Vanguard Security Inc. v. United States

20 Cl. Ct. 90, 1990 U.S. Claims LEXIS 95, 1990 WL 38036
CourtUnited States Court of Claims
DecidedApril 4, 1990
DocketNo. 90-202C
StatusPublished
Cited by21 cases

This text of 20 Cl. Ct. 90 (Vanguard Security Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Vanguard Security Inc. v. United States, 20 Cl. Ct. 90, 1990 U.S. Claims LEXIS 95, 1990 WL 38036 (cc 1990).

Opinion

OPINION

NETTESHEIM, Judge.

This pre-award bid protest is before the court after argument on cross-motions for summary judgment. At issue is the propriety of the cancellation of a solicitation. A question for decision is whether the Government is bound to obtain the services for which it solicited from the lowest responsive bidder, despite a mistake that, in the Government’s view, changed the type of contract covered by the solicitation. The overarching issue, however, is whether the Government can justify the cancellation based on major defects in the solicitation that were revealed only during litigation and that did not formerly play any role in the agency’s decision to cancel the subject solicitation.

FACTS

Plaintiff VanGuard Security Inc. (“plaintiff”) brought suit pursuant to 28 U.S.C. § 1491(a)(3) (1982), to enjoin the cancellation of Solicitation No. IFB/DLS-2-90 (“DLS-2-90”) by the Southern Regional Office of the Immigration and Naturalization Service (the “INS”) of the U.S. Department of Justice for the INS Port Isabel Service Processing Center (“SPC”), Los Fresnos, Texas. The subject procurement covered provision of unarmed guard services for an initial year and four option years. Plaintiff had been the low responsive bidder of the six bids received prior to bid opening on December 18, 1989.

By letter dated February 13, 1990, Contracting Officer (Supervisory Contract Specialist) Arthur S. Cooper, III, of the INS Southern Regional (Dallas) Office, notified plaintiff that Amendment No. 3, issued on December 12, 1989, “contained several conflicting and fatal errors.” According to the notice of cancellation, the amendment had the effect of changing the intended contract from an indefinite quantity contract to a firm fixed-price contract. Amendment [94]*94No. 3 also required bidders to price additional guard hours and stated that failure to provide a bid for all the items shall cause the bid to be rejected. The notice of cancellation explained that the second change suggested the use of options, which was an unacceptable method to the Southern Regional Office for obtaining the needed guard services. The notice recited:

The errors included in Amendment # 3 resulted in ambiguous and conflicting specifications, with the issue of intended contract type outstanding. The original text of the solicitation including amendments # 1 and # 2, stated clearly, correctly, and appropriately that the intended contract was to be of the Indefinite Quantity type. The changes made by Amendment # 3 cast ambiguity with its apparent (yet incomplete and inappropriate) conversion of the solicitation to a “Firm Fixed Price” type of contract. At issue is the requirement for additional services which must be available to the government on short notice. In a firm fixed price type of contract, options may be used to provide for additional services beyond the basic contract requirements. However, the exercising of an “option” to obtain the additional services is not an acceptable method in that the action of exercising an option itself, is too awkward and time consuming to be considered.
In consideration of the facts and analysis above, the Contracting Officer has found that the specifications and terms of Solicitation # IFB/DLS-2-90 with its amendments 1-3, contain fatal conflicts and ambiguities which would result in prejudice to offerors, and if the contract was to be awarded as is, such contract would not satisfy the needs of the government____

Contracting Officer Cooper advised that the Commissioner of the INS determined to reject all bids and cancel the solicitation.

The undisputed and material facts forming the background of this action follow. Although according to Ronald A. Schlesinger, an INS Procurement Analyst in the Headquarters, Contracting and Procurement Branch, the INS does not have a significant number of guard service contracts, the Southern Regional Office has procured guard services in the past for the Port Isabel SPC facility. Intervenor Bums International Security Services (“Burns”) was the incumbent under an indefinite quantity contract awarded in November 1986. Burns’ contract expired sometime in September 1989. Since that date, Bums has been providing guard services under purchase orders. Solicitation IFB/DLS-2-90 was issued on October 23, 1989, according to Contracting Officer Cooper. It contemplated an indefinite quantity contract, as did the predecessor of November 20, 1986, under which Burns provided guard services.

