

FINDINGS OF FACT

On July 25, 2014, the USPS issued a purchase plan, establishing an intent to obtain a contractor or contractors for two services: (1) staffing and operating the National Law Enforcement Communications Centers (NLECC) in Dulles, VA and Fort Worth, TX; and (2) Security Guard Services at approxi *176 mately 57 locations across the United States and its territories. 4 Securitas Critical Infrastructure Services, Inc. (Securitas) was the incumbent for the NLECC contract, and ABM Security Services was the incumbent for the Security Guard Services contract. The purchase plan noted that although USPS had contracted for these services separately in the past, the purchase plan sought to consolidate the services into one solicitation “in order to consider consolidating the supply base by using one supplier to potentially provide both services.” The purchase plan noted that “[t]he USPS may award one or multiple contracts based on the results of the competitive solicitation.” The purchase plan provided a four-year base term, with three, two-year options for both the NLECC and Security Guards Services, and the purchase plan stated that the solicitation would require the award decision to be based upon the best value to the USPS.

On August 28, 2014, USPS issued Solicitation No. 2B-14-A-0078 (the Solicitation). The Solicitation contained two line items. Line item no. 00001 was for NLECC Services and required the awardee to:

Provide dispatch and alarm monitoring services in support of the U.S. Postal Inspection Service (USPIS) at each NLECC according to the attached NLECC Statement of Work (SOW). The two (2) locations are Dulles VA, and Ft. Worth TX. This includes direct support of each NLECC by monitoring multiple types of alarm systems, closed-circuit television, dispatch communications and access to national law enforcement databases.

Line item no. 00002 was for Security Guard Services and required the awardee to: “Provide Guard I and II, and security mail screeners, as needed in support of the security program according to the attached Security Services Statement of Work. In addition potentially provide canine handlers with trained working dogs according to the attached Security Services Statement of Work.”

The evaluation factors were the same for both the NLECC and the Security Guard Services, and the four technical evaluation factors, in descending order of importance, were: (1) Technical Approach; (2) Management and Staffing Plan; (3) Supplier Capability; and (4) Past Performance. The Solicitation explained that the technical factors were more important than price, but noted that the “Postal Service will not pay significantly more for marginal increases in technical value or merit, and the perceived benefits of a higher priced proposal must warrant the additional cost.” The Solicitation also indicated that USPS would make the award decisions based upon best value, which it defined as “the outcome that provides the optimal combination of elements, such as lowest total cost of ownership, technology, innovation and efficiency, assurance of supply, and quality relative to the Postal Services’ needs.”

In addition, the Solicitation had a section titled “Contract Clauses.” Clause 4-1 stated, in part:

b. Assignment. If this contract provides for payments aggregating $10,000 or more, claims for monies due or to become due from the Postal Service under it may be assigned to a bank, trust company, or other financing institution, including any federal lending agency, and may thereafter be further assigned and reassigned to any such institution. Any assignment or reassignment must cover all amounts payable and must not be made to, more than one party, except that assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in financing this contract. No assignment or reassignment will be recog *177 nized as valid and binding upon the Postal Service unless a written notice of the assignment or reassignment, together with a true copy of the instrument of assignment, is filed with:
(1) The contracting officer;
(2) The surety or sureties upon any bond; and
(3) The office, if any, designated to make payment, and the contracting officer has acknowledged the assignment in writing.
(4) Assignment of this contract or any interest in this contract other than in accordance with the provisions of this clause will be grounds for termination of the contract for default at the option of the Postal Service.

Clause 4-lb.

USPS received six timely proposals in September 2014, in response to the Solicitation. Four offerors submitted proposals for both the NLECC and Security Guards Services: ABM Security Services, CSC, G4S Secure Solutions (USA) Inc. (G4S), and Securitas. In addition, Gonzales Consulting Services, Inc. (Gonzales) submitted only a NLECC proposal, and U.S. Security Associates, Inc. (U.S. Security) submitted only a Security Guards proposal. The Supply Management Competitive Award Recommendation (Award Recommendation) reflected that the Technical Evaluation Team reviewed the proposals, and evaluated them for strengths, weaknesses, deficiencies, and risks in relation to the evaluation factors, as well as conducted oral presentations with the six offerors in October 2014. The parties have stipulated that, “[ale-cording to the Award Recommendation, the TET [Technical Evaluation Team] then reached a consensus on the ratings for each proposal in relation to the respective evaluation schemes, establishing rankings for the offerors, and summarizing the results in an evaluation spreadsheet.”

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

Related

Palantir Technologies Inc. v. United States
128 Fed. Cl. 21 (Federal Claims, 2016)
Tetra Tech Amt v. United States
128 Fed. Cl. 169 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
126 Fed. Cl. 173, 2016 U.S. Claims LEXIS 345, 2016 WL 1696761, Counsel Stack Legal Research, https://law.counselstack.com/opinion/universal-protection-service-lp-v-united-states-uscfc-2016.