Michael Stapleton Associates, Ltd v. United States
22-573
Fed. Cl.Aug 3, 2022Background
- USPS awarded a 2020 contract for canine explosive detection and alarm resolution services to MSA; disappointed offerors protested, and the Court twice remanded for an OCI investigation.
- After the second remand, the contracting officer found an OCI and USPS shortened MSA’s contract and cancelled renewal options, then issued two new, separate 2022 solicitations: one for Canine (Third-Party) Mail Screening and one for Alarm Resolution.
- MSA filed business disagreements alleging the unbundling and solicitation ambiguities were improper; SDRO amended solicitations to mitigate incumbent advantage but permitted MSA to compete.
- MSA filed a preaward bid protest and moved for a TRO and preliminary injunction to stop the 2022 awards; USPS agreed to delay awards, mooting the TRO request.
- The Court held expedited briefing and oral argument and denied MSA’s motion for a preliminary injunction, finding MSA unlikely to succeed on the merits and that other injunction factors favored USPS.
Issues
| Issue | Plaintiff's Argument | Defendant's Argument | Held |
|---|---|---|---|
| Whether unbundling Canine Screening from Alarm Resolution was arbitrary or capricious | Unbundling departs from prior preference for a single provider and lacks a rational basis | USPS relied on stakeholder "lessons learned," market research, and operational independence of the two teams to increase competition | Denied — court held USPS provided a rational explanation and did not act arbitrarily; change was within agency discretion |
| Whether the 2022 solicitations contain patent ambiguities about contractor interaction and chain of command | Solicitation language requiring collaboration is vague and omits protocols/chain of command, risking operational and proprietary issues | The SOW reasonably requires collaboration for ancillary items (playbook, exercises) and implies USPS resolves disputes; experienced contractors can coordinate | Denied — court found no ambiguity "of significance" and that the government’s description was sufficient |
| Whether reducing the past-performance look-back from 36 to 24 months was arbitrary | The change alters technical criteria and improperly favors competition over reasoned evaluation; USPS should have excluded MSA’s incumbent experience instead | Reduction was a proportional, reasonable measure to mitigate MSA’s incumbency advantage and promote competition; agency need not adopt the plaintiff’s preferred remedy | Denied — court found a rational connection between facts and choice; the change was not arbitrary |
| Whether cargo-screening experience may be evaluated as equivalent to mail-screening experience | Mail screening is materially different (faster pace, more items) and not interchangeable with cargo experience | Mail vs. cargo distinctions are largely organizational; screening tasks overlap and TSA cargo program origins support equivalence | Denied — court held treating cargo experience as equivalent was reasonable to mitigate incumbent advantage |
Key Cases Cited
- PGBA LLC v. United States, 389 F.3d 1219 (Fed. Cir. 2004) (sets Fourth Circuit/Federal Circuit framework for preliminary-injunction factors in procurement cases)
- Centech Grp., Inc. v. United States, 554 F.3d 1029 (Fed. Cir. 2009) (discusses balancing PI factors in bid protests)
- Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001) (APA review standard for agency procurement decisions)
- Dell Fed. Sys., L.P. v. United States, 906 F.3d 982 (Fed. Cir. 2018) (rational-basis/deferential review of procurement reasonableness)
- E.L. Hamm & Assocs., Inc. v. England, 379 F.3d 1334 (Fed. Cir. 2004) (defines "patent ambiguity")
- Redland Genstar, Inc. v. United States, 39 Fed. Cl. 220 (1997) (example of agency changing technical specs without adequate explanation)
- Bowman Transp., Inc. v. Arkansas-Best Freight Sys., Inc., 419 U.S. 281 (1974) (requires rational connection between facts found and choice made)
