History
  • No items yet
midpage
99 Fed. Cl. 103
Fed. Cl.
2011
Read the full case

Background

  • DTI filed a bid protest challenging the cancellation of the NAVAIR solicitation for 21 Mi-17 helicopters and AMCOM’s proposed sole-source award to Russia’s Rosoboronexport (RDE).
  • RDE is a Russian state enterprise with exclusive rights to export military Mi-17s; sanctions history and subsequent sanctions relief affected eligibility.
  • NAVAIR issued the July 2010 solicitation; DTI submitted a proposal in August 2010 after obtaining export permission from Russia.
  • Moscow Conference and related actions (Aug–Sept 2010) discussed Russian export controls and the role of RDE; notes suggested a shift in strategy away from NAVAIR’s approach.
  • In December 2010, USD(AT&L) canceled the NAVAIR solicitation and transferred procurement authority to the Army’s NSRWPO; AMCOM issued a January 2011 notice of intent to award a sole-source contract to RDE, with “all responsible sources may submit an offer” language.
  • DTI asserted damages including bid costs and sought injunctive relief; the court denied injunctive relief but allowed bid-preparation and proposal costs to be awarded later in proceedings.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Whether the court has jurisdiction over cancellation of the NAVAIR solicitation. DTI contends §1491(b)(1) covers cancellations of negotiated procurements; seeks review of statutory/regulatory compliance. Government argues lack of jurisdiction or limited review. Court has jurisdiction under §1491(b)(1) to review cancellation under FAR constraints.
Whether DTI has standing to challenge AMCOM’s proposed sole-source award to RDE. DTI argues it would be a qualified bidder if bid process were competitive; thus has standing. DTI is not a current bidder under the sole-source structure. DTI has standing; could compete if the process were competitive, so standing exists.
Whether the case is non-justiciable as a political question. DTI asserts judicial review is appropriate for statutory/regulatory compliance in procurement. Issues implicate defense/foreign policy and are non-justiciable. Six Baker factors do not render the case non-justiciable; claims are justiciable.
Whether the AMCOM process violated FAR 1.102(b)(3), 1.102-2(c)(3), and 3.101-1 and whether DTI is entitled bid costs. AMCOM violated fairness duties and coerced/failed to fairly consider DTI’s proposal. AMCOM acted within statutory/ regulatory bounds; any bias was not shown. Court finds FAR violations in AMCOM process; orders bid-preparation and proposal costs but denies injunctive relief.

Key Cases Cited

  • FFT F Restoration Co., LLC v. United States, 86 Fed.Cl. 226 (2009) (cancellation of negotiated procurements subject to FAR constraints; provide reviewability)
  • DCMS-ISA, Inc. v. United States, 84 Fed.Cl. 501 (2008) (cancellation decisions governed by FAR 15.305(b))
  • Parcel 49C Ltd. P’ship v. United States, 31 F.3d 1147 (1994) (strong presumption of government good faith in bid protests)
  • Am-Pro Protective Agency v. United States, 281 F.3d 1234 (2002) (Gal en standard clarifications on good faith and evidence of pretext)
  • L-3 Communications Integrated Sys., L.P. v. United States, 94 Fed.Cl. 394 (2010) (implied contract/bid fairness considerations in bid protests)
  • Myers Investigative & Sec. Servs., Inc. v. United States, 275 F.3d 1366 (2002) (standing—could compete for the contract if the process were competitive)
Read the full case

Case Details

Case Name: Defense Technology, Inc. v. United States
Court Name: United States Court of Federal Claims
Date Published: Jun 14, 2011
Citations: 99 Fed. Cl. 103; 2011 WL 2419874; No. 11-111C
Docket Number: No. 11-111C
Court Abbreviation: Fed. Cl.
Log In
    Defense Technology, Inc. v. United States, 99 Fed. Cl. 103