Ceres Environmental Services, Inc. v. United States
97 Fed. Cl. 277
Fed. Cl.2011Background
- Ceres challenges recompeted awards for Regions 6a (Hawaii) and 6b (Alaska) under RFP W912P8-07-R-0101 after a court-ordered reevaluation following AshBritt.
- The Corps implemented a best-value tradeoff with five evaluation factors (four non-price factors and price) and included a Sample Task Order (STO) pricing exercise tied to Schedule B pricing.
- During reevaluation, prices dropped substantially for AshBritt and Phillips & Jordan (P&J) relative to IGE, prompting discussions and a second round of revised proposals.
- The SSEB found price/realism concerns but concluded offers remained within an acceptable competitive range and that the government could enforce Schedule B prices via contract administration and reach-back options.
- The Contracting Officer and SSA ultimately awarded Region 6a to AshBritt (primary) and Region 6b to P&J (primary) with ECC as reach-back in 6a and Ceres as reach-back in 6b; Ceres protests the process.
- Additionally, the Court notes that the STO pricing was not explicitly required to use Schedule B prices, yet the government evaluated STO prices for price realism against the IGE, and ultimately determined awards based on a combination of costs and non-cost factors.
Issues
| Issue | Plaintiff's Argument | Defendant's Argument | Held |
|---|---|---|---|
| Whether the price realism analysis complied with the solicitation and governing law. | Ceres contends the agency incorrectly used revised STO pricing to assess Schedule B prices, and that the IGE and price realism were flawed. | The agency exercised discretion in evaluating price realism and was not bound to use Schedule B pricing in the STO; the analysis was consistent with the RFP and applicable law. | Not upheld; price realism analysis fell within agency discretion and did not violate the solicitation or law. |
| Whether the best-value tradeoff properly weighed non-cost factors against price. | Ceres argues that non-price factors were undervalued and price driven the award improperly. | SSA adequately weighed non-cost factors as significantly more important than price and identified strengths/weaknesses across proposals. | Not upheld; SSA’s best-value decision was consistent with the solicitation and evidence in the record. |
| Whether the agency conducted adequate and fair discussions with Ceres regarding price and other proposal elements. | Ceres alleges unfair, incomplete, and unequal discussions that failed to elicit needed information about price. | Discussions were meaningful and tailored; they satisfied FAR 15.306(d) and allowed offerors to revise proposals appropriately. | Not upheld; discussions were adequate under applicable standards. |
Key Cases Cited
- Alabama Aircraft Indus., Inc.-Birmingham v. United States, 586 F.3d 1372 (Fed.Cir.2009) (court gives deference to agency price realism judgments but requires rational basis)
- Axiom Res. Mgmt., Inc. v. United States, 564 F.3d 1374 (Fed.Cir.2009) (requires rational basis or compliance with regulations in bid challenges)
- Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 463 U.S. 29 (Supreme Court 1983) (arbitrary-and-capricious standard for agency action)
- OMV Med., Inc. v. United States, 219 F.3d 1337 (Fed.Cir.2000) (price realism analysis must be grounded in the solicitation and not substitute court’s view)
