GLENN DEFENSE MARINE (ASIA), PTE LTD., Plaintiff-Appellant, v. UNITED STATES, Defendant-Appellee, AND MLS-MULTINATIONAL LOGISTIC SERVICES LTD, Defendant-Appellee.
2012-5125
United States Court of Appeals for the Federal Circuit
June 25, 2013
Appeal from the United States Court of Federal Claims in No. 11-CV-718, Judge Marian Blank Horn.
ARLENE PIANKO GRONER, Senior Trial Counsel, Commercial Litigation Branch, Civil Division, United States Department of Justice, of Washington, DC, argued for defendant-appellee, United States. With her on the brief were STUART F. DELERY, Acting Assistant Attorney Gen-
SARAH M. GRAVES, Husch Blackwell, LLP, of Washington, DC, argued for defendant-appellee, MLS-Multinational Logistic Services, LTD. With her on the brief were WALTER A.I. WILSON, DANIEL J. DONOHUE and CLAUDE P. GODDARD, JR.
Before MOORE, REYNA, and WALLACH, Circuit Judges.
Opinion for the court filed by Circuit Judge WALLACH,
Dissenting opinion filed by Circuit Judge MOORE.
WALLACH, Circuit Judge.
Glenn Defense Marine (Asia), PTE Ltd. (“GDMA“) appeals from the order of the United States Court of Federal Claims granting the motions of the government and MLS-Multinational Logistic Services Ltd. (“MLS“) for judgment on the administrative record. Glenn Defense Marine (Asia), PTE Ltd. v. United States, 105 Fed. Cl. 541, 583 (Fed. Cl. 2012).1 Because GDMA failed to establish that the award of the contract to MLS was arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law, we affirm the Court of Federal Claims.
BACKGROUND
The United States Navy, Naval Supply Systems Command, Fleet Logistics Center Yokosuka (“Navy“) solicited bids on November 3, 2009 for maritime husband-
Offerors were instructed to submit a Past Performance Matrix, Past Performance Reference Information
In its initial summary report, the Evaluation Team assigned GDMA an overall past performance rating of “Satisfactory.” J.A. 536. In its report it cautioned that although the references all gave GDMA overall ratings of “Satisfactory” or better, those rating were not substantiated with narrative comments, which instead provided more support for the “Less than Satisfactory” ratings assigned for several subfactors. The report referenced the negative comments identified in the reviewers’ narratives: non-responsiveness by customer service representatives, late or incomplete pre-port visit estimates, a negative past performance letter regarding force protection barriers, failure to provide a pricing plan, delinquent payments, and general non-responsiveness in communications.
On November 4, 2010, the Evaluation Team forwarded its assessments to the primary contracting officer who, that same day, forwarded a draft of the pre-negotiation Business Clearance Memorandum to a member of the Contract Review Board (“Board“). The memorandum assigned GDMA an overall performance rating of “Satisfactory” but also reflected the concerns raised in the past performance questionnaires. Glenn Defense Marine, 105 Fed. Cl. at 551. A Board member raised concerns with the primary contracting officer over the “Satisfactory” rating which, in his opinion, “appear[ed] dubious at best.” Id. (internal quotation marks omitted). After discussing the matter with the Evaluation Team, the primary contracting officer responded that it was a borderline decision. Id. The Evaluation Team Chairman indicated to the other reviewers that, in light of the Board member‘s concern about the “Satisfactory” rating, “[i]t may be easier for us to adjust the ratings downward based on the currently available negative” comments, rather than attempt to substantiate the “Satisfactory” rating. Id. (internal quotation marks omitted).
The Evaluation Team awarded MLS a past performance rating of “Better,” with summary notes indicating “[t]he offeror was very cooperative and committed to customer service. This meant that the offeror‘s past performance record led to a strong expectation of customer satisfaction and successful performance.” Id. (internal quotation marks omitted). In each element of each area, the Evaluation Team noted that there were no major issues or weaknesses.
After initial evaluations were completed, a Business Clearance Memorandum was drafted and the primary contracting officer sent questions to both GDMA and MLS and asked each to submit a final proposal. The primary contracting officer raised eight past performance issues with GDMA based upon comments in the questionnaires.4 No past performance questions were asked of MLS. In considering GDMA‘s responses one reviewer noted that the majority of the corrective actions could not be verified
In the final evaluation both GDMA and MLS achieved a Technical Approach rating of “Better” and a Security Plan rating of “Acceptable.” Id. GDMA‘s past performance rating was “Less than Satisfactory,” while MLS‘s past performance rating was “Better.” However, MLS‘s price was $989,214.00 higher than GDMA‘s price.
