Walden Security v. United States

CourtUnited States Court of Federal Claims
DecidedFebruary 9, 2018
Docket17-1228
StatusPublished

This text of Walden Security v. United States (Walden Security 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
Walden Security v. United States, (uscfc 2018).

Opinion

In the United States Court of Federal Claims No. 17-1228C (Bid Protest) (Filed: February 9, 2018)1

***************************** * Post-Award Bid Protest; WALDEN SECURITY, * Supplementation of * Administrative Record; Past Plaintiff, * Performance Evaluation; Too * Close-at-Hand Information; v. * Technical Evaluation; * THE UNITED STATES, * Injunctive Relief. * Defendant, * * and * * PARAGON SYSTEMS, INC., * * Intervenor. * * *****************************

Jonathan D. Shaffer, Mary Pat Buckenmeyer, and Sean K. Griffin, Smith Pachter McWhorter PLC, 800 Towers Crescent Drive, Suite 900, Tysons Corner, VA 22182, for Plaintiff.

Chad A. Readler, Robert E. Kirschman, Jr., Douglas K. Mickle, and A. Bondurant Eley, U.S. Department of Justice, Civil Division, Commercial Litigation Branch, P.O. Box 480, Ben Franklin Station, Washington, D.C. 20044, for Defendant.

Katherine S. Nucci and Scott F. Lane, Thompson Coburn LLP, 1909 K Street NW, Suite 600, Washington, D.C. 20006, for Intervenor.

1 The Court denied this protest orally on November 9, 2017. This opinion memorializes the Court’s oral ruling. The Court issued this opinion under seal on November 29, 2017, and directed the parties to file any proposed redactions by December 13, 2017. Intervenor timely filed its proposed redactions. In response to the Court’s inquiry, Plaintiff and Defendant represented that they had no additional redactions on February 9, 2018. The Court publishes this Opinion indicating redactions by asterisks “[***].” _________________________________________________________

OPINION AND ORDER GRANTING DEFENDANT’S CROSS-MOTION FOR JUDGMENT ON THE ADMINISTRATIVE RECORD _________________________________________________________ WILLIAMS, Judge In this post-award bid protest, Plaintiff Walden Security (“Walden”) challenges the award of contracts by the United States Marshals Service (“USMS”) to Intervenor Paragon Systems, Inc. (“Paragon”) to provide Court Security Officers (“CSOs”) to courthouses in the 3rd and 4th Circuits. This matter comes before the Court on the parties’ cross-motions for judgment on the Administrative Record (“AR”). Walden contests the USMS’s award of the contract to Paragon on four grounds: 1) The USMS failed to properly evaluate Walden’s past performance by disregarding “close-at-hand” information pertinent to recent and relevant work; 2) The USMS failed to properly evaluate Paragon’s past performance by determining that Paragon’s past performance was essentially equal to Walden’s; 3) The USMS evaluated technical factors in an unreasonable, disparate, and unfair manner by placing undue weight on the purported technical strengths of Paragon’s proposal; and 4) The USMS failed to perform a proper tradeoff analysis and best value determination, and treated different offerors in a disparate manner by failing to consider meaningful discriminators contrary to the Competition in Contracting Act and the Federal Acquisition Regulation (“FAR”). Walden asks the Court to direct the USMS to award the contracts to Walden or, in the alternative, to re-evaluate Walden’s and Paragon’s past performance and technical proposals and to make a new best value determination. Because the agency’s decision was reasonable, documented, and in accordance with the Request for Proposals (“RFP”) and applicable procurement law, Walden’s protest is DENIED. Findings of Fact2

The Solicitation On April 22, 2016, the United States Marshals Service Office of Security Contracts issued RFP number DJM-16-A32-R-0001 for non-commercial armed security guard court services for

2 These findings of fact are derived from the Administrative Record (“AR”). Additional findings of fact are in the Discussion. The Court does not correct grammatical or typographical errors in quotations from the record.

