US Securities Associates, Inc. v. United States

124 Fed. Cl. 433
CourtUnited States Court of Federal Claims
DecidedJanuary 12, 2016
Docket15-1197C
StatusPublished
Cited by6 cases

This text of 124 Fed. Cl. 433 (US Securities Associates, 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
US Securities Associates, Inc. v. United States, 124 Fed. Cl. 433 (uscfc 2016).

Opinion

Post-award bid protest; fixed price; lowest priced technically acceptable offer; con- , tingent offer; jurisdiction; standing; prejudice.

OPINION

BRUGGINK, Judge.

This is a bid protest of the decision by the Administrative Office of the United States Courts to award a contract for providing security services at the Thurgood Marshall Building in Washington, DC to Securiguard, Inc. Pending are the parties’ cross-motions for judgment on the administrative record and defendant’s motion to dismiss. As we ruled at the conclusion of oral argument on December 3, 2015, we lack jurisdiction because plaintiff does not have standing to challenge the award. The protest therefore must be dismissed under RCFC 12(b)(1).

PROCEDURAL AND FACTUAL BACKGROUND 2

On June 19, 2015, the Administrative Office of the United States Courts (“AO”) issued a Request for Quotations (Solicitation No. 061915) under the General Services Administration (“GSA”) Schedule 84 Contract for security services at the Thurgood Marshall Building in Washington, DC. Those services are currently, and were in the recent past, provided under a different contract with the Architect of the United States Capital, which has authority to act with respect to the Marshall Building. The incumbent on that contract is CMI Management, Inc. (“CMI”). Plaintiff, U.S. Security Associates, Inc., is the primary subcontractor for CMI under the *435 incumbent contract. That contract expired on October 31, 2Q15. Plaintiff, U.S. Security Associates, Inc. bid on the new contract but was not chosen for award.

The solicitation was conducted pursuant to Federal Acquisition Regulation (“FAR”) Sub-part 8.4, which permits GSA to set up blanket purchase agreements (“BPAs”) and for authorized entities, such as the AO, to place task orders under the BPA. The task orders can be competed among the holders of the BPA, which is what the AO did here. The RFQ contemplated award of a fixed price task order to a single awardee for one year with options potentially extending another four and a half years. The award was made to the “lowest price technically acceptable” (“LPTA”) offeror.

Offerors were asked to submit their quotations in two volumes, one setting out their price proposal and the second their technical proposal. The procurement would then proceed in essentially three steps. The first step involved a determination of whether of-ferors had self-certified that they had “at least 5 years security service experience in a Level IV facility.” AR 43. Those that had so certified were permitted to proceed to step two. In step two, the bidder offering the lowest overall price was identified. In step three, only that lowest price offer was evaluated by the Technical Evaluation Team (“TET”) to determine if the offeror’s technical proposal was acceptable as measured against three evaluation factors: Key Personnel, Staffing Plan, and Past Performance. If the lowest price proposal — here Securi-guard’s — was acceptable, as it was here, the search was over and the contract awarded. If not, then the TET advanced to consideration of the next lowest price offer.

With respect to key personnel, offerors were required to submit at least one resume for two senior positions: On-Site Security Manager and Captain. The staffing plan needed to reflect how the staff would be recruited, selected, and allocated over the required posts. In order to satisfy the past performance requirement, offerors were required to submit information concerning five contracts of similar size, scope and complexity in a comparable facility that had been performed within the past three years or were being currently performed.

Amendment 1 to the solicitation incorporated a number of attachments to the solicitation, including a set of questions and answers and the currently-in-place Collective Bargaining Agreement (“CBA”) for security personnel at the Thurgood Marshall building. AR 82-148. Question 1 asked the agency whether a CBA applied and the answer supplied was “yes” and attached was the agreement. AR 77. Amendment 2 confirmed the applicability of the CBA in answer to a question concerning the inclusion of both a CBA and a prevailing wage determination. AR 166 (stating that the CBA applied and attaching the prevailing wage determination was an error).

The AO received quotations from five entities, including plaintiff and the intervenor, Securiguard, Inc. All five met the five years of security experience certification requirement. The contracting officer then determined that Securiguard offered the lowest proposed price. The TET therefore evaluated Securiguard’s proposal and concluded that it was technically acceptable in all areas and had no deficiencies. Securiguard was awarded the task order on September 8, 2015.

Plaintiff filed a protest with GAO on September 14, 2005, and the statutory stay attached. In order to maintain security services under the incumbent contract, the Architect of the Capitol extended the contract with CMI through the end of October. GAO denied the protest on October 8, 2015, and the AO instructed Securiguard to begin transition preparations with the goal of commencing performance on November 1, 2015. Plaintiff filed its complaint in this court on October 13, 2015, along with a motion for a temporary restraining order and permanent injunction. We received briefing and heard oral argument on the motion for preliminary relief on October 29, 2015. We denied the motion for a preliminary injunction on November 2, 2015, holding that plaintiff had not met the test for preliminary injunctive relief because of the lack of likelihood of success on the merits. U.S. Security Associates v. United States, 123 Fed.Cl. 663, 667 (2015).

*436 The parties have since filed cross-motions for judgment on the administrative record and defendant has filed a motion to dismiss for lack of subject matter jurisdiction and lack of standing. The motions are fully briefed, and oral argument was held on December 3, 2015. We need only reach the jurisdictional issues.

DISCUSSION

Normally in the bid protest context, we would consider the four-part test for permanent injunctive relief, including the merits of the protestor’s challenge to the agency’s procurement action. Here, however, we do not reach those questions because plaintiff has neither shown that it has standing to pursue this lawsuit nor that the court is possessed of subject matter jurisdiction over the merits of this case.

In any case before the court, plaintiff must establish jurisdiction before the court can consider the merits of the complaint. Plaintiff bears the burden of establishing jurisdiction by a preponderance of the evidence. M. Maropakis Carpentry, Inc. v. United States, 609 F.3d 1323, 1327 (Fed.Cir.2010). Jurisdiction includes both the question of whether the subject matter of the case is appropriately before the court (subject matter jurisdiction) and thé question of whether plaintiff has a right to bring the challenge itself (standing). Defendant’s motion to dismiss raises both grounds for dismissal.

I. Standing

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

Related

ARNHOLD v. United States
Federal Claims, 2025
Level 3 Communications, LLC v. United States
129 Fed. Cl. 487 (Federal Claims, 2016)
Omran Holding Group v. United States
128 Fed. Cl. 273 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
124 Fed. Cl. 433, Counsel Stack Legal Research, https://law.counselstack.com/opinion/us-securities-associates-inc-v-united-states-uscfc-2016.