The primary contracting officer noted that GDMA and MLS had relatively equal technical evaluations, but that MLS‘s past performance rating was higher; thus when combining the non-price factors together, MLS was rated higher than GDMA. Because of the difference in price, a trade-off analysis was required to determine the best value proposal. After performing the trade-off analysis, the primary contracting officer concluded that MLS‘S proposal was the most advantageous and awarded MLS the contract, Contract No. N62649-11-D-0015, on June 24, 2011.
GDMA filed a protest at the Government Accountability Office (“GAO“) on July 5, 2011. GDMA argued, in part, that the negative comments should not have been weighted as heavily in evaluation of its past performance. The GAO found that “the Navy reasonably concluded that MLS‘s past performance offered a clear advantage over the past performance of GDMA, and the Navy reasonably documented its decision to select MLS over GDMA for this reason.” Id. at 556 (quoting In re Glenn Defense Marine-Asia PTE, Ltd., B-402687.6; B-402687.7, 2011 WL 6947628, at *8 (Comp. Gen. Oct. 13, 2011) (“GAO Deci-
DISCUSSION
We review the grant of a motion for judgment upon the administrative record in bid protest actions de novo. Galen Med. Assocs., Inc. v. United States, 369 F.3d 1324, 1329 (Fed. Cir. 2004). In a bid protest case, the inquiry is whether the agency‘s action was arbitrary, capricious, an abuse of discretion, or otherwise not in accordance with law and, if so, whether the error is prejudicial.
Contracting officers “are entitled to exercise discretion upon a broad range of issues confronting them in the procurement process.” Impresa Construzioni Geom. Domenico Garufi v. United States, 238 F.3d 1324, 1332 (Fed. Cir. 2001) (internal quotation marks and citation omitted). De minimis errors in the procurement process do not justify relief. Grumman Data Sys. Corp. v. Dalton, 88 F.3d 990, 1000 (Fed. Cir. 1996). The protestor bears the burden of proving that a significant error marred the procurement in question. Id. The protestor‘s burden is greater in negotiated procurement, as here, than in other
GDMA argues that the Navy‘s best value determination and award of the Region 1 contract to MLS was arbitrary and capricious due to its reliance upon the Evaluation Team‘s flawed evaluation of GDMA and MLS. GDMA asserts that the Navy‘s rating of GDMA‘s past performance as “Less than Satisfactory” and its rating of MLS‘s past performance as “Better” both lacked rational bases and were inconsistent with the record evidence. In addition, GDMA asserts that the Court of Federal Claims misapplied the standard for determining prejudice. We address each argument in turn.
I. The Navy‘s Best Value Determination Was Not Arbitrary And Capricious
“Procurement officials have substantial discretion to determine which proposal represents the best value for the government.” E.W. Bliss, 77 F.3d at 449. In this case, the Navy‘s best value decision is supported by the record and well within the substantial discretion of the contracting officials. After considering all of the offerors’ proposals, references, and corrective actions, the Navy reasonably determined that an award to MLS would provide the best value. In particular, the Navy reasonably compared the negative comments in GDMA‘s relevant references and GDMA‘s inadequate corrective action to
II. GDMA‘s Past Performance Evaluation Did Not Lack Rational Basis
GDMA argues that the Navy‘s past performance rating of “Less than Satisfactory” is inconsistent with the record evidence because the references upon which the Evaluation Team relied all rated GDMA‘s overall performance as “Satisfactory” or better. However, GDMA cites no reason why the Navy should have only considered the overall ratings and disregarded the subfactor ratings and narrative comments. The Navy‘s decision was rationally based on its evaluation of all of the evidence before it. Even though each reference rated GDMA‘s performance as “Satisfactory” or “Better” overall, the narrative comments detracted from those ratings. The Navy reasonably considered the entire record, including several “Less than Satisfactory” subfactor ratings and negative comments from the narrative portion of the questionnaires.6 The
For Region 1, [GDMA‘s] past performance on previously awarded relevant contracts did not meet some significant requirements. Although the offeror was generally responsive to changes in requirements, provided timely services and had reasonably good control over managing subcontractors, there were several noted deficiencies in its performance when it came to the reliability and consistency of its customer service practices, transparency in pricing and ease of communications.
Id. at 554.
Moreover, the Navy‘s rating was not premised on these references alone. Before the Navy‘s final rating, the Navy gave GDMA an opportunity to respond to specific concerns. GDMA acknowledged those issues and explained it had taken or was in the process of taking corrective action. The Navy conducted a follow-up review and found that these corrective actions had not adequately addressed its concerns. In considering GDMA‘s corrective action in response to the negative reviews, the reviewer found GDMA‘s corrective action “lacked sufficient details for the [Evaluation Team] to determine the offeror‘s effectiveness in addressing the deficiencies.” Id. In sum, GDMA‘s past performance record led the Evaluation Team “to expect marginal customer satisfaction and less than fully successful performance.” Id. (quoting the Evaluation Team‘s Summary Report).