2 the 3rd, 4th, and 12th3 Judicial Circuits. AR 301-02. The USMS is responsible for managing and developing a nationwide program to provide for the physical security of the federal judiciary. AR 309. To accomplish its mission of courthouse security, the USMS contracts with private security contractors, whose employees are deputized as Special Deputy U.S. Marshals while serving as CSOs. AR 309. The Solicitation was amended four times—on May 9, May 12, May 13, and finally on May 16, 2016. AR 1127, 1294, 1318, 1342. The procurement was conducted under FAR Part 15 for an indefinite delivery, indefinite quantity (“IDIQ”) time and materials/labor hour contract, with a one-year base period and four one-year option periods. AR 302. The award was to be made on the basis of best value to the Government. AR 471-72. Under the solicitation, an offeror’s technical capability and past performance would be considered “to be approximately equal to each other and when combined to be significantly more important than price.” AR 471. The best value determination was to be made as follows: 1) For each Circuit, the total evaluated price will be the determining factor for award among proposals that are considered substantially equal with regards to non- price factors. That is, where the USMS determines that the non-price factors of each offeror are not significantly different among competing proposals, then the proposal with the lowest evaluated price will be selected for award.

2) If the USMS determines that there are significant non-price factor differences among competitive proposals for each Circuit, then a more expensive proposal may be selected for award where the USMS determines that the value of the selected proposal is worth the price differential. AR 472. Offerors were instructed to submit a technical proposal and financial information covering all circuits proposed and a business proposal for each individual circuit proposed. AR 453. As part of the business proposal, offerors were able to provide information on past and current contracts and on any problems and corrective action taken on these contracts. AR 459. For the technical proposal, offerors were required to address three evaluation factors of equal value: (1) Recruitment Program and Vetting Applicants, (2) Training and Qualifications Program, and (3) Quality Assurance/Quality Control Plans. AR 455-57. These factors were to be evaluated using the Adjectival Color Rating Scheme, set forth below:

Adjective Color Definition Exceptional Blue Satisfies all Government requirements with extensive detail to indicate a thorough understanding of the technical factor and how it relates to successful performance of the contract, and offers numerous significant strengths, which are not offset by

3 In the USMS’ nomenclature, the 12th Circuit refers to the federal courts in the District of Columbia. AR 302. 3 weaknesses, with an overall low degree of risk in meeting the Government’s requirements. Very Good Green Satisfies all Government requirements with ample detail to indicate a good understanding of the technical factor and how it relates to successful performance of the contract, and offers some significant strengths, which are not offset by weaknesses, with a low degree of risk in meeting the Government’s requirements. Satisfactory Yellow Satisfies all Government requirements with sufficient detail to indicate a reasonable understanding of the technical factor and how it relates to successful performance of the contract, with a moderate degree of risk in meeting the Government’s requirements. Marginal Orange Satisfies some Government requirements with little detail to indicate a minimal understanding of the technical factor and how it relates to successful performance of the contract, with an overall high degree of risk in meeting the Government’s requirements. Unsatisfactory Red Proposal contains a major error, omission, or deficiency that indicates a lack of understanding of the technical factor and cannot be cured without materially altering the technical elements of the proposal.

AR 473.

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

Related

Centech Group, Inc. v. United States
554 F.3d 1029 (Federal Circuit, 2009)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
R & W Flammann Gmbh v. United States
339 F.3d 1320 (Federal Circuit, 2003)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Glenn Defense Marine (Asia), PTE Ltd. v. United States
720 F.3d 901 (Federal Circuit, 2013)
Adams and Associates, Inc. v. United States
741 F.3d 102 (Federal Circuit, 2014)
Seattle Security Services, Inc. v. United States
45 Fed. Cl. 560 (Federal Claims, 1999)
Overstreet Electric Co. v. United States
59 Fed. Cl. 99 (Federal Claims, 2003)
Gulf Group Inc. v. United States
61 Fed. Cl. 338 (Federal Claims, 2004)
Ashbritt, Inc. v. United States
87 Fed. Cl. 344 (Federal Claims, 2009)
Science Applications International Corp. v. United States
108 Fed. Cl. 235 (Federal Claims, 2012)

Cite This Page — Counsel Stack

Bluebook (online)
Walden Security v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/walden-security-v-united-states-uscfc-2018.