Xpo Logistics Worldwide Government Services, LLC v. United States

133 Fed. Cl. 162, 2017 U.S. Claims LEXIS 855, 2017 WL 3124208
CourtUnited States Court of Federal Claims
DecidedJune 30, 2017
Docket17-452C & 17-455C (Consolidated)
StatusPublished
Cited by5 cases

This text of 133 Fed. Cl. 162 (Xpo Logistics Worldwide Government Services, LLC 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
Xpo Logistics Worldwide Government Services, LLC v. United States, 133 Fed. Cl. 162, 2017 U.S. Claims LEXIS 855, 2017 WL 3124208 (uscfc 2017).

Opinion

OPINION AND ORDER

KAPLAN, Judge.

These consolidated bid protests arise out of a solicitation for a contract to provide transportation services issued by the Department of Defense, through the United States Transportation Command (USTRANSCOM or “the agency”). The protests were filed after the agency decided to take certain corrective action recommended by the Government Accountability Office (GAO), in response to a bid protest filed there by XPO Logistics Worldwide Government Services, LLC (XPO). GAO had recommended that USTRANSCOM reconsider its award of the contract to Crowley Logistics, Inc. (Crowley) because of what GAO considered a flawed analysis of Crowley’s past performance references.

After the agency announced that it intended to follow GAO’s recommendation by reevaluating both offerors’ past performance references and issuing a new source selection decision, both XPO and Crowley filed bid protests with this Court. In its protest, XPO alleges that the corrective action the agency has elected to take on the basis of GAO’s recommendation is not broad enough because it does not address other errors the agency allegedly committed in its award determination. Crowley claims, on the other hand, that the agency’s decision to take corrective action is unreasonable because GAO’s conclusion that the original award decision was flawed was itself arbitrary and capricious.

Currently before the Court are the parties’ cross-motions for judgment on the administrative record with respect to both protests, as well as the government’s motion to dismiss Crowley’s complaint. For the reasons set forth below, the government’s motion to dismiss is DENIED. XPO’s motion for judgment on the administrative record in case number 17-452 is DENIED, and the government’s and Crowley’s cross-motions are GRANTED. In case number 17-455, Crowley’s motion for judgment on the administrative record is DENIED, and the government’s and XPO’s cross-motions are GRANTED.

BACKGROUND

I. The Solicitation

USTRANSCOM “is a unified, functional combatant command which provides support to the eight other US combatant commands, the military services, defense agencies, and other government organizations.” Admin. R. (AR) Tab 6 at 151. On March 25, 2015, it issued solicitation number HTC711-15-R-R003 (RFP or “the Solicitation”) seeking pro- *168 posáis for an indefinite-delivery, indefinite-quantity contract to provide services throughout the continental United States as well as in Alaska and Canada in connection with the Department of Defense Freight Transportation Services (DFTS) program. Id. at 87, 150. These “transportation coordination services” would be provided to both the Defense Logistics Agency and the Defense Contract Management Agency, “from receipt of the shipment request through final payment for services rendered,” including “management of shipments” and “transportation support.” Id. at 151-52. Additionally, USTRANSCOM noted that “[o]ther government agencies [could] require these services over the course of the contract.” Id. at 152. The DFTS contract would be for a two-year base period with five one-year options. Id. at 89-96.

A. The Solicitation’s Instructions

In the Solicitation’s instructions, US-TRANSCOM directed offerors to submit their proposals in five volumes, covering the following topics: 1) Corporate Experience; 2) Business Proposal; 3) Technical Capability; 4) Past Performance; and 5) Price. Id. Tab 20 at 9485. 1 The parties’ disputes in these bid protests relate primarily to the agency’s evaluation of the past performance and price volumes.

For the past performance volume, US-TRANSCOM instructed offerors that they were to “provide past performance information for all contracts/efforts submitted in RFP Attachment 11,” a form which was also used to document “corporate experience.” Id. at 9492. Attachment 11 was to contain all of an offeror’s “most relevant contracts and/or efforts within the past three (3) years.” Id. at 9485. For each contract, offerors were to explain how their performance related to the tasks required by the DFTS program in “scope, magnitude, and complexity.” Id. at 9485-86. Offerors were also instructed to request that each of the parties with whom they had contracted complete past perform-anee questionnaires and return them to US-TRANSCOM for evaluation. Id.

With respect to pricing, the Solicitation set forth contract line items (CLINs) for the different transportation services that the contractor might be required to perform. Id. at 9451-61. The primary CLIN category was CLIN X001, the line item for transportation services for each year of the contract. See id. The agency instructed offerors that they were to “provide individual transportation rates [for this CLIN] in Attachment 2-Rate Table.” E.g., id at 9451. Attachment 2, in turn, consisted of multiple rate tables containing tens of thousands of sub-CLINs (SLINs), which were each based upon the geographical origin and destination of a shipment, the equipment type required for a shipment, and the weight of the shipment, as well as the required timeframe for delivery. See id. at 10101-08; see also id. Tabs 20A-20B (pricing sheet attachments),

B. Evaluation Criteria

The Solicitation provided that in determining the contract award, “[e]xpanded tradeoff procedures [would] be utilized in accordance with FAR 15.101-1 and DoD Source Selection Procedures.” Id. Tab 20 at 9494. US-TRANSCOM intended to award the contract to the offeror who was “deemed responsible,” whose proposal “conformed] to all required terms and conditions” of the Solicitation, and whose proposal “represented the] best value to the Government, price and other factors considered.” Id. In addition, the Solicitation provided that the agency would “not pay a price premium that it considered] to be disproportionate to the benefits associated with the proposed margin of service superiority.” a

Pursuant to the terms of the Solicitation, the agency would separately evaluate each proposal volume. See id. Offerors’ corporate experience and business proposal submissions would be rated on an acceptable/unacceptable basis. H. Technical capability would be rated based on certain subfactors, using a tiered adjectival rating scale. See id. at 9496- *169 501. As discussed in more detail below, past performance was to be evaluated to determine its recency and relevancy and to assess performance confidence, with adjectival ratings assigned to the latter two factors. Id. at 9501-02, Technical capability was more important than past performance, and “[a]ll rated evaluation factors (Technical Capability and Past Performance), when combined, [were] approximately equal to price.” Id. at 9494.

For past performance, the agency stated that it would “determine the recency and the relevancy of each past performance effort being evaluated.” Id.' at 9501 (emphasis in original). Further, the Solicitation contained a chart setting' forth the standards that would determine the degree of relevancy that the agency would assign to each past performance effort:

RATING DESCRIPTION

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
133 Fed. Cl. 162, 2017 U.S. Claims LEXIS 855, 2017 WL 3124208, Counsel Stack Legal Research, https://law.counselstack.com/opinion/xpo-logistics-worldwide-government-services-llc-v-united-states-uscfc-2017.