History
  • No items yet
midpage
Survival System, USA. Inc. v. United States
102 Fed. Cl. 255
| Fed. Cl. | 2011
Read the full case

Background

  • SSI, a small business, protests USMC award of a fixed-price contract for underwater egress training; award to ProActive after re-competition; Amendment 15 changed evaluation to lowest-price technically acceptable; revised SOW set minimum staffing; independent price analysis scrutinized ProActive’s labor pricing; GAO dismissed SSI protest; court denied SSI motion and granted defendants’ cross-motions.
  • Amendment 15 required two technical factors and a two-stage price evaluation (acceptability then lowest price among acceptable proposals).
  • Three offers remained after competition: ProActive, Survival Systems, and DMS; ProActive had the lowest evaluated price but concern arose over wage and staffing assumptions.
  • The agency performed a thorough technical evaluation of ProActive’s proposal, not just blanket assertions, and concluded it met staffing and maintenance requirements in the revised SOW.
  • Price analysis used by the agency relied on competition, historical prices, and an extensive price analysis to check for buy-in, with a finding of adequate price competition.

Issues

Issue Plaintiff's Argument Defendant's Argument Held
Whether SSI waived its challenge to the technical evaluation. SSI argued ProActive’s staffing and evaluation were deficient. Defendant maintains waiver; argument not preserved in moving papers. Waived; or at least properly supported as adequate even if preserved.
Whether the agency’s technical evaluation was proper. ProActive’s staffing and technical approach failed to meet Amendment 15 staffing terms. Agency conducted a detailed evaluation under the amended RFP and SOW. Properly conducted; ProActive found technically acceptable.
Whether the price evaluation was reasonable. Independent price analysis misapplied wage data and overemphasized Hawaii Okinawa comparability. Analyses consistent with FAR and solicitation; used historical pricing data. Reasonable under the FAR; adequate competition existed.
Whether ProActive’s pricing was unbalanced. Prices for mobilization and base-year services were unbalanced and risky. No unbalanced pricing; analysis supported by price documents. Not unbalanced; agency reasonably concluded no significant unbalance.
Whether staffing minimums required full-time equivalents (FTEs). Amendment 15 required full person-years per position. Solicitation did not require FTEs; could meet minimum staffing non-FTE; evaluation restricted to stated factors. No requirement for FTE staffing; evaluation properly focused on minimum staffing.

Key Cases Cited

  • Bannum, Inc. v. United States, 404 F.3d 1346 (Fed. Cir. 2005) (two-step bid protest framework: arbitrary action; then prejudice)
  • Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324 (Fed. Cir. 2001) (arbitrary or capricious standard; rational basis required)
  • State Farm Mut. Auto. Ins. Co. v. State Farm, 463 U.S. 29 (1983) (highly deferential review; rational basis suffices)
  • Alabama Aircraft Indus., Inc.-Birmingham v. United States, 586 F.3d 1372 (Fed. Cir. 2009) (agency rational basis; regularity presumption)
  • Novosteel SA v. United States, 284 F.3d 1261 (Fed. Cir. 2002) (reliance on agency arguments; waiver and preserve)
  • Savantage Fin. Servs., Inc. v. United States, 595 F.3d 1282 (Fed. Cir. 2010) (affirmation of regularity; prudence in procurement decisions)
Read the full case

Case Details

Case Name: Survival System, USA. Inc. v. United States
Court Name: United States Court of Federal Claims
Date Published: Nov 4, 2011
Citation: 102 Fed. Cl. 255
Docket Number: No. 11-534 C
Court Abbreviation: Fed. Cl.