Urs Federal Services, Inc. v. United States

CourtUnited States Court of Federal Claims
DecidedApril 5, 2019
Docket18-1715
StatusPublished

This text of Urs Federal Services, Inc. v. United States (Urs Federal Services, 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
Urs Federal Services, Inc. v. United States, (uscfc 2019).

Opinion

In the United States Court of Federal Claims BID PROTEST No. 18-1715C (Filed Under Seal: March 22, 2019 | Reissued: April 5, 2019) *

) Keywords: Post-Award Bid Protest; 28 ) U.S.C. § 1491; Judgment on the URS FEDERAL SERVICES, INC., ) Administrative Record; NASA; ) Discussions; Price Reasonableness. Plaintiff, ) ) v. ) ) THE UNITED STATES OF AMERICA, ) ) Defendant, ) ) and ) ) PAE-SGT PARTNERS, LLC, ) ) Defendant-Intervenor. ) ) )

Richard B. O’Keeffe, Jr., Wiley Rein LLP, Washington, DC, for Plaintiff. William A. Roberts, III, Paul F. Khoury, Gary S. Ward, Cara L. Lasley, and Colin J. Cloherty, Wiley Rein LLP, Washington, DC, Of Counsel.

Corinne A. Niosi, Senior Trial Counsel, Commercial Litigation Branch, Civil Division, U.S. Department of Justice, Washington, DC, for Defendant, with whom were Douglas K. Mickle, Assistant Director, Robert E. Kirschman, Jr., Director, and Joseph H. Hunt, Assistant Attorney

* This opinion was originally issued under seal and the parties were given the opportunity to request redactions. The opinion is now reissued with redactions, denoted by [***], a black box, or in the case of the names of third-party offerors, “Offeror A,” “Offeror B,” and “Offeror C.” With respect to the redactions requested by Defendant-Intervenor but opposed by the government and Plaintiff, the Court finds that (1) the information therein is not necessary for the reader to understand the opinion; and (2) that, contrary to the government’s position, the information at issue is not “generic” in the same sense as the details the court declined to redact in Inspace 21 LLC v. United States, No. 15-364, 2016 WL 4611057 (Fed. Cl. Sept. 6, 2016). See Joint Status Report at 4, ECF No. 65. The Court has therefore applied the additional redactions requested by the Defendant-Intervenor on the basis that the subject information is “proprietary and confidential.” Id. at 1. General. Brian M. Stanford, Senior Attorney, and Lisette S. Washington, Attorney-Advisor, NASA Headquarters, Office of the General Counsel, Washington, DC, and Louis T. Shernisky, Assistant Chief Counsel, Office of the Chief Counsel, Kennedy Space Center, FL, Of Counsel.

Anuj Vohra, Crowell & Moring LLP, Washington, DC, for Defendant-Intervenor. James G. Peyster, Olivia L. Lynch, Michelle D. Coleman, Sarah A. Hill, and Payal P. Nanavati, Crowell & Moring LLP, Washington, DC, Of Counsel.

OPINION AND ORDER

KAPLAN, Judge.

In this post-award bid protest, Plaintiff URS Federal Services, Inc. (“URS”) challenges a decision by the National Aeronautics and Space Administration (“NASA”) to award Defendant- Intervenor PAE-SGT Partners, LLC (“PSP”) a contract for “baseport operations and spaceport services” at the John F. Kennedy Space Center in Cape Canaveral, Florida.

URS, the incumbent contractor on the predecessor contract at Kennedy Space Center, presents two grounds for its protest. First, it contends that NASA’s evaluation of the technical approach outlined in PSP’s proposal was arbitrary and capricious. Specifically, it argues that the agency overlooked a large discrepancy between the number of craft and non-craft labor hours needed to perform certain key contractual requirements that were set forth in PSP’s “Basis of Estimates” (“BOE”) and the number of craft and non-craft labor hours that were contained in NASA’s own Independent Government Cost Estimate (“IGCE”). It also contends that to the extent that NASA used a comparator other than the IGCE when reviewing PSP’s BOE—namely, NASA’s “Internal Government Estimate” (“IGE”)—the record contains inadequate documentation of the basis for the IGE.

