Croman Corp. v. United States
106 Fed. Cl. 198
Fed. Cl.2012Background
- Croman challenged the Forest Service's evaluations and best-value tradeoffs for exclusive-use firefighting helicopters and sought relief in court.
- In 2011, the Forest Service issued RFP 11-9001 for 34 helicopters (heavy- and medium-lift) with specific payloads and altitude requirements; proposals could include multiple helicopters per CLIN but only one per CLIN.
- Proposal evaluation used five non-price technical factors (mandatory documentation, aircraft performance, safety/risk, past performance, organizational experience) with non-price factors significantly more important than price.
- A computer Optimization Model (OM) and human review guided best-value decisions; after GAO protests, corrective action reevaluated three factors and adjusted line-item awards.
- Croman was not awarded any CLINs post-corrective action; awards went to Siller, Columbia, Firehawk for CLINs 16–34; plaintiff filed suit soon after the corrective action was completed.
- The court addressed jurisdiction, mootness, standing, and the merits of the allegations, ultimately granting cross-motions for judgment on the record and denying others.
Issues
| Issue | Plaintiff's Argument | Defendant's Argument | Held |
|---|---|---|---|
| Jurisdiction and ripeness of corrective-action protest | Croman challenges the corrective action as inadequate to cure initial errors. | Only the original awards are moot; corrective action protests are within jurisdiction but not meritorious. | Corrective-action protest is within jurisdiction and ripe; original awards moot. |
| Standing to challenge CLINs 17, 23, 28, 29, 30, 32, 33 | Croman has a direct economic interest and prejudice sufficient for standing. | Plaintiff lacks standing to challenge these CLINs. | Plaintiff has standing to challenge all contested CLINs. |
| Reasonableness of rating methods and documentation for rating factors | Averaging and precision in ratings and lack of documentation render evaluations irrational. | Rating methods are rational, predefined, and adequately documented; OM supplementally explains exercise of judgment. | Rating methods and documentation deemed not irrational or unlawful. |
| Elimination of Siller's CLIN 23 proposal based on price | Agency should have eliminated Siller for CLIN 23 due to higher price. | Siller's price and capacity were acceptable; elimination not required given price-per-pound and capabilities. | Agency was not required to eliminate Siller for CLIN 23; challenge rejected. |
| Validity of the best-value tradeoff and omissions in the record | OM-driven tradeoffs and supporting narratives were insufficient to show rational decision-making. | Tradeoffs were properly conducted under FAR 15.308, with adequate rationale and documentation. | Plaintiff failed to demonstrate prejudice; tradeoff methodology and explanations are sufficient. |
Key Cases Cited
- Magnum Opus Techs., Inc. v. United States, 94 Fed.Cl. 512 (Fed. Cl. 2010) (broad bid-protest jurisdiction and corrective-action review)
- Textron, Inc. v. United States, 74 Fed.Cl. 277 (Fed. Cl. 2006) (pre-award protest standards and standing considerations)
- Serco, Inc. v. United States, 81 Fed.Cl. 463 (Fed. Cir. 2008) (skeletal framework for best-value tradeoff analysis and prejudice)
- Blue & Gold Fleet, L.P. v. United States, 492 F.3d 1308 (Fed. Cir. 2007) (waiver principles regarding challenges to solicitation terms)
- A&D Fire Prot., Inc. v. United States, 50 Fed.Cl. 399 (Fed. Cl. 2001) (standing and adequacy of protest evidence in bid challenges)