III. MLS‘s Past Performance Evaluation Did Not Lack Rational Basis
GDMA asserts that the Navy‘s rating of MLS‘s past performance as “Better” was arbitrary and capricious on the grounds that the “underlying finding” that the contracts of MLS‘s subcontractors were highly relevant lacks a rational basis. GDMA asserts that the Evaluation Team could not provide a rational basis for finding the contracts performed by MLS‘s subcontractors were of similar scope, magnitude, and complexity to that in the Solicitation because the record is incomplete.
The Solicitation stated that “[p]ast [p]erformance is a measure of the degree to which an offeror satisfied its customers in the past by performing its contractual obligations on relevant directly related contracts and subcontracts . . . that are similar in scope, magnitude, and complexity to that required by the solicitation. . . .” Solicitation ¶ OP-1.8.2.1. It also stated that “[i]n the case of an offeror whose past performance is somehow not similar in scope, complexity, or magnitude, or otherwise lacks relevance to some degree then the Government will take this into consideration and evaluate accordingly . . . .” Id. ¶ OP-1.8.2.4.
MLS‘s subcontracts involved husbanding services at many of the same ports covered by the Solicitation, for a
Additionally, the Court of Federal Claims noted that there is no evidence that MLS‘s past performance would have been evaluated any lower than “Better” if the subcontractors’ references were given less weight. The Evaluation Team‘s summary report indicated that:
The offeror was very responsive to customer service issues, provided timely services, flexible when responding to changes in requirements, maintained control over managing subcontractors, was transparent in its pricing processes and was effective in communications. Overall, the offeror was very cooperative and demonstrated a commitment to customer service. There were no substantiated problems or issues documented in this past performance assessment. Therefore, based upon the offeror‘s past performance record, it leads the
[Evaluation Team] to expect a strong customer satisfaction and fully successful performance.
Glenn Defense Marine, 105 Fed. Cl. at 555 (quoting the Evaluation Team‘s Summary Report).8 Accordingly, the Court of Federal Claims’ determination did not lack rational basis.
IV. GDMA Did Not Allege Prejudicial Error
If GDMA had prevailed in showing error in the award to MLS, it would also bear the burden of showing that error was prejudicial. As discussed above, the Navy‘s past performance evaluations were rationally based. Moreo-
To prevail in a bid protest case, the protestor must show that it was prejudiced by the government‘s actions. Bannum, 404 F.3d at 1351. To establish prejudice, GDMA must show that there was a substantial chance it would have received the contract award but for the Navy‘s allegedly erroneous past performance rating. See id. at 1358; Allied Tech. Grp., Inc. v. United States, 649 F.3d 1320, 1326 (Fed. Cir. 2011); Statistica, Inc. v. Christopher, 102 F.3d 1577, 1582 (Fed. Cir. 1996). Unlike other issues in this case, prejudice is a question of fact that this court reviews for clear error. Bannum, 404 F.3d at 1353-54.
The Court of Federal Claims found that even if GDMA should have gotten a “Satisfactory” rating instead of “Less than Satisfactory” for past performance “it is not at all clear a trade-off analysis would have resulted in [GDMA] receiving the contract award.” Glenn Defense Marine, 105 Fed. Cl. at 572. The court explained: “Even with a Satisfactory rating for past performance, [GDMA] still would have had an inferior past performance rating as compared to MLS, and still would have had negative past performance comments in the record, which [GDMA] did not challenge.” Id. at 571. GDMA does not provide anything but conjecture that even with a “Satisfactory” rating it would have had a substantial chance of prevail-
CONCLUSION
Accordingly, the Court of Federal Claims’ decision is affirmed.
AFFIRMED
The majority in this case affirms the decision by the Court of Federal Claims granting judgment on the administrative record in favor of the government. I dissent because the court erred by concluding that the U.S. Navy had a rational basis for finding that Glenn Defense Marine (Asia), PTE Ltd. (GDMA) deserved an overall rating of “Less than Satisfactory” for its past performance. That rating lacks a rational basis, both legally and mathematically. All of GDMA‘s references rated its past performance as “Outstanding,” “Better,” or “Satisfactory.”
