Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369
Fed. Cl.2013Background
- 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)