Solicitation DLS-2-90, as issued, called for a minimum of 175,200 productive guard man-hours and a minimum of 17,520 supervisory man-hours, if performance commenced on December 1, 1989. The solicitation required the contractor to staff 20 guard posts 24 hours per day, seven days a week, including holidays, in order to meet the specified minimum productive guard man-hours. The solicitation included four one-year option periods. Bidders on the solicitation were to provide unit prices and total bid prices for productive guard man-hours and supervisory guard man-hours for each contract period. The provision of temporary additional services was also required, not to exceed 120 man-hours per month — 100 for production guards and 20 for supervisory.

Contract Specialist Thomas E. Jones, Mr. Cooper’s subordinate, drafted the solicitation using the 1986 contract with Burns. Many of the pages of the solicitation package were copied directly from the Burns contract. In some instances provisions were lifted wholesale without revision to reflect the later date or requirements of solicitation DLS-2-90. Contracting Officer Cooper issued two amendments before the crucial Amendment No. 3. Amendment Nos. 1 and 2, issued on November 22, 1989, and December 6,1989, respectively, extended the due date for the bids and gave a revised initial performance period. Since the solicitation was under review during [95]*95this interval, both advised that additional clarification would follow. On December 12, 1989, Amendment No. 3 issued extending the bid opening and due date to December 18, 1989, and setting initial performance to begin on February 12, 1990. Amendment No. 3 is a 20-page document that was issued under the authority of Contracting Officer Cooper.

The INS based its decision to cancel the solicitation on the effect of two modifications to the solicitation effected by Amendment No. 3. Although Contracting Officer Cooper did not prepare the bulk of this amendment, he personally drafted the two key provisions. By these amendments he intended to change the contract from an indefinite quantity contract to a firm fixed-price contract.

These modifications are described in the order of sequence in the solicitation (and not as they appear in the amendment). Pri- or to amendment Part I, Section F “Deliveries and Performance” provided, in pertinent part:

A. PERIOD OF PERFORMANCE

This is an indefinite quantity contract which provides for a minimum of 175,200 productive guard man-hours and a minimum of 17,520 supervisory man-hours if the contract is awarded so that performance begins at 12:01 AM on December 1[,] 1989. The contract period will be from date of award through 11:59 PM, September 30, 1990, with the possibility of continuing for four (4) one year option periods.

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

Related

Mlinqs, LLC v. United States
Federal Claims, 2023
Pricewaterhousecoopers Public Sector, LLP v. United States
126 Fed. Cl. 328 (Federal Claims, 2016)
MORI Associates, Inc. v. United States
102 Fed. Cl. 503 (Federal Claims, 2011)
Sayer v. Minnesota Department of Transportation
790 N.W.2d 151 (Supreme Court of Minnesota, 2010)
Space Exploration Technologies Corp. v. United States
68 Fed. Cl. 1 (Federal Claims, 2005)
Patriot Contract Services v. United States
388 F. Supp. 2d 1010 (N.D. California, 2005)
Great Lakes Dredge & Dock Co. v. United States
60 Fed. Cl. 350 (Federal Claims, 2004)
Filtration Development Co. v. United States
60 Fed. Cl. 371 (Federal Claims, 2004)
Brickwood Contractors, Inc. v. United States
49 Fed. Cl. 148 (Federal Claims, 2001)
Chas. H. Tompkins Co. v. United States
43 Fed. Cl. 716 (Federal Claims, 1999)
California Marine Cleaning, Inc. v. United States
42 Cont. Cas. Fed. 77,398 (Federal Claims, 1998)
United International Investigative Services, Inc. v. United States
42 Cont. Cas. Fed. 77,336 (Federal Claims, 1998)
Informatics Corp. v. United States
42 Cont. Cas. Fed. 77,311 (Federal Claims, 1998)
Alfa Laval Separation, Inc. v. United States
42 Cont. Cas. Fed. 77,248 (Federal Claims, 1998)
Mike Hooks, Inc. v. United States
42 Cont. Cas. Fed. 77,191 (Federal Claims, 1997)
Allied Technology Group, Inc. v. United States
41 Cont. Cas. Fed. 77,179 (Federal Claims, 1997)
Shields Enterprises, Inc. v. United States
38 Cont. Cas. Fed. 76,526 (Federal Claims, 1993)
Arthur Forman Enterprises, Inc. v. United States
37 Cont. Cas. Fed. 76,079 (Court of Claims, 1991)

Cite This Page — Counsel Stack

Bluebook (online)
20 Cl. Ct. 90, 1990 U.S. Claims LEXIS 95, 1990 WL 38036, Counsel Stack Legal Research, https://law.counselstack.com/opinion/vanguard-security-inc-v-united-states-cc-1990.