Second, URS contends that NASA erred by allegedly failing to engage in a price reasonableness analysis before establishing the competitive range. As a result of this error, according to URS, the discussions NASA held with it were neither meaningful nor equal. Thus, URS observes, PSP was given an opportunity during discussions to eliminate all of the weaknesses in its technical proposal. On the other hand, NASA never alerted URS that, to make its proposal competitive with PSP’s, it would need to reduce its price (which was ultimately the determinative factor in NASA’s decision to award the contract to PSP).

The case is currently before the Court on the parties’ cross-motions for judgment on the administrative record. For the reasons discussed below, the Court concludes that URS’s arguments lack merit. The agency’s award decision was not arbitrary, capricious, or contrary to law. URS’s motion is therefore DENIED and the government and PSP’s cross-motions are GRANTED.

BACKGROUND

I. The Solicitation

NASA issued Solicitation NNK18619079R (“the Solicitation”) on November 1, 2017. AR Tab 4 at 485. The Solicitation requested proposals for the Kennedy Space Center Base

2 Operations and Spaceport Services Contract (“the BOSS Contract”). Id. at 479, 485. Under the BOSS Contract, the contractor would provide “mission-focused institutional support at [] Kennedy Space Center and NASA facilities on Cape Canaveral Air Force Station.” Id. at 617. Specifically, the BOSS contractor’s duties would include managing infrastructure and utilities at Kennedy Space Center as well as coordinating the use of various facilities by several institutional spaceport “users” including NASA, the Air Force, private entities, and other contractors. See generally id. at 640–700. These services would include “operations, maintenance, and engineering (OM&E) of assigned facilities, systems, equipment, and utilities (FSEU); work management and Spaceport integration functions; mission support and launch readiness management; project management and design engineering services; construction support services; and institutional logistics.” Id. at 617; see also id. at 807 (list of OM&E organizational users); AR Tab 16 at 29602 (list of baseline customers). The Solicitation defined the period of performance as an initial two-year base period followed by three two-year option periods. AR Tab 4 at 500.

The BOSS contract was structured to provide a set amount of baseline work to fulfill certain known and defined baseline requirements, as well as an IDIQ component to meet fluctuating requirements. AR Tab 2 at 377–78. Two categories of baseline work—Baseline Repairs and Replacements (“BRRs”) and Service Orders (“SOs”)—are relevant to the resolution of one of URS’s protest grounds. BRRs are “request[s] for work to existing infrastructure that is essential to protect, preserve, or restore Facilities, Systems, Equipment, and Utilities (FSEU),” AR Tab 4 at 740, while SOs are “request[s] for facilities-related work that is new in nature and not typically essential to protect, preserve, or restore FSEU,” id. at 754.

II. The Solicitation’s Source Selection Procedures and Evaluation Factors

A. Source Selection Procedures

Under the Solicitation, the award would be made to the responsible offeror whose proposal represented the best value to the government. Id. at 582. The Solicitation specified that the BOSS procurement would use competitive negotiated acquisition procedures pursuant to FAR 15.3 and NASA FAR Supplement (“NFS”) 1815.3 and that NASA would also use the tradeoff process described in FAR 15.101-1. Id. at 603.

The Solicitation advised prospective offerors that their “initial proposal[s] should contain [their] best terms from a cost or price and technical standpoint,” and indicated that NASA did not intend to hold discussions. Id. at 582. Nonetheless, the agency reserved the right to conduct discussions if the contracting officer “later determine[d] them to be necessary.” Id.

NASA’s Source Evaluation Board (“SEB”) would conduct evaluations of the proposals pursuant to NFS 1815.370. Id. at 603.

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

Related

Lujan v. Defenders of Wildlife
504 U.S. 555 (Supreme Court, 1992)
Weeks Marine, Inc. v. United States
575 F.3d 1352 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
Digitalis Education Solutions, Inc. v. United States
664 F.3d 1380 (Federal Circuit, 2012)
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)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Orion Technology, Inc. v. United States
704 F.3d 1344 (Federal Circuit, 2013)
One Largo Metro, Llc v. United States
109 Fed. Cl. 39 (Federal Claims, 2013)
Lyon Shipyard, Inc. v. United States
113 Fed. Cl. 347 (Federal Claims, 2013)
Square One Armoring Service, Inc. v. United States
123 Fed. Cl. 309 (Federal Claims, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
Urs Federal Services, Inc. v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/urs-federal-services-inc-v-united-states-uscfc-2019.