Four of GDMA‘s references provided feedback regarding its past performance. The PPET determined that one of the prior contracts, the South Asia contract, was highly relevant to the contract at issue while the other three were moderately relevant. Of the moderately relevant contracts, two reviewers rated GDMA as “Outstanding” while the third gave it a rating of “Better.” The reviewer for the highly relevant contract rated GDMA as “Better.” The PPET received a second questionnaire regarding the South Asia contract from the contracting officer, who rated GDMA as “Satisfactory.” The chart below summarizes the references’ overall ratings of GDMA‘s past performance.
| Reference | Overall Rating |
|---|---|
| South Asia Contract First Reference Second Reference | Better Satisfactory |
| Thailand Contract | Better |
| Singapore Contract | Outstanding |
| BIMET Contract | Outstanding |
Despite these high past performance ratings, the PPET gave GDMA an overall past performance rating of “Satisfactory.” This seems inconsistent with the ratings themselves. Even more perplexingly, based on no new or
It is important to understand that each of these reviews had an overall past performance rating, nine subcategory ratings, and a section for comments. It is true that one of the two reviewers for the South Asia contract listed a number of problems that he encountered with GDMA in the performance of the contract. Even this reviewer, who rated GDMA “Satisfactory” overall, gave GDMA one “Better,” four “Satisfactory,” and four “Less than Satisfactory” subcategory ratings. And the primary reviewer for the South Asia contract, who gave GDMA a “Better” overall rating for the same contract, gave GDMA four “Outstanding,” four “Better,” and one “Satisfactory” rating for the same nine subcategory rating criteria. This reviewer noted in her comments some of the same problems, but also included positive comments such as, “[t]hey are very professional and their staff are very knowledgea-
PPET did its own cumulative version of the nine subcategory rating criteria, and its conclusions regarding the subcategories seem just as divorced from the underlying data as the overall ratings. For example, the PPET gave GDMA an overall rating of “Satisfactory” for the subfactor “Reliability and consistency of the company‘s key personnel.” The individual ratings for this subfactor, however, were three “Outstanding” ratings, one “Better,” and one “Satisfactory.” Similarly, for the subfactor of “Timeliness in providing goods and/or services in accordance with the contract schedule,” the PPET rated GDMA as “Satisfactory” even though GDMA‘s references gave it three “Outstanding” ratings, one “Better,” and one “Satisfactory.”
GDMA‘s past performance was not flawless, as the ratings clearly reflect. Certainly this record would have supported a past performance rating of “Better” or maybe even “Satisfactory,” but there is no rational basis for PPET‘s decision to rate GDMA “Less than Satisfactory.”
GDMA was one of only two bidders in the competitive range, and its price was roughly 64% lower than the other bidder. GDMA was rated equal to the other bidder on every factor except past performance, where the other bidder received a rating of “Better.” Based on GDMA‘s lower price and equivalency in other areas, I believe that it would have had a substantial chance to receive the contract but for the Navy‘s errors regarding past performance. See Bannum, Inc. v. United States, 404 F.3d 1346, 1351 (Fed. Cir. 2005). Therefore, I dissent.
Notes
Past Performance is a measure of the degree to which an offeror satisfied its customers in the past by performing its contractual obligations on relevant directly related contracts and subcontracts (or partnerships or joint ventures) that are similar in scope, magnitude, and complexity to that required by the solicitation (completed within the past 3 years or currently in progress). There are four areas to be reviewed: Level of Capability, Efficiency, and Effectiveness in Providing Service; Conformance to the Terms and Conditions of the Contract; Level of Reasonableness and Cooperation; and Level of Commitment to Good Customer Service. Under the Past Performance factor, each of the areas to be reviewed will be given equal consideration.
Solicitation at ¶ OP-18.2.1.- A tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror.
- When using a tradeoff process, the following apply:
- All evaluation factors and significant subfactors that will affect contract award and their relative importance shall be clearly stated in the solicitation; and
- The solicitation shall state whether all evaluation factors other than cost or price, when combined, are significantly more important than, approximately equal to, or significantly less important than cost or price.
- This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. The perceived benefits of the higher priced proposal shall merit the additional cost, and the rationale for tradeoffs must be documented in the file in accordance with 15.406.
- 1-6 of 9 pre-visit estimates for port visits covered by this contract from 27 OCT 09-present were received late. In addition, the contract specialists at FISC Det. Singapore routinely have to request corrections to the PCEs received for port visits (e.g. not all items requested in the LOGREQ [logistical requirements] are included in the PCE [pre-visit cost estimates]).
- A negative past performance letter regarding the USS LASSEN and USS Shiloh port visits to Goa, India was sent to GDMA on 6 July 10. GDMA did not provide force protection barriers as specified by the ships in their ordering LOGREQs. A complaint from State Department personnel in Goa led to the issuance of this past performance letter.
- A negative past performance letter regarding performance under this contract was sent to GDMA on 14 JUN 10. GDMA has not provided a proposed pricing plan for insuring that non-priced items are offered at fair and reasonable prices. This pricing plan is a deliverable specified under this contract. Fair and reasonable pricing for non-priced items is an unresolved issue under this contract. The FISC Det. Singapore office has yet to receive competitive price quotations for any non-priced services provided under this contract.
- Email responses from GDMA representatives to questions from the FISC Det. Singapore contract specialists are routinely delayed. The delayed responses exacerbate the short lead time for arranging port visit services.
