History
  • No items yet
midpage
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369
Fed. Cl.
2013
Read the full case

Background

  • Supreme Foodservice GmbH, incumbent SPV Afghanistan contractor, protested award to Anham FZCO; GAO protest led to corrective action and a second award to Anham.
  • DLA Troop Support issued a noncompetitive bridge contract through December 2013 to continue service during implementation, creating a six-month transition.
  • After GAO protest of the Anham award, DLA independently decided to override the CICA automatic stay, allowing Anham to proceed.
  • DoDIG identified DoD contract administration weaknesses (shipping weights, triwalls, pricing) and suggested corrective actions, influencing DLA’s stay override rationale.
  • Pricing disputes (POT rates and tariffs) and DoDIG findings about past overpayments fed concerns cited in the override, but Supreme challenged the rational basis of these justifications.
  • The court granting judgment on the administrative record held the override arbitrary, invalid, and of no effect, restoring the CICA stay via declaratory relief.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Whether DLA’s override of the CICA stay was arbitrary and contrary to law Supreme argues override lacked rational basis and violated statute DLA asserted best interests and urgent and compelling circumstances justified override Override deemed arbitrary and invalid
Whether urgent and compelling circumstances were properly shown No immediate health, safety, or welfare threat supporting override DLA asserted urgent transition needs in war zone Urgent/compelling basis found insufficient and unsupported
Whether the best interests determination had a rational basis Best interests rationale rests on unsupported assumptions about fraud, costs, and alternatives Agency deemed new contract better and necessary to address risks Best interests finding arbitrary; rational basis lacking
Whether a reasonable alternative to override (the bridge contract) was properly considered Bridge contract is a viable alternative to avoid disruption Bridge contract is sole-source and does not address pricing/fraud concerns Reasonable alternative not rationally considered as adequate substitute
Whether the cost-benefit and competition/integrity considerations supported override Costs/benefits and impact on competition not properly weighed Override protected mission and competition by replacing noncompetitive bridge contract Costs/benefits analysis inadequate; override not supported

Key Cases Cited

  • RAMCOR Servs. Grp., Inc. v. United States, 185 F.3d 1286 (Fed. Cir. 1999) (ADRA/Overton Park standards for bid protests; stay considerations)
  • Reilly’s Wholesale Produce v. United States, 73 F. Cl. 705 (2006) (Factors for evaluating CICA stay overrides; importance of alternatives and competition)
  • Motor Vehicle Mfrs. Ass’n v. State Farm Mut. Auto. Ins. Co., 463 U.S. 29 (U.S. 1983) (Arbitrary and capricious review standard; need for rational explanation)
  • PMTech, Inc. v. United States, 95 F.3d 330 (Fed. Cl. 2010) (Overriding stay factors; relevance of Reilly’s Wholesale framework)
  • Centech Grp., Inc. v. United States, 554 F.3d 1029 (Fed. Cir. 2009) (Injunctive relief standards; interplay with declaratory relief in stay contexts)
  • PGBA, LLC v. United States, 389 F.3d 1219 (Fed. Cir. 2004) (Declaratory relief vs. injunctive relief; stay framework)
  • Alaska Airlines v. Johnson, 8 F.3d 791 (Fed. Cir. 1993) (Presumption of good faith of government contractors)
Read the full case

Case Details

Case Name: Supreme Foodservice Gmbh v. United States
Court Name: United States Court of Federal Claims
Date Published: Mar 4, 2013
Citation: 109 Fed. Cl. 369
Docket Number: 13-1C
Court Abbreviation: Fed. Cl.